Loading...
HomeMy WebLinkAbout2015-01-13 - AGENDA REPORTS - PASEO LED LIGHTING PROJ R1002 (2)0 Agenda Item: 8 CITY OF SANTA CLARITA la AGENDA REPORT CONSENT CALENDAR City Manager Approval: Item to be presented by: Kev' Tonoian DATE: January 13, 2015 SUBJECT: PASEO PATHWAY LIGHTING CONVERSION TO LIGHT EMITTING DIODE (L.E.D.) - PROJECT R1002 - AWARD CONSTRUCTION DEPARTMENT: Administrative Services RECOMMENDED ACTION City Council: 1. Approve the plans and specifications for Paseo Pathway Lighting Conversion to Light Emitting Diode (L.E.D.), Project R1002. 2. Appropriate $608,334 from the Landscape Maintenance District Zone T-46 Fund Balance (Fund 357) to account number R1002357-5161.001. 3. Award the construction contract to Express Energy Services, Inc., for $833,027, plus a 10 percent contingency in the amount of $83,000, for a total contract amount not to exceed $916,027. 4. Authorize the City Manager or designee to execute all documents, subject to City Attorney approval. BACKGROUND Among the landscape and capital amenities managed within Landscape Maintenance District (LMD) T-46 (Northbridge), the City is responsible for maintaining 375 pedestrian walkway lights along nine miles of paseo walkways. The Northbridge paseos are extremely popular among residents and accessed during both day and evening hours year-round. Constructed in the late 1980s, the current lighting technology and actual metal light poles have reached the end of their useful life and are in need of replacement. APPROWED Page I This proposed capital project calls for the replacement of 375 individual pedestrian lights. The current lights are more than 25 years old, use outdated inefficient High Pressure Sodium (HPS) bulbs, and have extensive rust damage resulting from their proximity to adjacent irrigation systems. Long term, staff intends to replace these lights with energy-efficient L.E.D. luminaries and composite material poles. When factoring forecasted annual savings, the projected return on investment for replacing the HPS lights with L.E.D. technology is approximately ten years. The existing HPS walkway light fixtures utilize 250 watts per lamp, while the proposed energy-efficient L.E.D. modules use only 58 watts per lamp. This project will reduce the energy footprint of walkway lights in Northbridge by 462,700 kilowatts per year, resulting in a 93.5 percent reduction in energy consumption. Overall, the City will reduce annual energy and operational costs by $92,000 per year. The proposed L.E.D. light bulbs and composite poles are warranted by the manufacturer for ten years. During this period, any luminaire or pole defect will be addressed by the manufacturer at no cost to the City. Staff anticipates the actual useful life of the new walkway lights and composite poles will be approximately 25 years. Beyond the reduction in energy use and operating costs, maintenance costs will also decrease. The L.E.D. light bulb specified for this project is rated for 100,000 hours, which is more than four times the life expectancy of an HPS light -bulb (24,000 hours). Based on the number of hours our walkway lights operate during an average year (4,27 1), a typical L.E.D. bulb will last for more than 20 years. This new walkway lighting system also features a Central Control System which allows staff to remotely access each light to monitor performance, energy consumption, and make adjustments as necessary from any device with access to the Internet. This allows staff to reduce the power of a single light directly adjacent to a resident's bedroom window or power all lights to 100 percent illumination if necessary to support law enforcement activities. Finally, this system encompasses motion detection technology which allows staff to further reduce power consumption during non -peak evening hours and still provide proper illumination when activity is detected. The City's purchasing staff published bid number LMD-14-15-R1002A for the Paseo Pathway Lighting conversion to L.E.D. technology on September 24, 2014. The request for bid was advertised on PlanetBids, sent to multiple vendors, including the Santa Clarita Valley Chamber of Commerce and Valley Industrial Association, and was downloaded by 54 companies. As a result of the bid process, six bids were received and opened by purchasing staff on November 17, 2014. The results of the bid are as follows: BID COMPANY LOCATION BID AMOUNT Bid 1 Recommended Express Energy Services, Inc. Los Alamitos, CA $833,026.97 Bid 2 Evans & Son, Inc. Santa Clarita, CA $973,815.28 Bid 3 JFL Electric, Inc. Los Angeles, CA $1,025,633.00 Page 2 F*Wa, 47 Bid 4 1 Aegis ITS, Inc. I Anaheim, CA $1,027,812.10 Bid 5 Taft Electric Co. Ventura, CA $1,283,970.36 Bid 6 Steiny & Co Baldwin Park, CA $1,516,987.60 Staff is recommending award to Express Energy Services, Inc. in the amount of $833,027, plus a 10 percent contingency of $83,000, for a total contract amount not to exceed $916,027. Staffs due -diligence evaluation of Express Energy Services, Inc.' s bid has found it to be responsible and a review of their professional references indicates the contractor's performance meets the City's high standards. Special Districts has completed all preliminary tasks including a photometric study, structural integrity testing on the existing concrete bases, and site surveys. An encompassing engagement process was completed in the late spring of 2014 which included soliciting feedback from multiple homeowner association boards and the installation of two demonstration paseo lights which highlight these new amenities. Furthermore, these proposed fixtures are energy and efficiency compliant with Southern California Edison, are California Energy Commission (Title 24) energy standard compliant, Dark Sky Ordinance approved, and will provide an enhanced experience for residents who use our paseo system. ALTERNATIVE ACTION 1. Do not award contract to Express Energy Services, Inc. 2. Other action as determined by the City Council. FISCAL IMPACT The total cost of this proposed project, inclusive of contingency, is $916,027. Project funds in the amount of $307,693 are currently available in Account No. R1002357-5161.001. An additional appropriation in the amount of $608,334 from the Landscape Maintenance District Zone T-46 Fund Balance (Fund 357) to Account No. R1002357-5161.001 is necessary to fund this project. There is no impact to the General Fund. ATTACHMENTS LMD Zone T46 Paseo Light Map #1 LMD Zone T46 Paseo Light Map #2 Bid Solicitation available in City Clerk's Reading File Bid Submittal available in City Clerk's Reading File Site Plan available in City Clerk's Reading File Lighting Specs available in City Clerk's Reading File Bid Response available in City Clerk's Reading File CIP Agreement available in City Clerk's Reading File Page 3 Packet Pg. 48 x/l °oma D4E �rqQ EXHIBITAe "B 0 `P e]. ep h 9P4 <5 9 pT 1P Di3 °� CO SJC9\ `Ua, Udl C- °Ox33.41 �. g019y U "O Q p`f D39 D3B oy) 9y,: �`* q s� -fSANTA CLARITA 0 035 ( OP CAI W 3' Q LMD Zone T46 £ 311 eNa• ¢ a^° fl f W�°N� Dso�7°� s Eag Part 1 SUMMLRXIlt 3/N °2S 0x5 °P 013 z osgDt Rl°G ''r LANDSCAPES, = �(° _ `p c PASEO LIGHTPOLES, £ 3 ° x +� & FOOTLIGHTS Dn a A"AWAvDA rc=B Pc11 vCS�Ase C M1e� Legend ICs oS �s°� ROBE DA Fool Lights vc13 oEia m3. ADB y� °`E Mo�NR` a Light Poles °s ; 19 SD ° Ds 03 Dz DS p i WER ❑� Paseo Bridge OgHOElIOH 3N 8106 y ICA LTW i , la l'Am,m VPaseO$ W. 1 a�s1 N 9 0 OS BtOE "'A 3 KS GS)pN 3 3 f t3�19x NSON RE sJ 4menlary Parcel Outlines fe°D3 Rfy.Y ,p ; �a 4 i :3 q1° B '�0 �E ®LMD Boundary B]FpOt 33090 h� 2` jPE3 °Q° 1I1 I6 2 D ASA MAA sB 3 U PCtPCI 7 Irrigated Landscape ° 3 B°B c y BPPy i• oR Non-imigaled Landscape DE B99 BA]�JB90 ,pA °A Wg1r ° op° CUESiPORT Rez�f �a> E"AE<Da Y ce iNc� ° '�.3 Weed Abatement and Trees "f�gs1 BBD eJ` 1 Cs``zC6.Y,�yEs .s su.oa °n :S Fire Clearance i Bas eeq B) 5 9 (cso Easement Shrub .B Is A]9B B3 C58 11 s] i � Median Shrub SRO eDn B Bas= vREsrGx We 9 ° Sitlepane Shrub B)B a Y� q' p B)`)3 BNB 90 P wNDFRIgNDR C53 3 90 m W Ex5 INORO0 N" p Easement Shrub (Nan-irrigated) p 'rs� - Ex3q ` Easement Turf COngG m C B �) S D C55' W w ExS-Lx6 El0 E38 E39 y Ec]DR xM4rrpyo 1 All Bs4 Ez3 %%''xR`E30� s_ ;i,A, Em �1`z Median Turf ey es Bsz c4s3 cncicc4 EB E3] ESS szv { E 33E3a ,q3 °P - 4M Median Conaete BRs L-•,3r m C° o1NCEz Es BS xx fve' Em Ezz 4z�n=' ° Parkway Bag B 3 z e c4= EJEt4 13 S9 r� E4 E �E3s P 4M Underpass 33 VP NI 1 I `[8 °ea' BfgUMOM 3i Overpass v° NOR c3) cPMroR / 6 z c33 .All ao N roRNEIM C6CIx C1C, 35 Cl6 3I[A, 0.BSEMOM` 9 O gfYbl,i c)> _ Belme Jm A xs o B C4 C30 Ci° CAC j C3z CHA3El c 5a V035�1/ C39/ f(° %NPOP Zvpiwemumn n°mxwuFx Enpnevnq t i ry34 bE v. �C una ANIIBR°GRAY 033 'C' , \ �O 9 Al. e 9 °q P+sw mbmalbn M1em CMe1 A. GmY. sI OIS • 9 f. 131,1 O u$ fRISCq °q P.�i Yu'. CeA°Ynl uarzn301].Ceurry ellmgryeee. B15 61 Bx5 B291033 J0 S 9 NlrYlunxrvM. gB14 Bx9 B34 Bx6 B30 O£. Op° C°ERVB OR Pwtl MomaWn lnm Nre Y°MMBGmwry Blx 0x] OUNSMORL LN# ytpgw�✓lapin mnmiyYe-q,w}mar�,nm anf Wmfi "" 3]e css n EXHIBIT B QO N0B B]e B63 csa (9 2 S Rrto h gPu SQ B6dN�`e361e SB 6 PPEsJON WV 9 v_No[I3n S ]••1 BEB/t' M1 m Z WrfF,NG W, l� ]3 �8B59 9 SVNOFREpNp h<c53 / ` 90 m E39 A eO3yf < pW 858 u p r^ 8 068 B89 Bs] Apa�Ez3 E38 Z (:in nr ro']^GF eY GHss es° ss' WEx3 `u�"9o+-'E3s..•••-E36 E3e SANTA CLARITA yPP OR Oy0 g6] B66 8 U] a Exd E E33 E3] Ed0 C ON B65 N',a Q Nfl�si �Bs2 W C°s f6E'11 F12 IF EE]l] 438 Ezx Ei6 TEd =141_14141l LMD Zone T46 Part 2 OW jp 4 4 MMOR'Oh \ 1 4 GPM40P°a gF9VMOHi ST 9 O v \C33 hd �6} oR@xs aosEMGxn o LANDSCAPES, OF", S�h6 <,9,f:-� t<=s ,° PASEO LIGHTPOLES, aF4 qR C19 x (25 N P & FOOTLIGHTS °qN oy 313 L]3 uar<z�o 'o yNP°P Legend `833 Bad M 090q • Foot Lights Pw]P90°x Nv BZB ��_ \ x° ' s ^ R • Light Poles xrtfwaTER oP Su x6FBzo Ez exs B3 B3 '� M1i5 v F try °R Paseo Bridge oI 3�Bz'Z2 3 Is 330 ^9 ° p 1,Paseos Biz e3 ex3 Bxfi °4 WFllR. oe c']FSvo oR Parcel Outlines S azo 33v �G i e°P oqo P ®LMD Boundary f B) fl9 j a vB6` 4i4 I,S z Is 3' "'°qo Irrigated Landscape is ' F95 O R Non-irtigatetl Landscape e N�o3o Pz i is3 �z N PE V-0, Weed Abatement and Trees tEw Fu Fa E°3 Eq Moa\°E i� q N\Vo o' oq Fire Clearance Fagv�E NSP�f $q 9 Easement Shrub WOR 0 ] Of- WH�1FlfWnl i 439 dl Ci `. idem Nh � °� � SitlepaneMedian hShfub F3 vy,NE M£ as Gr umERoxa orr` °* EasameM Shrub (Non -irrigated) + E G lq = E3s `Ooy BEPW\cx GJ3 4Gxatigos 40E em Turf f Median Turf 40Median Concrete m A ElF3 EBG,C�O"P[] \Y'sMPNPN\ Parkwaj' I BENN NGTON GR f fx9 PfzHdM Pz 4W Underpass £ RB Fx0 FIG I" ION�T OPN WY Overpass i19 F] ILiz )" P ° WEA sHEaw000 az E � O ;1 F15 fis PVEPS00.1 W r f O 9 Pte, F8 E9 9Qf MO\FB FT CXfYENHE Oa 'PO :.aw rM1n.n E B FB O OP T� � pEp .o nM1�m.mn xv pe�sm c.M1cs wx Xi`f2 x n2. mu. Cegp[M.2nzou ccuma4nnip.N.. �'P1pO -F1 fR p u tlm[�......e W4 W "t pUQFs I U OR I M m.mn xam P.rc M['ep3mwNy W-, p3xq.tw.N�xwfndmmiyNBr.r}Meep[Ep�pwy 10x4iIVc•»I12rf_«W_virt_1 CONTRACT DOCUMENTS AND SPECIAL PROVISIONS For Paseo Pathway Lighting Conversion to Light Emitting Diode (L.E.D) Project # R1002 (Bid # LMD-14-15-R1002A) City of Santa Clarita, California Bid Opening: November 17. 2014 at 11:00 am CONTRACT DOCUMENTS AND SPECIAL PROVISIONS FOR Paseo Pathway Lighting Conversion to Light Emitting Diode (L.E.D) Project # R1002 (Bid # LMD-14-15-R1002A) City of Santa Clarita, California Prepared For: City of Santa Clarita 23920 Valencia Blvd. Santa Clarita, CA 91355-2196 Contact Person: Jennifer Killian Contact number: 661/286-4193 Approved for Construction: Jason LaRiva, Project Development Coordinator Date: City of Santa Clarita TABLE OF CONTENTS PLANS, SPECIFICATIONS, AND CONTRACT DOCUMENTS FOR PASEO PATHWAY LIGHTING CONVERSION TO LIGHT EMITTING DIODE (L.E.D) Project # R1002 (Bid # LMD-14-15-R1002A) TITLE SECTION NOTICE OF INVITING BIDS........................................................................................................ A INSTRUCTIONS TO BIDDERS.................................................................................................... B PROPOSAL............................................................................................................................. PROJECT BID SCHEDULE........................................................................................... DESIGNATION OF SUBCONTRACTORS..................................................................... REFERENCES............................................................................................................... EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION .......................................... BIDDER'S CERTIFICATION.......................................................................................... PROPOSAL GUARANTEE (BID BOND)........................................................................ NON -COLLUSION AFFIDAVIT...................................................................................... BIDDER'S QUESTIONNAIRE........................................................................................ CAPITAL IMPROVEMENT PROJECT AGREEMENT............................................................ FAITHFUL PERFORMANCE BOND.............................................................................. LABOR AND MATERIAL BOND.................................................................................... GENERALPROVISIONS........................................................................................................ SPECIAL PROVISIONS C C C C C C C C C E SPECIAL PROVISIONS...................................................................................................... F APPENDIX "C"(Included as separate download) ................... LABOR COMPLIANCE PROGRAM (Included as separate download) ........................................... PLANS/DRAWINGS/BLUEPRINTS EXHIBIT"A".... ......................... I ....................................................................................................... Bid # LMD-14-15-R1002A 1 NOTICE INVITING BIDS For PASEO PATHWAY LIGHTING CONVERSION TO LIGHT EMITTING DIODE (L.E.D) Project #R1002 (Bid # LMD-14-15-R1002A) City of Santa Clarita, California Sealed bids will be received by the City of Santa Clarita for Paseo Pathway Lighting Conversion To Light Emitting Diode (L.E.D). Bids must be submitted to Purchasing Division, 23920 Valencia Boulevard, Suite 120, Santa Clarita, CA 91355, before 11:00 a.m., on November 17, 2014 at which time, or shortly thereafter, they will be publicly opened and read in City Clerk's Suite 120. The Scope of Work to be performed generally consist of including but is not limited to, furnish and installation of pathway lighting along the "Paseo" system located in Landscape Maintenance Districts (LMD) Zone T-46 Northbridge. Assemble, construct, install, and commission light emitting diode (L.E.D.) lighting and electrical system including pre -fabricated composite light poles, luminaires, lighting control system, and concrete demolition and/or concrete foundation installations. Work shall be done in accordance with the contract documents known as Paseo Pathway Lighting Conversion to Light Emitting Diode (L.E.D.). Work shall be done in accordance with the contract documents known as Paseo Pathway Lighting Conversion To Light Emitting Diode (L.E.D), a copy of which is on file and open for inspection at the Purchasing office. The total work is expected to cost approximately $760,000 dollars. Contract documents maybe downloaded, at no cost, from the City's Purchasing website at www.santa- clarita.com/purchasing. Please refer to specifications for complete details and bid requirements. Bidders may email their questions to Jennifer Killian at ikillian0santa-clarita.com, until 12:00 PM on or before October 27, 2014. Any questions submitted after October 27, 2014, will not be answered. Questions and answers will be issued as an addendum via PlanetBids to all Plan -holders prior to bid opening. All signed addenda must be submitted with the bid proposal. In accordance with the provisions of California Public Contract Code Section 3300, the successful bidder shall possess a State Contractor's License, Class A at the time that a bid response is submitted. Failure to possess the specified license shall render the bid as non-responsive and shall act as a bar to award the contract to any bidder not possessing said license at the time of award. Failure of the bidder to obtain proper and adequate licensing for an award of a contract shall constitute a failure to execute the contract may result in the forfeiture of the security of the bidder. As provided for in Section 22300 of the California Public Contract Code, the Contractor may substitute securities for monies withheld by the City to ensure performance under the contract. This contract is subject to the State prevailing wage requirements of the California Labor Code including Sections 1770, 1771.5, 1773, 1776 and 1777.5. Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the county, or counties, in which the work is to be done have been determined by the Director of the California Department of Industrial Relations. These wages are set forth in the General Prevailing Wage Rates for this project, available from the California Department of Industrial Relations' Internet web site at http://www.dir.ca.gov/disr/pwd. Future effective general prevailing wage rates which have been predetermined and are on file with the California Department of Industrial Relations are referenced but not printed in the general prevailing wage rates. A copy of the prevailing rate of per diem wages shall be posted at the job site. The City has contracted with an LCP Third Party Administrator to monitor and enforce Prevailing Wage and other necessary elements of the City's DIR approved LCP. Bid # LMD-14-15-R1002A A - I The City affirmatively ensures that minority business enterprises will be afforded full opportunity to submit bids in response to this notice and will not be discriminated against on the basis of race, color, national origin, ancestry, sex, or religion in consideration for an award. Contractor shall further adhere to the requirements contained in the City of Santa Clarita's Labor Compliance Program, approved by the DIR for projects with a Bid Advertise Date of November 20, 2003 or later, and which will become part of the conformed documents. All pertinent California statutes and regulations, including, but not limited to those referred to in the City's Labor Compliance Program, are incorporated herein by reference as though set forth in their entirety. Additionally, the Contractor is responsible for obtaining a current edition of all California statutes and regulations and adhering to the latest editions of such. Contractor shall submit certified copy of all Certified Payroll Records (CPRS) with the progress payment on at least monthly basis to the City. City Project Manager: Jason LaRiva, Project Development Coordinator Published twice: September 27, 2014 and October 3, 2014 Bid # LMD-14-15-R1002A A-2 SECTION B: INSTRUCTIONS TO BIDDERS PASEO PATHWAY LIGHTING CONVERSION TO LIGHT EMITTING DIODE (L.E.D) Project #R1002 (Bid # LMD-14-15-R1002A) City of Santa Clarita, California 1. PROPOSALFORMS TWO copies of the bids shall be submitted in writing and on the PROPOSAL forms (see Section C) provided by the CITY OF SANTA CLARITA. All information requested therein must be clearly and legibly set forth in the manner and form indicated. All forms must be completely filled out and signed as indicated. The CITY OF SANTA CLARITA will not consider any proposal not meeting these requirements. 2. PROPOSAL GUARANTEE Proposals must be accompanied by a proposal guarantee consisting of a certified check, cashier's check or BIDDER's bid bond payable to the CITY OF SANTA CLARITA or cash deposit in the amount not less than ten (10) percent of the total amount bid. Proposals not accompanied by such a guarantee will be deemed non-responsive and will not be considered. If a BIDDER to whom a contract is awarded fails or refuses to execute the contract documents or furnish the required insurance policies and bonds as set forth in those documents, the proposal guarantee shall be forfeited to the CITY OF SANTA CLARITA. Proposal guarantees of all BIDDERS will be held until the successful BIDDER has properly executed all contract documents. The bonding company must be listed on Treasury Circular 570 and licensed to conduct business in the state of California, or licensed by the California State Department of Insurance to issue sureties. r�7��1�1�3Zi73]3iT'R�b Proposals shall be enclosed in a sealed envelope plainly marked on the outside, "SEALED BID FOR Paseo Pathway Lighting Conversion To Light Emitting Diode (L.E.D), Project # R1002, (Bid # LMD-14-15-R1002A), City of Santa Clarita, California — DO NOT OPEN WITH REGULAR MAIL." Proposals may be mailed or delivered by messenger; however, it is the BIDDER's responsibility alone to ensure delivery of the proposal to the hands of the CITY OF SANTA CLARITA's Purchasing Office, Suite 120, prior to the bid opening hour stipulated in the Notice Inviting Bids. Late proposals will be deemed non-responsive and will not be considered. A proposal may be withdrawn by a written request signed by the BIDDER. Such requests must be delivered to the CITY OF SANTA CLARITA's designated official prior to the bid opening hour stipulated in the Notice Inviting Bids. Proposals may not be withdrawn after said hour without forfeiture of the proposal guarantee. The withdrawal of the proposal will not prejudice the right of the BIDDER to submit a new proposal, providing there is time to do so. Unauthorized conditions, limitations, or provisions attached to a proposal will render it irregular and may cause its rejection. The completed proposal forms shall be without intedineations, alterations, or erasures. Alternative proposals will not be considered unless specifically requested. No oral, telegraphic, or telephonic proposal, modification, or withdrawal will be considered. ;. *V' No mention shall be made in the proposal of Sales Tax, Use Tax, or any other tax, as all amounts bid will be Bid # LMD-14-15-R1002A A-3 deemed and held to include any such taxes which may be applicable. 7. DISQUALIFICATION OF BIDDERS In the event that any BIDDER acting as a prime CONTRACTOR has an interest in more than one proposal, all such proposals will be rejected, and the BIDDER will be disqualified. This restriction does not apply to subcontractors or suppliers who may submit quotations to more than one BIDDER and, while doing so, may also submit a formal proposal as a prime CONTRACTOR. Proposals will not be accepted from BIDDERS who are not licensed in accordance with the provisions of the State Business and Professions Code. Failure to possess the specified license shall render the bid as non-responsive and shall act as a bar to award the contract to any bidder not possessing said license at the time of award. Failure of the bidder to obtain proper and adequate licensing for an award of a contract shall constitute a failure to execute the contract may result in the forfeiture of the security of the bidder. Proposals that are incomplete, missing required information, not signed as required or submitted after the date and time for submission may be found non- responsive and rejected. 8. EXAMINATION OF CONTRACT DOCUMENTS BIDDER shall examine carefully the entire site of the work, including but not restricted to the conditions and encumbrances related thereto, the plans and specifications, and the proposal and contract forms therefore. The submission of a bid shall be conclusive evidence that BIDDER has investigated and is satisfied as to the conditions to be encountered, as to the character, quality, and scope of the work to be performed, the quantities of material to be furnished, and as to the requirements of the proposal, plans, specifications, and other contract documents. BIDDERS must satisfy themselves by personal examination of the work site, plans, specifications, and other contract documents, and by any other means as they may believe necessary, as to the actual physical conditions, requirements, and difficulties under which the work must be performed. No BIDDER shall at any time after submission of a proposal make any claim or assertion that there was any misunderstanding or lack of information regarding the nature or amount of work necessary for the satisfactory completion of the job. Errors, omissions, or discrepancies found in the plans, specifications, or other contract documents shall be called to the attention of the CITY OF SANTA CLARITA by fax as instructed and with the date and time given for BIDDERS questions in the most current NOTICE INVITING SEALED BIDS. 9. EMPLOYMENT OF LOCAL LABOR AND BUSINESSES All BIDDERS are encouraged to utilize Santa Clarita Valley subcontractors and suppliers to the extent they are available, competitive and qualified. However, no bid will be affected either positively or negatively by the inclusion or exclusion of such Santa Clarita Valley businesses. 10. EQUIVALENT MATERIALS Products designated to match others in use have been identified with "No Substitutes". Or equals will not be permitted on "no substitute" items. See Section F, "Special Provisions" for directions. The designation of materials, equipment, and products on the plans in the specifications not identified by "No Substitutes" are intended to indicate a minimum standard of quality, aesthetic appearance, utility, and degree of detail required. This "form, fit, and function" requirement includes the desired type and level of activity, social interaction, and mental stimulus to be experience by the end user. Requests for consideration of a material, equipment, or product as an "or equal' to a specified material, equipment, or product must be included with the Proposal at the time the Bid is submitted. Requests shall include all of the information necessary to demonstrate equivalency as specified in Section F and shall be provided in a complete, clear, and concise manner; otherwise, the Bid will be deemed non-responsive and the BIDDER will be disqualified. The City of Santa Clarita will be the sole judge as to whether a proposed ,.or equal' is equivalent to the specified material, equipment, or product. Bid # LMD-14-15-R1002A A-4 11. LEGAL RESPONSIBILITIES Proposals must be submitted, fled, made, and executed in accordance with State and Federal laws relating to bids for contracts of this nature, whether the same are expressly referred to herein or not. BIDDERS submitting a proposal shall, by such action thereby, agree to each and all of the terms, conditions, provisions, and requirements set forth, contemplated, and referred to in the plans, specifications, and other contract documents, and to full compliance therewith. Additionally, BIDDERS submitting a proposal shall, by such action thereby, agree to pay at least the minimum prevailing per diem wages as described in the most current NOTICE INVITING SEALED BIDS. 12. NON-DISCRIMINATION In the performance of this Contract, CONTRACTOR shall not discriminate in recruiting, hiring, promotion, demotion, or termination practices on the basis of race, religious creed, color, national origin, ancestry, sex, age, or physical handicap and shall comply with the provisions of the California Fair Employment & Housing Act (Govemment Code Section 12900, et seg.), the Federal Civil Rights Act of 1964 (P.L. 88-352) and all amendments thereto, Executive Order No. 11246 (30 Federal Register 12319), and all administrative rules and regulations issued pursuant to said Acts and Order. CONTRACTOR shall likewise require each subcontractor to comply with this paragraph and shall include in each such subcontract language similar to this paragraph. 13. PROTECTION OF RESIDENT WORKERS The City of Santa Clarita actively supports the Immigration and Nationality Act (INA) which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Under the INA, employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired, which includes completing the Employment Eligibility Verification Form (1-9). The Contractor shall establish appropriate procedures and controls so no services or products under the Contract Documents will be performed or manufactured by any worker who is not legally eligible to perform such services or employment. 14. AWARD OF CONTRACT The award of contract, if made, will be to the lowest responsible bidder as determined solely by the CITY OF SANTA CLARITA. Additionally, the CITY OF SANTA CLARITA reserves the right to reject any or all proposals, to waive any irregularity or informality, and to take the bids under advisement for a period of 90 days, all as may be required to provide for the best interests of the CITY OF SANTA CLARITA. In no event will an award be made until all necessary investigations are made as to the responsibility and qualifications of the bidder to whom the award is contemplated. All bids will be compared with the Engineer's Estimate. Before entering into a Contract, the successful BIDDER shall furnish a statement of his financial condition and previous construction experience or such evidence of his qualifications as may be required by the contracting AGENCY. 15. ASSIGNMENT OF CONTRACT The Contract may not be assigned without the written consent of the CITY OF SANTA CLARITA, provided that this shall not preclude the assignment of the Contract as security or the assignment of the whole or any part of the proceeds of the Contract including monies, assessment, partial assessment, reassessment, or any bonds which may be issued and represent any assessment or reassessment due or to be due under the Contract. Bid # LMD-14-15-R1002A A-5 16. REGISTRATION OF CONTRACTORS The successful BIDDER shall possess a State Contractors license, Class A at the time a bid response is submitted, CONTRACTORS shall be licensed in accordance with the provisions of Chapter 9, Division 3 of the Business and Professions Code. 17. AGENCY CONTRACTOR MEETING The CONTRACTOR to whom the award is made will be notified to meet with the CITY OF SANTA CLARITA's Representative for the purpose of reviewing of plans and specifications and instructions on procedures. 18. MODIFICATIONS PRIOR TO DATE SET FOR OPENING BIDS The right is reserved, as the interest of the CITY OF SANTA CLARITA may require, to amend the specification and/or drawings prior to the date set for opening bids. Such revisions and amendments, if any, will be announced by an addendum, or addenda. Copies of such addenda as may be issued will be furnished to all prospective BIDDERS. If the revisions and amendments are of a nature which require material changes in quantities or price bid, or both, the date set for opening bids may be postponed by such number of days as, in the opinion of the CITY OF SANTA CLARITA, will enable BIDDERS to revise their bids. In such cases, the addendum will include an announcement of the new date for opening bids. 19. LIST OF SUBCONTRACTORS Each BIDDER must submit with his bid the following a) The Full name of each subcontracting firm as required by Government Code, Sec. 4201, typed or legibly printed. b) The address of each firm. c) The telephone number at the place of business. d) Work to be performed by each subcontracting firm. e) Total approximate dollar amount of each subcontract. f) 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 list "Subcontractors List" from enclosed herewith. No Contract shall be considered unless such list is submitted as reauired. 20. BONDS If award of contract is made, the successful BIDDER will be required to submit a faithful performance bond, payment bond, worker's compensation insurance, and liability insurance with the contract. Surety bonds shall be signed by a guaranty or surety company listed in the latest issue of the U.S. Treasury Circular 570 and licensed to conduct business and issue sureties in the State of California. The successful BIDDER will be required to furnish all labor and material bond in an amount equal to one hundred percent (100%) of the Contract price and a faithful performance bond in an amount equal to one hundred percent (100%) of the Contract price. 21. UNFAIR BUSINESS PRACTICES CLAIMS: ASSIGNMENT TO AWARDING BODY Pursuant to Section 7103 of the Public Contracts Code, the contract to be awarded will be defined as a "public works contract". In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the CONTRACTOR or subcontractor offers and agrees to Bid * LMD-14-15-R1002A A-6 assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec 15) or under the Cartwright Act (Chapter 2 commencing with Section 16700, of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or the subcontract. This assignment shall be made and become effective at the time the awarding body tenders final payment to the CONTRACTOR, without further acknowledgment by the parties. 22. AIR POLLUTION CONTROL REQUIREMENTS The Contractor must comply with all federal, state and local air pollution control laws and regulations applicable to the Contractor. 23. CONSTRUCTION AND DEMOLITION DEBRIS Contractor, will comply with City of Santa Clarita ordinance no. 05-9 regarding solid waste disposal: a. 15.46.010. DEFINITIONS. For the purposes of this chapter the following words and phrases shall have the meanings respectively ascribed to them by this Chapter, unless clearly inapplicable. Words and phrases not ascribed a meaning by this Chapter shall have the meaning ascribed by Chapter 15.44 of this Code, if defined therein, and if not, by Division 30, Part 1, Chapter 2 of the Public Resources Code, §§ 40000, et seq., and the regulations of the California Integrated Waste Management Board, if defined therein, and if not, to the definitions found in the Resource Conservation and Recovery Act ("RCRA"), 42 U.S.C. §§ 6901, at seq. and the regulations implementing RCRA, as they may be amended from time to time. APPLICANT means any person, firm, limited liability company, association, partnership, political subdivision, government agency, municipality, industry, public or private corporation, or any other entity whatsoever required to apply to the Building & Safety Division of the Building and Engineering Department for an applicable permit to undertake any Covered Project, as defined below, within the City. An Applicant must comply with this Chapter. CONSTRUCTION means the building of any facility or structure or any portion thereof including any tenant improvements to a previously unoccupied existing facility or structure. "Construction" does not include a project limited to interior plumbing work, electrical work or mechanical work, or any combination of them. CONSTRUCTION AND DEMOLITION MATERIALS or C&D MATERIALS means used or commonly discarded materials removed from premises of a Covered Project during Construction, grading, remodeling, repair, Demolition, Deconstruction or Renovation resulting from Construction, Renovation, grading, remodeling, repair, deconstruction or Demolition operations on any pavement, house, commercial building, or other structure, or from landscaping. Such materials include, but are not limited to, Inert Waste (including rock, concrete, brick, sand, soil, ceramics and cured asphalt), gravel, plaster, gypsum wallboard, aluminum, glass, plastic pipe, roofing material, carpeting, wood, masonry, trees, stumps, remnants of new materials, including paper, plastic, carpet scraps, wood scraps, scrap metal, building materials, packaging and rubble resulting from Construction, remodeling, Renovation, repair and Demolition operations on pavements, houses, commercial buildings and other structures, and grading. CONSTRUCTION AND DEMOLITION DIVERSION SECURITY DEPOSIT or DIVERSION SECURITY DEPOSIT means cash or letter of credit in a form acceptable to the City, submitted to the City pursuant to Part 4 of this Chapter. CONSTRUCTION AND DEMOLITION MATERIALS MANAGEMENT PLAN or C&DMMP, means a completed C&DMMP form, approved by the City for the purpose of compliance with this Chapter, submitted by the Applicant for any Covered Project, COVERED PROJECT means a project for which a building, Demolition, grading or other similar permit is required by this Code. See "Exempt Project," "Project" and Part 2, below. Bid # LMD-14-15-R1002A A-7 CONVERSION RATE means the rate set forth in the standardized Conversion Rate Table approved by the City pursuant to this Chapter for use in estimating the volume or weight of materials identified in a Construction and Demolition Materials Management Plan. DECONSTRUCTION means a process to dismantle or remove useable materials from structures, in a manner which maximizes the recovery of building materials for reuse and recycling and minimizes the amount of waste transported for disposal in landfills and transformation facilities. DEMOLITION means the destruction, razing, ruining, tearing down or wrecking of any facility, structure, pavement or building, whether in whole or in part, whether interior or exterior. DIVERT or DIVERSION means activities which reduce or eliminate the amount of C&D Material from disposal in a landfill or transformation facility. See Public Resources Code § 40124. DIVERSION REQUIREMENT means the diversion of at least fifty percent (50%), by weight, of the Construction and Demolition Materials, other than Inert Waste, generated by a Covered Project by reuse or recycling, and that at least fifty percent (50%) of the Inert Waste is removed from the solid waste stream and not disposed of in a solid waste landfill, unless the Applicant has been granted an exemption pursuant to Part 7 of this Chapter. If the Applicant has been granted an exemption, the Diversion Requirement shall be the maximum Feasible diversion rate established by the Director of Field Services, or the Director's Designee for the Project. EXEMPT PROJECT shall have the meaning set forth in Part 2 of this Chapter. FEASIBLE shall have the meaning ascribed by Public Resources Code § 21061. 1, as it may be amended. FIELD SERVICES DIRECTOR or Director means the City of Santa Clarita staff person holding that title. INERT WASTE shall have the meaning ascribed by Public Resources Code § 41821.3(a)(1), as it may be amended. PROJECT means any activity for which a building, Demolition, grading or other similar permit is required. See also "Covered Project," above. RECYCLING shall have the meaning ascribed by Public Resources Code § 40180, as it may be amended. RENOVATION means any change, addition, or modification in an existing structure that requires a building permit or Demolition permit but does not include a project limited to interior plumbing work, electrical work or mechanical work. REUSE means further or repeated use of Construction and Demolition Materials or Inert Waste. SALVAGE means the controlled removal of Construction or Demolition Materials from a permitted Construction or Demolition site for the purpose of recycling, reuse, or storage for later recycling or reuse. b. 15.46.200 COVERED PROJECTS. Except as otherwise provided in this Code, each Applicant for a permit required by this Code for a Covered Project also shall complete and submit a Construction and Demolition Materials Management Plan ("C&DMMP"), to the City's Director of Field Services, or the Director's Designee unless the project is an Exempt Project, as defined below. No permit for a Covered Project shall be issued by the Division of Building & Safety unless the Applicant for the permit has submitted to the Division of Building & Safety a Construction and Demolition Materials Management Plan approved by the City's Director of Field Services, or the Director's Designee, or the project is an Exempt Project as defined in § 15.46.210, below. Review of applications for permits for Covered Projects by the Division of Building & Safety may be concurrent with the review of the C&DMMP by the City's Director of Field Services, or the Director's Designee. Bid # LMD-14-15-R1002A A - 8 PRECONSTRUCTION DOCUMENTS CHECKLIST The following documents are required to be completed and submitted by the Contractor at the times specified by an X opposite each title. If no column is marked, document will not be required. With Bid Proposal (All Bidders) With Agreement (Awardee only) Prior to Starting Construction (Awardee only) X Proposal X Non -collusion Affidavit X Certification with Regard to Performance of Previous Contracts X List of Subcontractors X Bid Bond X Copy of Contractor's License X References X Attachment A - Proposed Materials, Equipment, And Products X Contract Agreement X Bond for Faithful Performance X Payment Bond (for Labor and Material) X Certification of Public Liability and Property Damage Insurance X Certification of Worker's Compensation Insurance X Certification of Fire and Extended Coverage Insurance X Preconstruction Meeting X Construction Schedule X Water Pollution Control Program X Subcontractor's Certification with Regard to the Performance of Previous Contracts or Subcontractors (Required for all Subcontracts over $10,000) X Materials List and Manufacturer's Brochures (As Required) X Permits X Emergency Contract Information Bid # LMD-14-15-R1002A A-9 SECTION C: PROPOSAL FOR PASEO PATHWAY LIGHTING CONVERSION TO LIGHT EMITTING DIODE (L.E.D) Project #R1002 (Bid # LMD-14-1 5-R1 002A) TO THE CITY OF SANTA CLARITA, AS AGENCY: In accordance with AGENCY's NOTICE INVITING BIDS, the undersigned BIDDER hereby proposes to furnish all materials, equipment, tools, labor, and incidentals required for the above -stated project as set forth in the plans, specifications, and contract documents therefore, and to perform all work in the manner and time prescribed therein. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, INSTRUCTIONS TO BIDDERS, and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following BID SCHEDULE. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the proposal guarantee accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in BID SCHEDULE are solely for the purpose of comparing bids, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO INCREASE OR DECREASE THE AMOUNT OF ANY QUANTITY SHOWN AND TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, and fees. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the contract, the undersigned further agrees that in the event of the Bidder's default in executing the required contract and filing the necessary bonds and insurance certificates within ten working days after the date of the AGENCY's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY's option, be considered null and void. BIDDER agrees that the price bid for the project shall include all cost covering the performance of work, including the furnishing of labor, materials, tools, and equipment. BIDDER further agrees that the cost of work necessary for the completion of a particular Bid Schedule item has been included in the price bid for that item unless the work is specifically included in another item; and if there is no bid item for a particular item of work, full compensation for such work shall be considered as included in the price bid for other items of work. Contractor Name: Contractor Address: By: Print Name Title: Signature: Date: Bid # LMD-14-15-R1002A C - I BID SCHEDULE PASEO PATHWAY LIGHTING CONVERSION TO LIGHT EMITTING DIODE (L.E.D) Project #R1002 (Bid # LMD-14-15-R1002A) BID ITEMS The following quantities are approximate only and the City reserves the right to increase or decrease the quantities. Bid pricing shall remain effective and honored by the CONTRACTOR throughout the duration of the contract. ABBREVIATIONS LEGEND EA Each LS Lump Sum QTY Quantic LF Linear Feet SF Square Feet TBD To Be Determined CY Cubic Yards I QTY Quantity N/A Not Applicable ITEM DESCRIPTION UNITS QTY. UNIT PRICE EXTENDED NO. TOTAL General 1 Mobilization and demobilization LS 1 $ $ 2 Group 1 installations (61 complete units, E2.0 LS 1 $ $ and E2.1 in Exhibit D) 3 Group 2 installations (56 complete units, E2.0 LS 1 $ $ in Exhibit D) 4 Group 3 installations (65 complete units, E2.0 LS 1 $ $ and E2.1 in Exhibit D) 5 Group 4 installations (63 complete units, E2.1 LS 1 $ $ and E2.2 in Exhibit D) 6 Group 5 installations (65 complete units, E2.1 LS 1 $ $ in Exhibit D) 7 Group 6 installations (62 complete units, E2.2 LS 1 $ $ in Exhibit D) DEMOLITION ITEMS 8 Existing light pole concrete footing removal and EA $ $ disposal 5 g Removal and disposal of miscellaneous debris, EA $ $ existing poles and luminaires 374 TRAFFIC ITEMS 10 :]:Traffic Control (as needed) LS 1 $ $ Bid # LMD-14-15-R1002A C - 2 11 Pedestrian safety and delineation (daily) -T LS 1 $ $ COMPONENTS Composite Poles: CIRCLE ONE- Option #1 12 CMT or option #2 Shakespeare (Exhibit D, EA 374 $ $ H/E3.0) 13 Anchor bolt replacements ( Exhibit D. E3.0/F) EA 10 $ $ 14 Concrete light pole bases EA 5 replacement/installation ( Exhibit D, E3.0/G) 15 Replace damaged or compromised electrical LF 60 $ $ wiring within pole MISCELLANEOUS 16 'Virticus" control system set up (commissioning) LS 1 $ $ 17 "Virticus" control system central web interface LS 1 $ $ training OTHER Any additional costs to complete paseo light 18 pole removallinstallations. Please attach LS 1 $ $ explanation to this document. TOTAL: $ Total Base Bid in Words: Contractor name: Bid # LMD-14-15-R1002A C-3 DESIGNATION OF SUBCONTRACTORS PASEO PATHWAY LIGHTING CONVERSION TO LIGHT EMITTING DIODE (L.E.D) Project #R1002 (Bid # LMD-14-15-R1002A) 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 '/z of 1 percent of the prime contractor's total bid. The form MUST be returned with bid, filled in or annotated with "No Subcontractors" if none will be used. For projects receiving federal funds. DBE type, certifying agency. age of firm and annual gross receipts are ONLY required if sub contractor is participating as a DBE. Subcontractor: License No.: Exp. Date: / / % of Contract Work: Phone Location of Place of Business: Bid Schedule Item No's: Description of Work DBE status YES or NO Certifying agency: DBE type: A e of firm: DBE $ Value of Work: Annual gross receipts: Subcontractor: License No.: Exp. Date: / / % of Contract or Phone Location of Place of Business: Bid Schedule Item No's: Description of Work DBE status YES or NO Certifying agency: DBE type: A e of firm: DBE $ Value of Work: Annual gross -receipts: NOTE For public construction projects ONLY: Total percentage of work by subcontractors may not exceed 50% unless otherwise specified in this document. Bid # LMD-14-15-R1002A C-4 DESIGNATION OF SUBCONTRACTORS PASEO PATHWAY LIGHTING CONVERSION TO LIGHT EMITTING DIODE (L.E.D) Project #R1002 (Bid # LMD-14-15-R1002A) City of Santa Clarita, California Subcontractor: License No.: Exp. Date: / / % of Contract Work: Phone Location of Place of Business: Bid Schedule Item No's: Description of Work DBE status YES or NO Certifying agency. DBE type: A e of firm: DBE $ Value of Work: Annual gross recei ts: Subcontractor: License No.: Exp. Date: / / % of Contract Work: Phone Location of Place of Business: Bid Schedule Item No's: Description of Work DBE status YES or NO Certifying agency: DBE type: A e of firm: DBE $ Value of Work: Annual gross receipts: Subcontractor: License No.: Exp. Date: / / % of Contract Work: Phone Location of Place of Business: Bid Schedule Item No's: Description of Work DBE status YES or NO Certifying agency: DBE type: A e of firm: DBE $ Value of Work: Annual gross receipts: NOTE For public construction projects ONLY: Total percentage of work by subcontractors may not exceed 50% unless otherwise specified in this document. Bid # LMD-14-15-R1002A C - 5 DESIGNATION OF SUBCONTRACTORS PASEO PATHWAY LIGHTING CONVERSION TO LIGHT EMITTING DIODE (L.E.D) Project #R1002 (Bid # LMD-14-15-R1002A) City of Santa Clarita, California Subcontractor: License No.: Exp. Date: / / % of Contract Work: Phone Location of Place of Business: Bid Schedule Item No's: Description of Work DBE status YES or NO Certifying agency: DBE type: A e of firm: DBE $ Value of Work: Annual gross receipts: Subcontractor: License No.: Exp. Date: I / % of Contract Work: Phone Location of Place of Business: Bid Schedule Item No's: Description of Work DBE status YES or NO Certifying agency: DBE type: A e of firm: DBE $ Value of Work: Annual gross recei ts: Subcontractor: License No.: Exp. Date: / / % of Contract Work: Phone Location of Place of Business: Bid Schedule Item No's: Description of Work DBE status YES or NO Certifying agency: DBE type: A e of firm: DBE $ Value of Work: Annual gross receipts: NOTE For public construction projects ONLY: Total percentage of work by subcontractors may not exceed 50% unless otherwise specified in this document. Bid # LMD-14-15-R1002A C-6 DESIGNATION OF SUBCONTRACTORS PASEO PATHWAY LIGHTING CONVERSION TO LIGHT EMITTING DIODE (L.E.D) Project #R1002 (Bid # LMD-14-15-R1002A) City of Santa Clarita, California Subcontractor: License No.: Exp. Date: / / % of Contract Work: Phone Location of Place of Business: Bid Schedule Item No's: Description of Work DBE status YES or NO Certifying agency: DBE type: A e of firm: DBE $Value of Work: Annual gross recei ts: Subcontractor: License No.: Exp. Date: / / % of Contract Work: Phone Location of Place of Business: Bid Schedule Item No's: Description of Work Bid Schedule Item No's: Description of Work DBE $ Value of Work: [Annual gross receipts: DBE status YES or NO Certifying agency: DBE type: A e of firm: DBE $ Value of Work: Annual gross receipts: Subcontractor: License No.: Exp. Date: / / % of Contract Work: Phone Location of Place of Business: Bid Schedule Item No's: Description of Work DBE status YES or NO Certifying agency: DBE type: A e of firm: DBE $ Value of Work: [Annual gross receipts: NOTE For public construction projects ONLY: Total percentage of work by subcontractors may not exceed 50% unless otherwise specified in this document. Bid # LMD-14-15-R1002A C - 7 PASEO PATHWAY LIGHTING CONVERSION TO LIGHT EMITTING DIODE (L.E.D) Project #R1002 (Bid # LMD-14-15-R1002A) City of Santa Clarita, California REFERENCES The following are the names, addresses, and telephone numbers of three public agencies for which BIDDER has performed work of a similar scope and size within the past 3 years: 1. Name and Address of Owner / Agency 2. 3. Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed Name and Address of Owner / Agency Name and Telephone Number of Person Familiar with Project Contract Amount Type of Work Date Completed 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 BIDDER intends to procure insurance bonds: Bid # LMD-14-15-R1002A C-8 BIDDER'S INFORMATION AND CERTIFICATION Bidder certifies that the representations of the bid are true and correct and made under penalty of perjury. EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE Bidder certifies that in all previous contracts or subcontracts, all reports which may have been due under the requirements of any AGENCY, State, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. AFFIRMATIVE ACTION CERTIFICATION Bidder certifies that affirmative action has been taken to seek out and consider minority business enterprises for those portions of the work to be subcontracted, and that such affirmative actions have been fully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, Bidder certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. Bidder's Name: Business Address: Telephone No.: State CONTRACTOR's License No. & Class: Original Date: Expiration Date: The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and/or corporate officers having a principal interest in this proposal: The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal, or any firm, corporation, partnership or joint venture of which any principal having an interest in this proposal was an owner, corporate officer, partner or joint venture are as follows: Bid # LMD-14-15-R1002A C-9 All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals of all aforementioned principals this day of 20_ Subscribed and sworn to this Notary Public Bid# LMD-1445-R1002A C - 10 day of , 20_ BID SECURITY FORMS FOR CHECK OR BOND TO ACCOMPANY BID NOTE: The following form shall be used in case check accompanies bid. Accompanying this Proposal is a `certified/cashier's check payable to the order of the City of Santa Clarita for: dollars ($ ), this amount being not less than ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of said AGENCY provided this Proposal shall be accepted by said AGENCY through action of its legally constituted contracting authorities, and the undersigned shall fail to execute a contract and furnish the required bonds within the stipulated time; otherwise, the check shall be returned to the undersigned. Project Name: PASEO PATHWAY LIGHTING CONVERSION TO LIGHT EMITTING DIODE (L.E.D), PROJECT # R1002, (BID #LMD-14-15-R1002A) Bidder's Signature CONTRACTOR Address City, State, Zip Code * Delete the inapplicable work. NOTE: If the bidder desires to use a bond instead of a check, the following form shall be executed. The sum of this bond shall be not less than ten percent (10%) of the total amount of the bid. Bid # LMD-14-15-R1002A C - 11 PROPOSAL GUARANTEE BID BOND PASEO PATHWAY LIGHTING CONVERSION TO LIGHT EMITTING DIODE (L.E.D) PROJECT # R1002 (BID #LMD-14-15-R1002A) City of Santa Clarita, California KNOW ALL MEN BY THESE PRESENTS that as BIDDER, and as , are held and firmly boundunto e City o Santa ari a, as in the penal sum of dollars ($ ), which if ten percen o o e totalamounti y o GENCY for emove-stared pro1'ect, for the payment of which sum, BIDDER and SURETY agree to be bound, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to AGENCY for the above -stated project, if said bid is rejected, or if said bid is accepted and the contract is awarded and entered into by BIDDER in the manner and time specified, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of AGENCY. IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this day of 20_ SURETY' Subscribed and sworn to this day of NOTARY PUBLIC 20_ `Provide BIDDER and SURETY name, address, and telephone number and the name, title, address, and telephone number for authorized representative. IMPORTANT - Surety Companies executingBonds must appear on the Treasury Department's most current list (Circular 570, as amendedand be authorized to transact business in the State where the project is located. Bid # LMD-14-15-R1002A C - 12 NON -COLLUSION AFFIDAVIT PASEO PATHWAY LIGHTING CONVERSION TO LIGHT EMITTING DIODE (L.E.D) PROJECT # R1002 (BID #LMD-14-15-R1002A) City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES )) § I, being first duly sworn, depose and state that I am _ of _, the party making the foregoing bid, that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or Indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Signature of bidder's representative making the statement JURAT State of California County of Subscribed and sworn to (or affirmed) before me on this day of 120 by personally known to me or proved to me on the basis of satisfactory evidence to be the person (s) who appeared before me. (SEAL) Signature Bid # LMD-14-15-R1002A C - 13 BIDDER'S QUESTIONNAIRE PASEO PATHWAY LIGHTING CONVERSION TO LIGHT EMITTING DIODE (L.E.D) PROJECT # R1002 (BID #LMD-14-15-R1002A) City of Santa Clarita, California If the bidder has answered the questionnaire within the past year and there are no significant changes in the information requested, then the bidder need not file a new questionnaire. If there are changes, indicate those changes. Should the space provided not be adequate, so indicate and complete information on a separate page(s) and attach hereto. 1. Submitted by: Principal Office Address: 2. Type of Firm: Corporate: Individual: Partnership: 3a. Telephone: Other: If a corporation, answer these questions: Date of Incorporation: State of Incorporation: President's Name: Vice -President's Name: Secretary or Clerk's Name: Treasurer's Name: 3b. If a partnership, answer these questions: Date of organization: State Organized in: a Name of all partners holding more than a 10% interest: Designate which are General or Managing Partners. Name of person holding CONTRACTOR's license: License number: Class: Expiration Date: Bid # LMD-14-15-R1002A C - 14 BIDDER'S QUESTIONNAIRE (cont'd) PASEO PATHWAY LIGHTING CONVERSION TO LIGHT EMITTING DIODE (L.E.D) PROJECT # R1002 (BID #LMD-14-15-R1002A) City of Santa Clarita, California CONTRACTOR's Representative: Title: Alternate: Title: 6. List the major construction projects your organization has in progress as of this date: Owner: (A) Project Location: Type of Project: Bid # LMD-14-15-R1002A C - 15 SAMPLE CAPITAL IMPROVEMENT PROJECT AGREEMENT Contract Project Name (State Fund) This AGREEMENT is made and entered into for the above -stated project this _ day of 20_, BY AND BETWEEN the CITY OF SANTA CLARITA, as CITY, and as CONTRACTOR. CITY and CONTRACTOR have mutually agreed as follows: ARTICLE I That contract documents for the aforesaid project shall consist of the Notice Inviting Bids, Instructions to Bidders, Proposal, General Specifications, Standard Specifications, Special Provisions, Plans, and all referenced specifications, details, standard drawings, special drawings, appendices, and City's Labor Compliance Program; together with this AGREEMENT and all required bonds, insurance certificates, permits, notices, and affidavits; and also including any and all addenda or supplemental agreements clarifying or extending the work contemplated as may be required to insure its completion in an acceptable manner. All of the provisions of said AGREEMENT documents are made a part hereof as though fully set forth herein. ARTICLE II For and in consideration of the payments and agreements to be made and performed by CITY, CONTRACTOR agrees to furnish all materials and perform all work required for the above -stated project, and to fulfill all other obligations as set forth in the aforesaid contract documents. ARTICLE III CONTRACTOR agrees to receive and accept the prices set forth in the Proposal as full compensation for furnishing all materials, performing all work, and fulfilling all obligations hereunder. Said compensation shall cover all expenses, losses, damages, and consequences arising out of the nature of the work during its progress or prior to its acceptance including those for well and faithfully completing the work and the whole thereof in the manner and time specified in the aforesaid contract documents; and also including those arising from actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the work, suspension or discontinuance of the work, and all other unknowns or risks of any description connected with the work. ARTICLE IV CITY hereby promises and agrees to employ, and does hereby employ, CONTRACTOR to provide the materials, do the work, and fulfill the obligations according to the terms and conditions herein contained and referred to, for the prices aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the contract documents. ARTICLE V City and its respective elected and appointed boards, officials, officers, agents, employees, and volunteers (individually and collectively, "Indemnitees") shall have no liability to CONTRACTOR or any other person for, and CONTRACTOR shall indemnify, defend, protect, and hold harmless Indemnitees from and against, any and all liabilities, claims, actions, causes of action, proceedings, suits, damages, judgments, liens, levies, costs, and expenses of whatever nature, including reasonable attorney's fees and disbursements (collectively, "Claims"), which Indemnitees may suffer or incur or to which Indemnitees may become subject by reason of or arising out of any injury to or death of any person(s), damage to property, loss of use of property, economic loss, or otherwise occurring as a result of or allegedly caused by the CONTRACTOR'S performance of or failure to perform any services under this Agreement, or by the negligent or willful acts or omissions of CONTRACTOR, its agents, officers, directors, or employees, committed in performing any of the services under this Agreement. Bid # LMD-14-15RIO02A D - 16 If any action or proceeding is brought against Indemnitees by reason of any of the matters against which CONTRACTOR has agreed to indemnify Indemnitees as provided above, CONTRACTOR, upon notice from City, shall defend Indemnitees at its expense by counsel acceptable to City, such acceptance not to be unreasonably withheld. Indemnitees need not have first paid for any of the matters to which Indemnitees are entitled to indemnification in order to be so indemnified. The limits of the insurance required to be maintained by CONTRACTOR in this Agreement shall not limit the liability of CONTRACTOR hereunder. The provisions of this section shall survive the expiration or earlier termination of this agreement. The provisions of this section do not apply to Claims occurring as a result of the City's active negligence or acts of omission. ARTICLE VI CONTRACTOR affirms that the signatures set forth hereinafter in execution of this AGREEMENT represent all individuals, firm members, partners, joint venturers, or corporate officers having principal interest herein. ARTICLE VII Nature of Relationship CONTRACTOR shall not be subject to day-to-day supervision and control by CITY employees or officials. CONTRACTOR shall perform services in accordance with the rules, regulations and policies of CITY respecting such services, and in accordance with appropriate standards of professional conduct, if any, applicable to the services provided. CITY shall not be responsible for withholding any payroll or other taxes on behalf of CONTRACTOR. It is understood and agreed that the CONTRACTOR is, and at all times shall be, an independent CONTRACTOR and nothing contained herein shall be construed as making the CONTRACTOR, or any individual whose compensation for services is paid by the CONTRACTOR, an agent or employee of the CITY, or authorizing the CONTRACTOR to create or assume any obligation of liability for or on behalf of the CITY. ARTICLE VIII CONTRACTOR shall maintain and submit certificates of all applicable insurance including, but not limited to, the following and as otherwise required by law. The terms of the insurance policy or policies issued to provide the above insurance coverage shall provide that said insurance may not be amended or canceled by the carrier, for non- payment of premiums or otherwise, without thirty (30) days prior written notice of amendment or cancellation to the CITY. In the event the said insurance is canceled, the CONTRACTOR shall, prior to the cancellation date, submit to the City Clerk new evidence of insurance in the amounts established. Liability Insurance During the entire term of this agreement, the CONTRACTOR agfees to procure and maintain General Liability insurance at its sole expense to protect against loss from liability imposed by law for damages on account of bodily injury, including death therefrom, suffered or alleged to be suffered by any person or persons whomsoever, resulting directly or indirectly from any act or activities, errors or omissions, of the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction, and also to protect against loss from liability imposed by law for damages to any property of any person caused directly or indirectly by or from acts or activities of the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction. Such public liability and property damage insurance shall also provide for and protect the CITY against incurring any legal cost in defending claims for alleged loss. Such General, Public and Professional liability and property damage insurance shall be maintained in full force and effect throughout the term of the AGREEMENT and any extension thereof in the amount indicated above or the following minimum limits: A combined single limit liability policy in the amount of $2,000,000 or a commercial general liability policy with a $2,000,000 occurrence limit and a $4,000,000 aggregate limit will be considered equivalent to the required minimum limits. Bid # LMD-14-15R1002A D - 17 All of such insurance shall be primary insurance and, shall name the City of Santa Clarita as additional insured. A Certificate of Insurance and an additional insured endorsement (for general and automobile liability), evidencing the above insurance coverage with a company acceptable to the City's Risk Manager shall be submitted to City prior to execution of this Agreement on behalf of the City. Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance required by this Agreement. City may obtain coverage at CONTARCTOR'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. City may cancel the Agreement immediatelv with no Denaltv. 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. If the operation under this Agreement results in an increased or decreased risk in the opinion of the City Manager, then the CONTRACTOR agrees that the minimum limits herein above designated shall be changed accordingly upon request by the City Manager. The CONTRACTOR agrees that provisions of this paragraph as to maintenance of insurance shall not be construed as limiting in any way the extent to which the CONTRACTOR may be held responsible for the payment of damages to persons or property resulting from the CONTRACTOR's activities or the activities of any person or persons for which the CONTRACTOR is otherwise responsible. Worker's Compensation Insurance The CONTRACTOR shall procure and maintain, at its sole expense, Worker's Compensation Insurance in the amount of $1,000,000 per occurrence or in such amount as will fully comply with the laws of the State of California and which shall indemnify, inure and provide legal defense for both the CONTRACTOR and the CITY against any loss, claim or damage arising from any injuries or occupational diseases happening to any worker employed by the CONTRACTOR in the course of carrying out the work within the AGREEMENT. Such insurance shall also contain a waiver of subrogation naming the City of Santa Clarita. Automotive Insurance The CONTRACTOR shall procure and maintain, at its sole expense, throughout the term of this AGREEMENT, and any extension thereof, public liability and property damage insurance coverage for automotive equipment with coverage limits of not less than $1,000,000 combined single limit. All such insurance shall be primary insurance and shall name the City of Santa Clarita as an additional insured. Fire and Extended Coverage Insurance (Services involving real property only) CONTRACTOR also agrees to procure and maintain, at its sole expense, during the term of this Agreement, and any extension thereof, a policy of fire, extended coverage and vandalism insurance. ARTICLE IX Pursuant to Senate Bill 542, chaptered in 1999, the Employment Development Department (EDD) of the State of California requires that a W-9 Form be filed by all vendors for all AGREEMENTS entered into with the City. CONTRACTOR agrees to complete all required forms necessary to comply with EDD regulations. Bid # LMD-14-15RIO02A D - 18 ARTICLE X Term This AGREEMENT shall be effective for a period beginning on the date shown in the Notice to Proceed, and ending on 35 days after the date of recordation of the Notice of Completion unless sooner terminated. Modification/Termination No modification, amendment or other change in this AGREEMENT or any provision hereof shall be effective for any purpose unless specifically set forth in writing and signed by duly authorized representatives of the parties hereto. This AGREEMENT may be terminated with or without cause by CITY giving CONTRACTOR thirty (30) days advance written notice. Any reduction of services shall require thirty (30) days advance written notice unless otherwise agreed in writing between CONTRACTOR and CITY. In the event of termination, CONTRACTOR shall be entitled to compensation for all satisfactory services completed and materials provided to the date of the notice of termination. Conflict of Interest CONTRACTOR will comply with all conflict of interest laws and regulations including, without limitation, CITY's conflict of interest regulations. Non -Effect Waiver CONTRACTOR's or CITY's failure to insist upon the performance of any or all of the terms, covenants, or conditions of this Agreement, or failure to exercise any rights or remedies hereunder, shall not be construed as a waiver or relinquishment of the future performance of any such terms, covenants, or conditions, or of future exercise of such rights or remedies, unless otherwise provided for herein. Severability In the event that any one or more of the provisions contained in this AGREEMENT shall for any reason be held to be unenforceable in any respect by a court of competent jurisdiction, such holding shall not affect any other provisions of this AGREEMENT, and the AGREEMENT shall then be construed as if such unenforceable provisions are not a part hereof. Governing Law This AGREEMENT shall be construed and interpreted and the legal relations created thereby shall be determined in accordance with the laws of the State of California. Comoliance with Law CONTRACTOR shall comply with all applicable laws, ordinances, codes, and regulations of the federal, state, and local government, including City's Labor Compliance Program. CONTRACTOR shall comply with all aspects of the National Pollutant Discharge Elimination System (NPDES) in order to prevent pollution to local waterways. Failure to implement NPDES Requirements shall result in project delays through City issued Stop Work Notices and/or fines levied against the CONTRACTOR. Prevailing Wages If required by applicable state law including, without limitation Labor Code §§ 1720 (as amended by AB 975 (2001)), 1771, 1774, 1775, and 1776, CONTRACTOR must pay its workers prevailing wages. It is CONTRACTOR's responsibility to interpret and implement any prevailing wage requirements and CONTRACTOR agrees to pay any penalty or civil damages resulting from a violation of the prevailing wage laws. In accordance with Labor Code § 1773.2, copies of the prevailing rate of per diem wages are available upon request from CITY's Bid # LMD-14-15RIO02A D - 19 Engineering Division or the website for State of California prevailing wage determination at www.dir.ca.gov/DLSR/PWD. A copy of the prevailing rate of per diem wages must be posted at the job site. This contract is subject to state prevailing wage requirements of the California Labor Code including Sections 1770 and 1773, and the City's California Department of Industrial Relations (DIR) approved Labor Compliance Program. All covered work classifications required in performance of this contract will be subject to prevailing wage provisions. The Contractors and its subcontractors shall pay not less than the state wage rates. Contractor shall further adhere to the requirements contained in the City of Santa Clarita's Labor Compliance Program. A copy of the Labor Compliance Program is available for review upon request at the Office of the City Clerk. All pertinent state statutes and regulations, including, but not limited to those referred to in this contract and in the City's Labor Compliance Program, are incorporated herein as though set forth in their entirety. Additionally, the Contractor is responsible for obtaining a current edition of all applicable state statutes and regulations and adhering to the latest editions of such. 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. The parties hereto for themselves, their heirs, executors, administrators, successors, and assigns do hereby agree to the full performance of the covenants herein contained and have caused this AGREEMENT to be executed in duplicate by setting hereunto their names and titles this day of 20. CONTRACTOR: CONTRACTORName: SAMPLE ONLY-DONOTS/GN Address: Phone & Fax No. ALL SIGNATURES MUST BE Signed WITNESSED BY NOTARY Print Name & Title: CONTRACTOR's License No. Class CITY: Date: Mayor/City Manager of the City of Santa Clarita Attest: Approved as to Form: City Clerk of the City of Santa Clarita City Attorney of the City of Santa Clarita Bid # LMD-14-15R1002A D - 20 Date: FAITHFUL PERFORMANCE BOND PASEO PATHWAY LIGHTING CONVERSION TO LIGHT EMITTING DIODE (L.E.D) PROJECT # R1002 (BID #LMD-14-15-R1002A) City of Santa Clarita, California KNOW ALL MEN BY THESE PRESENTS that , as CONTRACTOR, AND as SURETY, are held and firmly bound unto the City of Santa Clarita, as AGENCY, in the penal sum of dollars ($ ), which is one -hundred (100%) percent of the total amount for the above -stated project, for the payment of which sum, CONTRACTOR and SURETY agree to be bound, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas CONTRACTOR has been awarded and is about to enter into the annexed Contract Agreement with AGENCY for the above -stated project, if CONTRACTOR faithfully performs and fulfills all obligations under the contract documents in the manner and time specified therein, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of AGENCY; provided that any alterations in the obligation or time for completion made pursuant to the terms of the contract documents shall not in any way release either CONTRACTOR or SURETY, and notice of such alterations is hereby waived by SURETY. IN WITNESS WHEREOF, the parties hereto have set their names, titles, hands, and seals, this day of .20—. CONTRACTOR* SURETY* Subscribed and sworn to this NOTARY PUBLIC day of , 20_ *Provide CONTRACTOR/SURETY name, address, and telephone number and the name, title, address, and telephone number of authorized representative. Bid # LMD-14-15R1002A D - 21 LABOR AND MATERIAL BOND PASEO PATHWAY LIGHTING CONVERSION TO LIGHT EMITTING DIODE (L.E.D) PROJECT # R1002 (BID #LMD-14-15-R1002A) City of Santa Clarita, California KNOW ALL MEN BY THESE PRESENTS that as CONTRACTOR AND as SURETY, are held and firmly bound unto the City of Santa Clarita, as AGENCY, in the penal sum of dollars ($ ), which is one -hundred (100%) percent of the total amount for the above stated project, for the payment of which sum, CONTRACTOR and SURETY agree to be bound, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas CONTRACTOR has been awarded and is about to enter into the annexed Contract Agreement with AGENCY for the above - stated project, if CONTRACTOR or any subcontractor fails to pay for any labor or material of any kind used in the performance of the work to be done under said contract, or fails to submit amounts due under the State Unemployment Insurance Act with respect to said labor, SURETY will pay for the same in an amount not exceeding the sum set forth above, which amount shall insure to the benefit of all persons entitled to file claims under the State Code of Civil Procedures; provided that any alterations in the work to be done, materials to be furnished, or time for completion made pursuant to the terms of the contract documents shall not in any way release either CONTRACTOR or SURETY, and notice of said alterations is hereby waived by SURETY. IN WITNESS WHEREOF, the parties hereto have set their names, titles, hands, and seals, this day of , 20_ CONTRACTOR* SURETY* Subscribed and sworn to this NOTARY PUBLIC day of 20_ *Provide CONTRACTOR/SURETY name, address, and telephone number and the name, title, address, and telephone number of authorized representative. Bid # LMD-14-15R1002A D - 22 SECTION E - GENERAL PROVISION PASEO PATHWAY LIGHTING CONVERSION TO LIGHT EMITTING DIODE (L.E.D) PROJECT # R1002 (BID #LMD-14-15-R1002A) City of Santa Clarita, California The general provisions for this contract shall be in conformance with Part 1, "General Provisions," of the Standard Specifications for Public Works Construction, 2009 Edition, (SSPWC or Greenbook 2009) accept as amended and or superseded by the following: PART 1 - GENERAL PROVISIONS BIDDER shall take note that the amendment and additional provision that follow are not all shown in the order or numbering system as shown in the Greenbook 2009. SECTION 1 - TERMS, DEFINITIONS, ABBREVIATIONS, AND SYMBOLS Agency -City of Santa Clarita Board -City Council representing the City of Santa Clarita City -City of Santa Clarita City Attorney -Attorney for the City of Santa Clarita Design Engineer- Gausman & Moore Engineer -City of Santa Clarita, City Engineer Inspector -Inspector for the City of Santa Clarita Owner -City of Santa Clarita State -State of California SSPWC-Standard Specification of Public Works Construction, 2009 Edition Greenbook-Standard Specification of Public Works Construction, 2009 Edition SECTION 2 - SCOPE AND CONTROL OF WORK 2-1 AWARD AND EXECUTION OF CONTRACT Within ten (10) working days after the date of the AGENCY's notice of award, the CONTRACTOR shall execute and return the following contract documents to the AGENCY: - Capital Improvement Project Agreement - Faithful Performance Bond - Labor and Material Bond - Public Liability and Property Damage Insurance Certificate and Endorsements - Auto Insurance - Worker's Compensation Insurance Certificate - W-9 Failure to comply with the above will result in annulment of the award and forfeiture of the Proposal Guarantee. Bid # LMD-14-15-R1002A E-1 The Contract Agreement shall not be considered binding upon the AGENCY until executed by the authorized AGENCY officials. A corporation to which an award is made may be required, before the Contract Agreement is executed by the AGENCY, to furnish evidence of its corporate existence, of its right to enter into contracts in the State of California, and that the officers signing the contract and bonds for the corporation have the authority to do so. 2-1.1 PRE -CONSTRUCTION MEETING A Pre -Construction Conference shall be conducted at the Santa Clarita City Hall, 23920 Valencia Boulevard, Santa Clarita, CA 91355, prior to the start of construction. The job -site foreman or superintendent assigned by the contractor for this project shall be present at the Pre -Construction Meeting. The contractor shall prepare a tentative progress schedule for submission and review at the Pre -Construction Meeting. The discussion shall include: verification of equipment orders; project supervision; on-site inspection; progress schedules and reports; payments to contractor; safety; and other anticipated problems pertinent to the project. The City of Santa Clarita will issue Notice to Proceed and Encroachment Permits at the Pre - Construction Meeting. At this conference, the contractor shall designate, in writing, a representative who shall have complete authority to act for the contractor. An alternate representative may be designated. The representative or alternate shall be present at the job site whenever work is in progress or whenever actions of the elements necessitate its presence to take measures necessary to protect the project, persons, or property. Any order or communication given to this representative shall be deemed delivered to the contractor. In the absence of the contractor or its designated representative, necessary or desirable directions or instructions may be given by the Engineer to the superintendent or person having charge of the specific work to which the order applies. Such order shall be complied with promptly and referred to the contractor or its representative. The following is a minimum agenda for the Pre -Construction Meeting 1. The ENGINEER will discuss procedures for Submittals, and Contract Change Requests, Notices and Orders. 2. The ENGINEER will discuss monthly progress payment application and establish the estimate cutoff date and discuss partial and final payments. 3. The ENGINEER will discuss the City's Labor Compliance Program. 4. The ENGINEER will discuss the City's Construction & Demolition Materials Management Plan. 5. The CONTRACTOR will introduce Contractor's representatives, briefly describe each person's responsibilities and provide Emergency contact information. The CONTRACTOR shall designate, in writing, a representative who shall have complete authority to act for the CONTRACTOR, including signature authority limitations. An alternate representative may be designated. The representative or alternate shall be present at the job site whenever work is in progress or whenever actions of the elements necessitate its presence to take measures necessary to protect the project, persons, or property. Any order or communication given to this representative shall be deemed delivered to the CONTRACTOR. In the absence of the Bid # LMD-14-15-R1002A E-2 CONTRACTOR or its designated representative, necessary or desirable directions or instructions may be given by the ENGINEER to the superintendent or person having charge of the specific work to which the order applies. Such order shall be complied with promptly and referred to the CONTRACTOR or its representative. 6. The CONTRACTOR will distribute a list of Subcontractors and suppliers and discuss sequence of and coordination of critical work and long lead procurement items. 7. The CONTRACTOR will prepare and submit a tentative progress schedule for review and acceptance. 8. The CONTRACTOR will define and discuss arrangements for Safety, first aid, emergency actions and security. Those attending the meeting shall include, but not be limited to the following: • Contractor • Subcontractors • Subcontractors finance representative or certified payroll designee for Labor Compliance instructions • City of Santa Clarita Special Districts Staff • City of Santa Clarita Project Manager • Design Engineer (Gausman & Moore.) • Construction Manager • Affected utility company representatives One week prior to the meeting, the Contractor shall submit the following: • Construction Schedule • C&DMMP 2-3 SUBCONTRACTS 2-3.2 SELF PERFORMANCE The second and third paragraphs of Subsection 2-3.2 of the SSPWC is hereby deleted and replaced with the following: The CONTRACTOR shall perform or provide, with its own organization, contract labor, materials, and equipment amounting to at least 30 percent of the Contract Price, but not less than the amount specified in Section 14, "Federal Requirements for Federal -Aid Construction Contracts", of the special provisions. The contract labor performed or provided by the CONTRACTOR shall amount to at least 15 percent of the total contract labor for the Contract. Contract labor shall exclude superintendence. Any designated "Specialty Items" may be performed by subcontract and the amount of any such "Specialty Items" so performed may be deducted from the Contract Price before computing the amount of contract labor, materials, and equipment required to be performed or provided by the CONTRACTOR with its own organization. When items of work in the bid schedule are preceded by the letter (s), said items are designated "specialty items." Where an entire item is subcontracted, the value of contract labor, materials, and equipment subcontracted will be based on the Contract Unit or Lump Sum Price. When a portion of an item is subcontracted, and value of contract labor, materials, and equipment subcontracted will be based on the estimated percentage of the Contract Unit or Lump Sum Price, determined from information submitted by the CONTRACTOR, subject to approval by the ENGINEER. Bid # LMD-14-15-R1002A E-3 The prime CONTRACTOR shall provide a description by bid item number and also otherwise fully designate the portion of work and amount of cost to be performed by each subcontractor. 2-3.3 STATUS OF SUBCONTRACTORS — Add the following to Subsection 2-3.3 Attention is directed to the provisions in Sections 10262 and 10262.5 of the Public Contract Code and Section 7108.5 of the Business and Professions Code concerning prompt payment to subcontractors. The Contractor shall return all moneys withheld in retention from the subcontractor within 30 days after receiving payment for work satisfactorily completed, even if the other contract work is not completed and has not been accepted in conformance with Section 6-8 of the SSPWC. This requirement shall not be construed to limit or impair any contractual, administrative, or judicial remedies otherwise available to the Contractor or subcontractor in the event of a dispute involving late payment or nonpayment by the Contractor or deficient subcontract performance or noncompliance by a subcontractor. 2-4 CONTRACT BONDS The Faithful Performance Bond shall remain in farce until one year after the date of recordation of the Notice of Completion. The Labor and Material Bond shall remain in force until 35 days after the date of recordation of the Notice of Completion, or until all claims for material and labor are paid, whichever is greater. 2-5 PLANS AND SPECIFICATIONS The contractor shall carefully study and compare the Contract Documents with each other and with information available to the contractor and furnished by the City and shall immediately notify the Engineer of errors, inconsistencies, or omissions discovered. If the contractor performs any construction activity knowing it involves a recognized error, inconsistency, or omission in the Contract Documents without notice to the Engineer, the contractor shall assume appropriate responsibility for such performance and shall assume responsibility for the full costs for correction. The contractor shall make field measurements, verify Feld conditions, and shall carefully compare such field measurements and conditions and other information known to the contractor with the Contract Documents before commencing activities. Errors, inconsistencies, or omissions discovered shall be reported to the Engineer immediately. When existing conditions are encountered which, in the opinion of the Engineer, require temporary suspension of work for design modifications or for other determinations to be made, the contractor shall move to other areas of work until such determinations are made at no cost to the City. The contractor shall be allowed an adjustment in the contract price or an extension of the contract time, or both, directly attributable to any such suspension, if the contractor makes an approved claim therefore as provided in Section 3, "Changes in Work" of the Standard Specifications. 2-5.3 SUBMITTALS The third paragraph of Subsection 2-5.3.1 General, is hereby deleted and replaced with the following: Bid # LMD-14-15-R1002A E-4 The Contractor shall provide a minimum of 7 working days for review of submittals unless otherwise specified in the Special Provisions. The Contractor shall provide up to 14 working days for each submittal of electrical work and its related items for the review of submittal. Each Submittal shall be accompanied by a letter of transmittal. Submittals shall be submitted to:City of Santa Clarita 23920 Valencia Blvd. Suite 260 Santa Clarita, CA 91355 Phone: (661) 286-4093 Fax (661) 286-4009 Attention: Jason La Riva 2-5.3.1a SCHEDULE OF SUBMITTALS Add subsection 2-5.3. la, "Schedule of Submittals" as follows: At the start of Work, the Contractor shall identify the submittals which will be required and determine the date on which each submittal will be made. The submittal schedule shall be submitted with the Contractor's schedule to the Engineer for approval as specified in 6.1.1, Prosecution, Progress and Acceptance of the Work. 2-5.3.2 WORKING DRAWINGS the second sentence is hereby deleted and replaced with the following: Six copies, one reproducible and one electronic PDF shall be submitted. The maximum capacity for attachment via email is 15 Megabytes. 2-5.3.4 SUPPORTING INFORMATION the second sentence is hereby deleted and replaced with the following: Six copies and one electronic PDF of the supporting information shall be submitted to the Engineer prior to the start of the Work unless otherwise specified in the Special Provisions or directed by the Engineer. 2-5.4 DRAWINGS AND SPECIFICATIONS (AS -BUILT)- Add the following: The contractor shall maintain on the job site, a set of full-size blueline or black line prints, to which the Engineer shall have access at all times. The plans, specifications, and other Contract Documents shall govern the project. The Contract Documents are intended to be complementary and cooperative and to describe and provide for a complete project. Anything in the Specifications and not on the plans, or on the plans and not in the specifications, shall be as though shown or mentioned in both. While it is believed that much of the project will be shown on the plans or indicated in the specifications, this does not warrant the completeness or accuracy of such information. The contractor shall ascertain the existence of any conditions affecting the cost of the project, which would have been disclosed by a reasonable examination of the site. On these plans, the contractor shall make all as -built conditions, locations, configurations, and other details which may vary from the details represented on the original drawings. This master Bid # LMD-14-15-R1002A E - 5 record of as -built conditions, including all revisions made necessary by Addenda, Change Orders, and the like, shall be maintained up to date during the progress of the work. In the case of those drawings, which are superseded by final shop drawings, the as -built drawings shall be updated by indicating how those portions are superseded. Upon completion of the work and prior to final acceptance, legible, reproducible, as -built drawings shall be turned over to the Owner. Progress payments shall be withheld if as -built drawings are not being updated. Final payment shall be withheld until as -built drawings are submitted and accepted by the Engineer. 2-6 WORK TO BE DONE The Work to be done and Order of Work shall conform to the following: (See Special Provisions, Section F) 2-8 RIGHT-OF-WAY The City will acquire all rights-of-way, easements, and rights -of -entry as required for this project. The contractor shall verify that the acquisition(s) is completed prior to beginning any work outside of the public right-of-way. All cost for re -mobilization, downtime, etc. due to delays in obtaining the required rights-of-way, easements, and rights -of -entry shall be included in the bid prices for this project and no additional compensation shall be allowed. In the event the required easements have not yet been acquired by the City, the contractor shall conduct his operation so as to confine his work to the limits of the existing right-of-way. 2-11 INSPECTION OF THE WORK The contractor shall notify the Engineer or City Inspector forty-eight (48) hours in advance of the start of work. There will be an inspection of this project to ensure strict adherence to the plans and specifications. Any work done in unauthorized areas or in a manner unacceptable to the inspector shall not be accepted or paid for by the City. 2-13.2 CLOSE OUT Prior to final payment, the CONTRACTOR shall deliver the following documents to the ENGINEER: Punch List approval As-built/Record Drawings Labor Compliance Forms C&DMMP and Weight Delivery Tickets O&M Manuals Warranties Training if necessary Removal of all construction signs Bid # LMD-14-15-R1002A E-6 SECTION 3 - CHANGES IN WORK - Add to Section 3 the followin The Owner may at any time, as the need arises, order changes within the scope of the work without invalidating the Agreement. If such changes increase or decrease the amount due under the Contract Documents, or in the time required for performance of the work, an equitable adjustment shall be authorized by Change Order. Each approved change order shall be considered as an amendment to the Contract Documents and shall not be considered approved until executed by the Owner. The Engineer, also, may at any time, by issuing a Field Order, make changes in the details of the work. The Contractor shall proceed with the performance of any changes in the work so ordered by the Engineer unless the Contractor believes that such Field Order entitles him to a change in Contract Price or Time, or both in which event he shall give the Engineer WRITTEN NOTICE thereof within seven (7) days after the receipt of the ordered change. Thereafter the Contractor shall document the basis for change in Contract Price or Time within thirty (30) days. Engineer has authority to make minor changes in the work, which do not involve extra cost and are not inconsistent with the Contract Documents. Contractor's acting on such instructions, explanations and drawings of Engineer means that Contractor agrees that such explanations, instructions and drawings are within the scope of the work in accordance with the intent of the Contract Documents and do not constitute a basis for modification of the Contract Documents as to price or time. The Contractor shall not execute such changes pending the receipt of an executed Change Order or further instructions from the Owner. The Contract Price may be changed only by a Change Order. The value of any work covered by a Change Order or of any claim for the increase or decrease in the Contract Price shall be determined by one or more of the following methods in the order of precedence listed below: 1. Unit prices previously approved. 2. An agreed lump sum. 3. The actual cost for labor, direct overhead, materials, supplies, equipment, and other services necessary to complete the work. In addition there shall be added an amount to be agreed upon but not to exceed fifteen (15) percent of the actual cost of the work to cover the cost of general overhead and profit. The aggregate of all markups for added work performed by a Subcontractor, regardless of the number of tiers of Subcontractors used, shall not exceed 10% on the first $2,000 of extra work performed by the Subcontractor, and 5% on work in excess of $2,000. Extra work to be paid for on a force account basis as directed by the Owner's Representative will be paid for as set forth in Section 3 "Changes in Work" of the Standard Specifications. The labor surcharge, equipment rental rates and the right of way delay factors for each classification of equipment are listed in the California Department of Transportation publication entitled Labor Surcharge and Equipment Rental Rates. 3-3 EXTRA WORK 3-3.2.3.1 WORK BY CONTRACTOR Section 3-3.2.3.1 Work by Contractor is replaced by the following: Bid # LMD-14-15-R1002A E-7 a. Work by the CONTRACTOR: The following percentages shall be added to the CONTRACTOR's cost and shall constitute the markup for all overhead and profit on Extra Work performed by the Contractor: 1. Labor 20% 2. Materials 15% 3.Equipment Rental 15% 4.Other Items and Expenditures15% Refer to current CALTRANS Labor Surcharge & Equipment Rental Rates for unit pricing of all Extra Work. b. The Contractor shall also be compensated as specified in the Special Provisions for the actual increase in the Contractor's bond premium caused by the extra work. The CONTRACTOR shall notify his sureties and the carriers of the insurance furnished and maintained by him of any changes affecting the general scope of work or change in the contract price, or time, or a combination thereof, and the amount of the applicable bonds and the coverage of the insurance shall be adjusted accordingly. The CONTRACTOR shall furnish proof of such adjustments to the AGENCY. 3-3.2.3.2 WORK BY SUBCONTRACTOR Section 3-3.2.3.2 Work by Subcontractor is replaced by the following: Work by the SUBCONTRACTOR: The aggregate of all markups for added work, regardless of the number of tiers of SUBCONTRACTORS used, shall not exceed the markup established in Subsection 3-3.2.3.1 a plus 10 -percent on the first $2,000 of extra work and 5 -percent on work in excess of $2,000. 3-4 CHANGED CONDITIONS - Add to Section 3-4, "Changed Conditions' the following: During the progress of the work, if subsurface or latent conditions are encountered at the site differing materially from those indicated in the "Materials Information," log of test borings, other geotechnical data obtained by the City's investigation of subsurface conditions, or an examination of the conditions above ground at the site, the party discovering those conditions shall promptly notify the other party in writing of the specific differing conditions before they are disturbed and before the affected work is performed. Protect and maintain existing profile grades and street cross -fall. Deviations from the above, whether in plan or Feld, shall be identified to the Engineer or City Inspector in writing prior to any work at least two weeks (10 working days) in advance. Cost of repair and restoration shall be at the Contractor's expense. Field obstructions, grade differences, or differences in dimensions may exist that might not have been considered or observed during design of this project. Upon discovery of the difference, the Contractor shall promptly notify the Engineer or City Inspector and the City having jurisdiction in writing at least two weeks (10 working days) in advance of disturbing, any physical conditions differing from those represented by approved plans and specifications. In the event this notification is not performed, the contractor shall assume full responsibility for necessary revisions. Bid # LMD-14-15-R1002A E-8 The Contractor will be allowed 15 days from the notification of the Engineer's determination of whether or not an adjustment of the contract is warranted, in which to file a notice of potential claim in conformance with the provisions of Section 3-3 "Extra Work," of the Standard Specifications and as specified herein; otherwise the decision of the Engineer shall be deemed to have been accepted by the Contractor as correct. The notice of potential claim shall set forth in what respects the Contractor's position differs from the Engineer's determination and provide any additional information obtained by the Contractor, including but not limited to additional geotechnical data. The notice of potential claim shall be accompanied by the Contractor's certification that the following were made in preparation of the bid: a review of the contract, a review of the "Materials Information," a review of the log of test borings and other records of geotechnical data to the extent they were made available to bidders prior to the opening of bids, and an examination of the conditions above ground at the site. Supplementary information, obtained by the Contractor subsequent to the filing of the notice of potential claim, shall be submitted to the Engineer in an expeditious manner. 3-6 NOTICE TO SURETIES Section 3, Changes in Work, is amended by adding thereto the following Subsection 3-6: The CONTRACTOR shall notify his sureties and the carriers of the insurance furnished and maintained by him of any changes affecting the general scope of work or change in the contract price, or time, or a combination thereof, and the amount of the applicable bonds and the coverage of the insurance shall be adjusted accordingly. The CONTRACTOR shall furnish proof of such adjustments to the AGENCY. SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.lGeneral: The CONTRACTOR and all subcontractors, suppliers, and vendors, shall guarantee that the entire work will meet all requirements of this contract as to the quality of materials, equipment, and workmanship. The CONTRACTOR, at no cost to the AGENCY, shall make repairs or replacements made necessary by defects in materials, equipment, or workmanship that become evident within one year after the date of recordation of the Notice of Completion. Within this one-year period, the CONTRACTOR shall also restore to full compliance with requirements of this contract portions of the work that are found to not meet those requirements. The CONTRACTOR shall hold the AGENCY harmless from claims of any kind arising from damages due to said defects or noncompliance. Repairs, replacements, and restorations shall be made within 30 days after the date of the ENGINEER's written notice. 4-1.4 TEST OF MATERIALS - All necessary materials and compaction testing will be done by AGENCY approved testing laboratory. Except as elsewhere specified, the AGENCY will bear the cost of testing materials and or workmanship, which meet or exceed the requirements indicated in the SSPWC and Special Provisions. The costs of additional tests, if deemed necessary by the ENGINEER, of material and/or workmanship, which previously met or exceeded the requirements indicated in the SSPWC and Special Provisions, shall be borne by the CONTRACTOR. The cost of all other testing that fails to pass the first test shall be charged to the CONTRACTOR and withheld from final payment. CONTRACTOR shall submit to the Project Inspector, on the AGENCY'S standard form, requests for material testing at least 48 -hours before the required materials test is needed Bid # LMD-14-15-R1002A E-9 4-1.6 TRADE NAMES OR EQUALS - Approval of equipment and materials offered as equivalents to those specified must be obtained as set forth herein and in the INSTRUCTION TO BIDDERS. SECTION 5 - UTILITIES The Contractor's attention is directed to Section 5 "Utilities" and Subsections 7-9 "Protection and Restoration of Existing Improvements" of the Standard Specifications and to the contract Plans for location of utilities. The Contractor shall verify the location, size, and type of all existing utilities prior to construction. Utilities include but are not limited to; telephone, electricity, gas, oil transmission, fiber-optic cable, cable television lines, domestic water, reclaimed water, sewer, and traffic signal interconnect lines. Payment for construction relocation or adjustment of these utility lines shall be the responsibility of the respective utility companies, unless otherwise indicated elsewhere in these Special Provisions. The contractor shall obtain all necessary permits and notify the following agencies at least 72 hours in advance of excavating around any of their structures. The utility companies listed below can be contacted as indicated. It shall be the responsibility of the contractor to coordinate all phases of construction with the various utility companies involved. The California Public Utilities Commission mandates that, in the interest of public safety, main line gas valves be maintained in a manner to be readily accessible and in good operating condition. The contractor shall notify Southern California Gas Company, Headquarters Planning Office at (818) 701-3261 at least 2 working days prior to the start of construction. The location and existence of utilities and improvements shown on the plans are approximate and taken from available records. The contractor shall verify the location of existing improvements and shall take all precautions to protect them whether shown or not. The contractor shall notify Underground Service Alert at 1-800-422-4133 at least 48 hours prior to any excavation. The contractor is advised of the existence of the utility notification service provided by Underground Service Alert (USA). USA member utilities will provide the contractor with the precise locations of their substructures in the construction area when the contractor gives at least 48 hours' notice to Underground Service Alert by calling 1-800-422-4133. The exact location and identification of all existing utilities shall be determined by the contractor prior to the start of any work. All existing City -owned utilities located in sidewalk, driveway approach, access ramp, or any area requiring grade adjustment due to the proposed improvements shall be considered appurtenant to the bid item for which the adjustment is required. The Contractor shall protect -in-place all utilities otherwise noted on the plans. The cost for coordination with the utility companies and providing the time, work areas, protecting their facilities, in place as shown on plans and as specified in these provision shall be Bid # LMD-14-15-R1002A E-10 included in the related items of work and no additional time allowance or compensation shall be made thereof. 5-1 LOCATION - Add the following: The following Utilities, with contact information, are known to be within the Contract limits: a. Contact Underground Service Alert at least 2 working days in advance of disturbance. 1-800-227-2600. b. The following Utility Company's shall be contacted regarding information of their known facilities: Gas Contact: SOUTHERN CALIFORNIA GAS COMPANY P.O. Box 2300 Chatsworth, CA 91313-2300 Attention: Rick Regoli (323)881-3598 Telephone Contact: 2. AT&T 26971 Furnivall Ave., Room D102 Santa Clarita, CA 91351 Attention: Craig Linden (661) 251-9979 Water District Contacts: 3. VALENCIA WATER COMPANY 24631 W. Avenue Rockefeller Santa Clarita, CA 91355 Attention: Gil Hermosillo (661)295-6575 4. NEWHALL COUNTY WATER DISTRICT 23780 N. Pine Street Santa Clarita, CA 91322-0970 Attention: Danielle Burleson (661)259-3610 x235 5. SANTA CLARITA WATER 22722 Soledad Canyon Road Santa Clarita, CA 91350 Attention: Hugo Borja (661)964-3993 Electric Contact: 6. SOUTHERN CALIFORNIA EDISON 25625 W. Rye Canyon Road Valencia, CA 91355 Attention: Jeff Mouser (661) 257-8230 Bid #-MD-14-15-R1002A E-11 5-4 RELOCATION Add to Section 5-4 the following: The alteration or temporary relocation of all service connections (including but not limited to: water, irrigation water, sewer, electrical, cable television, natural or manufactured gas, underground and/or overhead telephone, and electrical) to adjacent property shall be the responsibility of the contractor. The contractor shall restore the service connections as soon as possible after any disruption in service. The contractor shall make all arrangements with the utility owners regarding such work. The costs for such work on service connections shall be absorbed in the unit prices bid for the various contract items. 5-6 COOPERATION 5-7 UTILITY COORDINATION WITH OTHER CONTRACTORS The City expects to have one or more separate Contractor companies working in, the same area at the same time. Contractor shall coordinate and cooperate with any and all separate Contractors at no additional cost to the City. Such coordination may include, but will not be limited to, participating in regularly scheduled or special meetings with the City, residents, and/or other Contractors; scheduling work to coincide with work of another Contractor and to minimize disruption to the construction schedule; and similar tasks requested by the City. 5-8 EXISTING UTILITIES A. Existing utilities are located within the limits of work. The Contractor shall confirm locations of all utilities and protect them in place or relocate as required. B. In the event any such unknown substructures should be disturbed or damaged due to the failure of the Contractor's exercising reasonable care, the Contractor shall at once make necessary emergency repair at no cost to and to the approval of the owner. C. Prior to the commencement of work, the Contractor shall verify the location and depth of all utilities, including service laterals and service connections, which have been indicated on the Plans marked by the respective owners and which may affect or be affected by its operations. D. All utilities designated on the Plans to be protected in place shall be carefully uncovered if located within the lines of excavation and time shall be allowed for the Engineer to field check the location of such utilities to make certain that they will not interfere with construction. In the event a utility conflict exists, the City will either arrange for utility owner to relocate the utility or adjust grade and/or alignment of the proposed improvement. E. In the event any such facility should be disturbed or damaged, the Contractor shall at once make repairs to the satisfaction of the owner, or arrange with the owner to make repairs, at no cost to the City. Any delays or reconstruction of improvements resulting from the Contractor's failure to verify utility locations and depths shall be made at the Contractor's expense. Bid # LMD-14-15-R7002A E - 12 F. The Contractor's attention is directed to the utility notification service provided by UNDERGROUND SERVICE ALERT (USA). USA member utilities will provide the Contractor with the locations of their substructures in the construction area when the Contractor gives at least 2 working days' notice to Underground Service Alert by calling 1-800-422-4133. The Contractor shall call USA prior to any work (such as backfilling, resurfacing, paving) over substructures to allow owners to locate and/or obtain accurate "ties" on their manholes, valve covers, meter boxes, etc. Full compensation for conforming to the requirements of utilities shall be considered as included in the other related items of work involved and no additional compensation shall be allowed, unless otherwise noted. 5-9 POTHOLING Prior to commencement of construction, contractor shall physically locate, verifying horizontal and vertical locations, and map existing underground facilities within the work area that are marked by Underground Service Alert (USA) or shown on the drawings. Contractor shall protect all such facilities from damage due to construction activities for the duration of the project. Contractor shall deliver a plan with the location of each potholed utility to the Engineer. Repair of damage to such facilities shall be at the contractor's expense and shall be considered as integral to this item of work. Contractor shall be responsible for following all applicable rules and regulations concerning work in the vicinity of underground and/or overhead utilities. It shall be the Contractor's responsibility alone to determine the exact location of underground utilities or sub -structures of every nature and to protect them from damage. Special attention shall be made to facilities that have been underground within three months prior to construction as Underground Service Alert personnel may not have records of these facilities. SECTION 6 - PROSECUTION, PROGRESS, AND ACCEPTANCE OF WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK The Contractor shall prepare a construction schedule for this contract in conformance with the Provisions in Section 6-1, "Construction Schedule and Commencement of Work," of the Standard Specifications. The Contractor's proposed schedule and staging plan shall be submitted to the Engineer for approval within five (5) working days after the Agency's issuance of a notice of award of contract. Unless otherwise provided, the Contract time shall commence upon the date of issuance of a notice to proceed. The work shall start within (ten) 10 consecutive calendar days thereafter, and be diligently prosecuted to completion within the time provided in the Specifications. The Contractor shall be responsible for establishing a construction schedule for removal of existing signing and striping within the limits as shown on the plans. This schedule will be subject to review and approval by the Engineer before any of these processes begins. Where areas of additional removal are found to be needed during the course of this work, the Engineer may provide for such work to be performed by other forces or direct that it may be performed by the Contractor as a change in the work. Bid # LMD-14-15-R1002A E - 13 The Contractor shall prepare a computer generated CPM schedule for this project. The schedule shall be generated using Microsoft Project, or an approved substitute. The schedule shall be broken down into activities with durations each less than two weeks and valued at less than $20,000. No more than 15% of the activities may be on the critical path of the baseline schedule. The baseline schedule will be reviewed by the Engineer and the Contractor shall make any reasonable changes requested to make the schedule acceptable. On a biweekly basis, the Contractor shall submit an updated schedule reflecting the work progress for the previous two weeks. If, at any time, the updated schedule shows project completion ten or more working days behind schedule, the Contractor shall be required to submit a recovery schedule showing how the original completion date will be met. After the recovery schedule has been found to be acceptable by the Engineer, it will be used to govern work until the original schedule is recovered. On a weekly basis, the Contractor shall submit a task schedule reflecting the work scheduled for each day for the following two weeks. Compliance with the scheduling requirements of this section is of the essence of this contract. Failure to comply with the requirements of this section may result in the Owner retaining money from the monthly pay request. All schedule submittals shall be made electronically and in printed format acceptable to the Engineer 6-1.2 COMMENCEMENT OF THE WORK Delete an replace Section 6-1.2 "Commencement of the Work" as follows: 1. The start date for Construction will be established at the Pre -Construction Meeting. 2. A "Notice to Proceed" will be issued in writing by the Engineer, pending confirmation that the following documents have been submitted by the CONTRACTOR in accordance with the Pre -Construction Checklist included in the Notice Inviting Bids. • Construction Schedule • List of all Subcontractors • Materials List • Permits • Emergency Contact Information • Construction and Demolition Materials Management Plan 3. In the event that procurement lead time precedes construction activity, the CITY will issue a Notice to Proceed with Procurement. Upon verification of delivery dates, the Notice to Proceed with Construction will be issued as deemed necessary. 4. The work shall start within (ten) 10 consecutive calendar days thereafter, and be diligently prosecuted to completion within the time provided in the Specifications. Bid # LMD-14-15-R1002A E - 14 6-1.3 CONSTRUCTION PROGRESS MEETINGS Add the following Section 6-1.3 "Construction Progress Meetings" as follows: 1. Progress meetings will be scheduled between the ENGINEER and CONTRACTOR. 2. Meetings will be scheduled weekly and more often as necessary for the competent and timely execution of the work under the Contract. These meetings will be chaired by the ENGINEER. 3. The CONTRACTOR shall supply, as requested by the ENGINEER, an updated weekly or bi-weekly progress of work to be performed for the weekly meeting. 6-6 DELAYS AND EXTENSIONS OF TIME 6-6.1 GENERAL - In the second paragraph, replace the word "materials" with the words "materials, equipment, 6r labor". No extension of time will be granted for the CONTRACTOR'S inability to secure materials for this project. 6-7 TIME OF COMPLETION 6-7.1 GENERAL - Time is of the essence in the performance of the work. The Contractor shall begin work within ten (10) calendar days after date of the Notice to Proceed and shall diligently prosecute the work to completion in every detail, within 50 working days after the date in the Notice to Proceed with Work, exclusive of maintenance periods. 6-7.2 WORKING DAY - CONTRACTOR's activities shall be confined to the hours between 7:00 am. and 4:30 pm. Monday through Friday. In addition, no work shall be performed by the CONTRACTOR on Saturday, Sunday, or on AGENCY -designated holidays. Days designated as holidays by the AGENCY are listed in Table 1. Deviations from these restrictions will not be permitted without the prior consent of the ENGINEER, except in emergencies involving immediate hazard to persons or property. In the event of either a requested or emergency deviation, inspection service fees will be charged against the CONTRACTOR. Service fees will be calculated at overtime rates including benefits, overhead, and travel time; and will be deducted from the amounts due the CONTRACTOR. TABLE 1 AGENCY -DESIGNATED HOLIDAYS New Year's Day - Tuesday, January 1 Martin Luther King Day - Monday, January 20 President's Day - Monday, February 17 Memorial Day - Monday, May 26 Independence Day - Friday, July 4 Bid # LMD-14-15-R1002A E - 15 Labor Day - Monday, September 1 Veteran's Day - Tuesday, November 11 Thanksgiving Day - Thursday, November 27 Day after Thanksgiving - Friday, November 28 112 Day for Christmas Eve - Wednesday, December 24 Christmas Day - Thursday, December 25 1/2 Day for New Year's Eve - Wednesday, December 31 New Year's Day - Thursday, January 1, 2015 6-7.3 CONTRACT TIME ACCOUNTING 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY 6-9 LIQUIDATED DAMAGES Liquidated damages for failure of the CONTRACTOR to complete the work within the time allowed are hereby amended to be one thousand dollars ($1,000.00) per day. SECTION 7 - RESPONSIBILITIES OF CONTRACTOR 7-1 CONTRACTOR'S EQUIPMENT AND FACILITIES A noise level limit of 86 dba at a distance of 50 feet shall apply to all construction equipment on or related to the job whether owned by the CONTRACTOR or not. The use of excessively loud warning signals shall be avoided except in those cases required for the protection of personnel. The CONTRACTOR shall not start, operate, move, or idle equipment prior to the designated working time of 7:00 a.m. Monday through Friday unless otherwise approved by the AGENCY. 7-2 LABOR 7-2.2 LAWS - The CONTRACTOR and all subcontractors, suppliers, and vendors shall comply with all AGENCY, State, and Federal orders regarding affirmative action to ensure equal employment opportunities and fair employment practices. Failure to file any report due under said orders will result in suspension of periodic progress payments. The CONTRACTOR shall ensure unlimited access to the job site for all equal employment opportunity compliance officers. In accordance with the Labor Code, as provided in Section 1773, et. seq., the AGENCY has on file in the City Clerk's office the latest prevailing rates as established by the Director of Industrial Relations of the State of California. The CONTRACTOR shall not pay less than these rates. Bid # LMD-14-15-R1002A E - 16 7-3 LIABILITY INSURANCE Replace the second and third paragraphs of Section 7-3 "Liability Insurance" and replace with following: Liability insurance coverage requirements are as follows: Insurance Coverage Requirements Limit Requirements Comprehensive General Liability$ 2,000,000 Products/Completed Operations Hazard$ 2,000,000 Comprehensive Automobile Liability$ 1,000,000 Contractual General Liability $ 2,000,000 A combined single -limit policy with aggregate limits in the amount of $4,000,000 will be considered equivalent to the required minimum limits. 7-5 PERMITS Subsection 7-5 of the SSPWC is hereby deleted and replaced with the following Prior to the start of work, the CONTRACTOR shall take out the applicable AGENCY permits and make arrangements for AGENCY inspections. AGENCY permits will be issued at no charge to the CONTRACTOR. The CONTRACTOR and all subcontractors shall be licensed in accordance with State Business and Professions Code, The CONTRACTOR shall also obtain, at the CONTRACTOR's cost, any and all other permits, licenses, inspections, certificates or authorizations required by any governing body or entity. The CONTRACTOR shall pay all costs incurred by the permit requirements. The AGENCY will reimburse the CONTRACTOR permit fees associated with the contract. CONTRACTOR shall submit original permit fees for review by AGENCY prior to any reimbursement. No reimbursement to the CONTRACTOR will be made for his time or associated costs incurred in procuring construction permits. 7-6CONTRACTOR'S REPRESENTATIVE Add the following: The CONTRACTOR's Representative is required to be accessible by pager or cellular phone at all times. 7.8 PROJECT SITE MAINTENANCE 7.8.1 CLEAN UP and DUST CONTROL The contractor shall comply with Section 7-8.1, "Cleanup and Dust Control," of the Standard Specifications and Section 7-1.01 F "Air Pollution Control," of the Caltrans Standard Specifications. The contractor must comply with the City of Santa Clarita's Municipal Code and State Regulations. Bid # LMO-14-15-R1002A E - 17 7-8.1.2 CLEANUP The contractor is responsible to keep streets, paseos and walkways within the construction area clean at all times. Any sweeping performed by the City crews due to the construction work shall be charged to the contractor at overtime rates. The contractor shall, as directed by the Engineer, remove from all public and private property at its own expense all temporary structures, rubbish and waste materials resulting from its operations. This includes temporary work area obtained by the contractor. All existing surfaces, whether asphaltic or concrete, portland cement concrete, permanent fencing and barriers, landscape material such as turf, trees, shrubs, gravel, etc., or other, shall, after construction, be restored to a condition at least equal to that which existed prior to construction. All restoration shall be in-kind except in those areas where details indicate to the contrary. The details of those areas will govern. Restoration shall include, but not be limited to, the replacement of landscape planting and irrigation system, and pavement striping which are disturbed by the contractor's operations in the course of work. Protect existing buildings, paving, landscaping, and other services or facilities on-site and adjacent to the site from damage caused by site work operations and access to the site. Cost of repair and restoration of damaged items shall be at the contractor's expense. It shall be the contractor's responsibility to conduct his operations in such a manner so as to prevent damage to existing substructures. In the event of substructure damage, the contractor shall bear full responsibility and total expense for repair and/or replacement of said substructure. Locate, protect, and maintain benchmarks, monuments, control points, and project engineering reference points. Re-establish disturbed or destroyed items at contractor's expense. Payment for this work shall be included in the related items of work and no additional compensation shall be made thereof. 7-8.3 NOISE CONTROL Add the following to Section 7-8.3 The project shall follow standard noise abatement regulations as specified by the City of Santa Clarita Municipal Code Section 11.44.080, which restricts construction activities within 300 feet of residentially zoned property to weekdays between 7:00 a.m. and 4:00 p.m. A noise level of 86 db at a distance of 50 feet shall apply to all construction equipment in or related to the job whether owned by the CONTRACTOR or not. The use of excessively loud warning signals shall be avoided except in those cases required for the protection of personnel. The construction CONTRACTOR shall locate equipment and staging areas as far from buildings as possible, and the construction CONTRACTOR shall limit unnecessary idling of equipment. Bid # LMD-14-15-R1002A E - 18 PAYMENT Full compensation for conforming to the provisions in this section shall be considered as included in the lump sum price paid for StormWater Pollution Prevention Plan, as shown on the Bid, of work involved and no additional compensation will be allowed therefore. The Engineer will retain an amount equal to 25 percent of the estimated value of the contract work performed during estimate periods in which the CONTRACTOR fails to conform to the provisions in this section "Water Pollution Control" as determined by the Engineer. Retentions for failure to conform to the provisions in this section "Water Pollution Control" shall be in addition to the other retentions provided for in the contract. The amounts retained for failure of the CONTRACTOR to conform to the provisions in this section will be released for payment on the next monthly estimate for partial payment following the date that a WPCP has been implemented and maintained and water pollution is adequately controlled, as determined by the Engineer. 7-8.8 WATER: Add the following to Section 7-8: The contractor shall make arrangements with Valencia Water Company to obtain water from designated fire hydrants at or near the project for use in dust control and soil compaction. It shall be the responsibility of the contractor to pay for the water and any deposits required. Water shall not be taken from any residential systems without the express written consent of the homeowner. The cost to furnish and apply water shall be included in the related items of work and no additional compensation shall be made thereof 7-8.9 CONSTRUCTION AND DEMOLITION MATERIALS MANAGEMENT Section 7-8, Project Site Maintenance, is amended by adding thereto the following Subsection 7-8.9 as follows: The CONTRACTOR shall comply with the City's Construction and Demolition Material Management Ordinance per City of Santa Clarita Municipal Code Section 15.46, parts 1-3 and 5. This requires that at least 50% of all construction and demolition materials and inert wastes from construction, demolition, grading projects be diverted from landfills. Prior to start of construction, the CONTRACTOR shall submit a Construction and Demolition Materials Management Plan ("C&DMMP"), to the ENGINEER, or the ENGINEER's Designee for approval. The Notice to Proceed shall not be issued until the C&DMMP has been approved by the ENGINEER or Designee. The C&DMMP shall provide all of the information set forth in Section 15.46.300 of the City's Municipal Code. The C&DMMP indicates that the Diversion Requirement will be met. The following three conditions must be met in order to obtain final payment: 1. Within one hundred eighty (180) days after the completion of the project, the CONTRACTOR shall submit to the ENGINEER, or Designee documentation that the CONTRACTOR has met the diversion requirement for the project. Bid # LMD-14-15-R1002A E - 19 Receipts and gate tickets from the vendor or facility which collected or received C & D material showing the actual weight of that material or, in the case of inert waste, removed from the solid waste stream and not disposed of in a solid waste landfil I: A copy of the previously approved C&DMMP for the project adding the actual volume or weight of each type of C&D material diverted and transported for disposal in a landfill or transformation facility, or, in the case of inert waste, removed from the solid waste stream and not disposed of in a solid waste landfill; • Any additional information the CONTRACTOR believes is relevant to determining its efforts to comply in good faith with this requirement. 2. The Administrator or the Administrator's Designee shall review the information submitted and determine whether the CONTRACTOR complied with the construction and demolition materials management plan. 3. If the Administrator or the Administrator's Designee determines that the CONTRACTOR has fully complied with the construction and demolition materials management plan applicable to the project, the Administrator or the Administrator's Designee may authorize final payment. 7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS Subsection 7-9 of the SSPWC is hereby deleted and replaced with the following This section covers the protection and preservation of existing facilities and services within or adjacent to the right-of-way and other construction areas, their modification, reconstruction, or replacement and their demolition and removal, as specified, shown or required. Types of existing improvements and services consist of but are not limited to existing roads, sidewalk, landscaping, irrigation, signs, ditches and associated structures; water appurtenances; and telephone lines, buried communications cable, buried water pipe, buried gas pipes, buried sewer pipe; walls, fences and gates. To the extent possible, the locations of such facilities are shown. Facilities other than those shown may exist and Contractor shall at all times, exercise care to avoid physical damage to or disruption in the service of existing facilities. Existing improvements visible at the job site, for which no specific disposition is made on the Plans, but which could reasonably be assumed to interfere with the satisfactory completion of the improvements contemplated by the Plans, shall be removed and disposed of by the Contractor. Contractor shall remove, modify and reconstruct all walls, fences, gates, and enclosures as necessary for construction. The relocation and reconstruction of such structures shall in general be performed at or adjacent to the limits of the rights-of-way unless directed otherwise. Contractor shall make all necessary modifications, relocations and reconstruction of structures such as culverts, drainage facilities and the like as necessary for construction of works described in these specifications. Existing residential properties and improvements shall be carefully protected. Any damages to irrigation systems, landscaping, fences, or improvements shall be repaired to the satisfaction of the residents within forty-eight (48) hours of report of the damage. Bid # LMD-14-15-R1002A E - 20 The Contractor is responsible to keep streets within the construction area clean at all times. Any sweeping performed by the City crews due to the construction work shall be charged to the Contractor at overtime rates. The Contractor shall, as directed by the Engineer, remove from all public and private property at its own expense all temporary structures, rubbish and waste materials resulting from its operations. This includes temporary work area obtained by the Contractor. All existing surfaces, whether asphaltic or concrete, Portland Cement concrete, permanent fencing and barriers, landscape material such as turf, trees, shrubs, gravel, etc., or other, shall, after construction, be restored to a condition at least equal to that which existed prior to construction. All restoration shall be in-kind except in those areas where details indicate to the contrary. The details of those areas will govern. Where existing landscaping will be disturbed by removing of existing walls or installation of new walls, it shall be protected, watered, and maintained until it is reinstalled, or it shall be replaced in kind. At the sole option of the private homeowner, a lesser replacement may be accepted. All removal, maintenance, and replacement of existing landscape shall be performed by a licensed C-27 Contractor. Restoration shall include, but not be limited to, the replacement of landscape planting and irrigation system, and pavement striping which are disturbed by the Contractor's operations in the course of work. Protect existing buildings, paving, landscaping, and other services or facilities on-site and adjacent to the site from damage caused by site work operations and access to the site. Cost of repair and restoration of damaged items shall be at the Contractor's expense. Protect and maintain street lights, utility poles and services, traffic signal control boxes, curb boxes, valves and other services, except items designated for removal. Provide for temporary relocation when required to maintain facilities and services in operation during construction work. It shall be the Contractor's responsibility to conduct his operations in such a manner so as to prevent damage to existing substructures. In the event of substructure damage, the Contractor shall bear full responsibility and total expense for repair and/or replacement of said substructure. The Contractor shall comply with Sections 401 and 402 of the Clean Water Act and NPDES permit requirements during and following construction to ensure that dirt, construction materials, pollutants, or other human -associated materials are not discharged from the project area during construction. Locate, protect, and maintain benchmarks, monuments, control points, and project engineering reference points. Re-establish disturbed or destroyed items at Contractor's expense. Where damage is caused by the Contractor's operation, the Contractor shall at his expense, repair or replace the damaged facilities promptly in accordance with the Standard Specifications, Caltrans Standard Specifications and as directed by the representative or the Engineer. For areas where cold milling of asphalt pavement is required, the CONTRACTOR shall complete the final overlay surface course within 5 days after completion of the cold milling. Bid # LMD-14-15-R1002A E - 21 For areas where pulverization of the existing asphalt pavement is required, the CONTRACTOR shall complete the final overlay surface course within 5 days after completion of pulverization and grading. Relocations, repairs, replacements, or reestablishment shall be at least equal to the existing improvements and shall match such improvements in finish dimensions and function unless otherwise specified. All costs to the CONTRACTOR for protecting, removing, restoring, relocating, repairing, replacing or reestablishing existing improvements for which no specified bid item is listed shall be included in related items of work and no additional compensation will be allowed. 7-10 PUBLIC CONVENIENCE AND SAFETY 7-10.1 TRAFFIC AND ACCESS Add the following to Section 7-10.1 Ample on -street parking shall be provided within 1,000 feet from residences and businesses. Temporary No Parking signs, when required, shall be posted at least two working days, but no more than three working days in advance of the work. Signs shall be placed no more than 100 feet apart; on each side of the alleys, streets, and parking areas; and at shorter intervals as conditions warrant. The CONTRACTOR shall be responsible for furnishing the signs and for adding the dates and hours of closure. All signs shall be removed within two hours of completion of work necessitating the temporary no parking. In the event that temporary no parking must be rescheduled due to weather conditions or other unforeseen circumstances, all signs shall be removed within two hours of notification by the ENGINEER, and reposted per the above requirement. Access to school drop-off sites shall be provided and maintained at all times during weekdays. Pedestrian traffic shall be detoured to the opposite side of the street away from construction areas wherever possible. Provisions shall be made for safe passage through construction areas where directed by the AGENCY. All existing signs and street name signs shall be maintained in visible locations during construction or permanently relocated, or removed as directed by the ENGINEER. When entering, leaving or operating on roadways carrying public traffic, CONTRACTOR'S equipment, whether empty or loaded, shall in all cases yield to public traffic. Haul trucks shall be covered with tarps and secured prior to entering the traffic lanes. The CONTRACTOR shall submit to the AGENCY for review and approval a truck routing map prior to commencement of construction. Flagmen shall be provided when directed by the AGENCY for the safety of the general public and work personnel. All traffic control procedures shall be implemented according to guidelines as set forth in the Work Area Traffic Control Handbook (W.A.T.C.H.) Manual. A traffic control plan, prepared by a registered civil or traffic engineer licensed in the State of California, shall be submitted for various streets in the project according to ENGINEER for the ENGINEER'S approval at the pre -construction meeting. Clearances from traffic lanes shall be five feet to the edge of any excavation and two feet to the face of any curb, pole, barricade, delineator or other vertical obstruction. Bid # LMD-14-15-R1002A E - 22 Where existing delineation is obscured, damaged, removed, or reflectivity reduced, or where detours or temporary traffic lanes have been created through the construction zone, the CONTRACTOR shall place and maintain temporary delineation until permanent striping is placed. DEVIATIONS FROM THE REQUIREMENTS OF THIS SUBSECTION WILL BE PERMITTED ONLY UPON PRIOR CONSENT OF THE CITY ENGINEER. FAILURE OF THE CONTRACTOR TO ADHERE TO THE REQUIREMENTS OF THIS SUBSECTION, OR FAILURE OF THE CONTRACTOR TO COMPLETE HIS DAILY SCHEDULE ONCE TEMPORARY NO PARKING SIGNS HAVE BEEN POSTED, WILL RESULT IN DAMAGES BEING SUSTAINED BY THE CITY. SUCH DAMAGES ARE, AND WILL CONTINUE TO BE, IMPRACTICABLE AND EXTREMELY DIFFICULT TO DETERMINE. FOR EACH OCCURRENCE OF A VIOLATION, AS PROVIDED HEREIN, THE CONTRACTOR SHALL PAY TO THE AGENCY, OR HAVE WITHHELD FROM MONIES DUE TO IT, THE SUM OF $1,000. EXECUTION OF THE CONTRACT SHALL CONSTITUTE AGREEMENT BY THE AGENCY AND CONTRACTOR THAT $1,000 PER VIOLATION IS THE MINIMUM VALUE OF THE COST AND ACTUAL DAMAGE CAUSED, THAT SUCH SUM SHALL NOT BE CONSTRUED AS A PENALTY, AND THAT SUCH SUM MAY BE DEDUCTED FROM PAYMENTS DUE THE CONTRACTOR. • CONTRACTOR may close a maximum of 800' continuous length of street segment at a time. • Segments cannot be adjacent to each other. • Two (2) segments maximum at a time. • All work shall be completed for each segment before starting on new segments (must be based paved) final 1 1/2" paving of entire job can be done later. • Access must be maintained for residents. • Maximum time between beginning of pavement removal to completion of paving is 20 working days. • Working hours within closed street segments 8:30 a.m. to 3:30 p.m. 7-10.3 STREET CLOSURES, DETOURS, AND BARRICADES The CONTRACTOR will not be allowed to close any street for any duration of time except as approved by the ENGINEER. The CONTRACTOR shall prepare all traffic control detour plans that will be required as directed by the ENGINEER. The traffic control plans shall be prepared by a registered civil or traffic engineer as described in Section 7-10.1. The CONTRACTOR shall be responsible for all traffic control during construction. Lane transitions shall not be sharper than a taper of thirty to one. Temporary traffic channelization shall be accomplished with barricades or delineators. Temporary striping will not be allowed unless specifically permitted by the ENGINEER. The CONTRACTOR shall prepare plans that may be required for temporary striping to the satisfaction of the ENGINEER. In no event will temporary striping be allowed on finish pavement surfaces that are to remain. All barricades shall have flashing lights. All lettering shall be reflectorized. Bid # LMD-14-15-R1002A E - 23 7-10.4 PROTECTION OF THE PUBLIC 7-10.4.1 GENERAL Add the following: The Contractor shall be responsible to install and maintain a temporary construction fence as necessary to protect the public and workers within, or in the vicinity of, the Construction area. The Contractor shall ensure that all fencing, panels, railing, bases, and windscreen will not create safety hazards. Temporary construction fencing shall completely enclose the project limits and shall remain in place for the duration of the project. Material specifications for the temporary construction fencing shall be accordance with SSPWC 206-6.9. The Contractor shall be responsible to install and maintain temporary access ramps where needed to protect the public and workers within, or in the vicinity of, the Construction area. Subsection 7-10.4.5 is hereby added to Section 7 of the Standard Specifications as follows: It is part of the service required of the CONTRACTOR shall make whatever provisions are necessary to protect the public. The CONTRACTOR shall use foresight and shall take such steps and precautions as his operations warrant to protect the public from danger, loss of life, or loss of property which would result from interruption or contamination of public water supply, interruption of other public service, or from the failure of partly completed work or partially removed facilities. Unusual conditions may arise on the work which will require that immediate and unusual provisions be made to protect the public from danger or loss, or damage to life and property, due directly or indirectly to prosecution of work under this contract. Any portions of pavement with a drop of two (2) inches or greater as a result of cold planing or other work shall be temporarily ramped with an asphalt concrete mixture. Ramps will be required where two (2) inch drop occurs transverse to direction of traffic, but will not be required at longitudinal edges. Temporary ramp shall be removed prior to placement of new pavement surface. Whenever, in the opinion of the ENGINEER, an emergency exists against which the CONTRACTOR has not taken sufficient precaution for the public safety, protection of utilities and protection of adjacent structures or property, which may be damaged by the CONTRACTOR's operations and when, in the opinion of the ENGINEER, immediate action shall be considered necessary in order to protect the public or property due to the CONTRACTOR's operations under this contract, the ENGINEER will order the CONTRACTOR to provide a remedy for the unsafe condition. If the CONTRACTOR fails to act on the situation within a reasonable time period, the ENGINEER may provide suitable protection to said interests by causing such work to be done and material to be furnished as, in the opinion of the ENGINEER, may seem reasonable and necessary. The cost and expense of said labor and material, together with the cost and expense of such repairs as are deemed necessary shall be borne by the CONTRACTOR. All expenses incurred by the AGENCY for emergency repairs will be deducted from the final payment due to the CONTRACTOR. However, if the AGENCY does not take such remedial measures, the CONTRACTOR is not relieved of the full responsibility for public safety. Bid # LMD-14-15-R1002A E - 24 7-10.4.3 HAZARDOUS MATERIAL Spills along the roadway shall be removed as quickly as practical. Hazardous materials and motor vehicle fluids shall be removed from the site. Contaminated soil shall also be removed or remediate as soon as practical. Cleanup priorities shall include health and safety and protection of streams and other habitats. The City shall provide hazardous material testing. Soils on the site shall be sampled and analyzed for pesticides. A groundwater sample shall be collected and analyzed for general screening purposes and for volatile organic compounds. If site sampling detects hazardous materials at levels exceeding regulatory limits, a plan shall be developed, in conjunction with appropriate regulatory agencies, to determine the extent of contamination and to identify methods and procedures for treatment and/or removal of hazardous materials. The plan shall comply with all local, state, and federal requirements for treatment, removal, transport, and/or disposal of hazardous materials. A contingency plan shall be developed and in place during project construction in the event that unidentified underground storage tanks, hazardous materials, petroleum hydrocarbons, or hazardous or solid wastes are unexpectedly encountered during construction. This contingency plan shall address underground storage tank decommissioning, field screening and materials testing methods, mitigation and contaminant management requirements, and health and safety requirements for construction workers. A contingency plan will be implemented based on an agreement between the City and the Contractor per the "Changes of Work" section herein. 7-15 OAK TREE PRESERVATION The contractor shall implement the following measures to insure that the preserved oak trees will not be adversely affected by project construction: All work performed shall be in accordance with applicable ordinances, permits and procedures. Work performed within the protected zones of the trees shall be preceded by not less than 48 hours' notice of same to the City's Oak Tree Specialist and the projects oak tree monitor, (certified arborist). Boring equipment, hand trenching or "grading" to require depth shall be utilized within the protected zone (PZ) of trees where the encroachment is 15 feet or less from the trunk to avoid the roots. Trenching or "grading" work in the (PZ) of the trees approved for encroachment greater than 15' away from the trunk should be done using hand implements where feasible; the use of mechanized tools is prohibited except where absolutely necessary. Where absolutely necessary and as approved by the City's Oak Tree Specialist, limited mechanized equipment may be used as follows: an excavator or other mechanized equipment may be setup outside of the PZ of the trees (where feasible) and can reach in under the canopies to avoid damage to the overhanging limbs. In this instance the following guidelines should be followed to minimize tearing or shattering of the roots: within the PZ, the excavator should carefully work in 2" vertical sections and, where roots are encountered, root pruning with Bid # LMD-14-15-R1002A E - 25 sharp hand saws, pruning shears, or small hand-held equipment should be conducted to provide clean cuts to the roots. All roots shall consist of clean, 90° -angle cuts and shall not be sealed unless directed by the monitoring Arborist or the City's Oak Tree Specialist. All work conducted within the protected zone of the oak trees shall be performed in the presence of a certified arborist or other City -approved oak tree monitor. The protected zone shall commence from a point five (5) feet outside of the dripline and extend inwards to the trunk of the tree. In no case shall the protected zone be less then (15) feet from the trunk of an oak tree. A sample construction monitoring worksheet and a compliance inspection log is included in Appendix VII. Removal of the natural tree mulch within the protected zone of the project oak tree is prohibited. Any canopy pruning for structural or clearance purposes, including deadwooding, shall be performed by or under the direction of a certified arborist in compliance with the latest ANSI pruning standards (currently ANSI A300 Pruning Standards 2001 Edition, Available for purchase at http://www.isa-arbor.com ). Smaller limbs should be tied back out of the way to avoid unnecessary pruning for equipment clearance. Construction equipment, materials and vehicles shall not be stored or parked or operated within the protected zone of an oak tree. All work conducted within the protected zone of the oak trees shall be verified by the City's oak tree consultant at the conclusion of the project. If the fence is required, signs (minimum 2' x 2') must be installed in the fence in four equidistant locations around the tree and include the language outlined in Section VII. (C) (1.1) (c). If required, fences shall remain in place throughout the entire construction period and may not be removed without obtaining written authorization from the Department of Community Development. Prior to commencement of work in the PZ of any oak tree, a pre -construction meeting shall be conducted with the consultant (monitoring) arborist and the City's Oak Tree Specialist. Full compensation for operations required for oak tree preservation shall be considered as included in the various items of work and no additional compensation shall therefore be allowed. 7-16 RESPONSIBILITY FOR JOB SITE CONDITIONS Contractor acknowledges responsibility for jobsite safety and acknowledges that the Engineer will not have any such responsibility. To the fullest extent permitted by law, the contractor shall indemnify, defend and hold harmless the City Engineer, Tetra Tech, Inc., their present companies, subsidiaries, agents, and employees from and against all claims, damages, losses and expenses, including but not limited to attorney fees and claim costs, arising out of or resulting from performance of work by the contractor, its subcontractors, or their agents and employees, which results in damage to persons or property including wrongful death regardless of whether or not such claim, damage, loss or expense is caused in whole or in part by the negligence, active or passive, of the City Engineer, Tetra Tech, Inc., their parent and subsidiary companies, as well as their agents and employees, excepting only the sole negligence of the City Engineer, Tetra Tech, Inc., their parent or subsidiary companies and their agents and employees. Bid # LMD-14-15-R1002A E - 26 Hard hats and high visibility clothing shall be worn at all times when working on the project. It is the contractor's responsibility to ensure that this requirement is enforced. All work shall be performed in accordance with applicable Health and Safety laws and standards including all requirements of the State of California Division of Industrial Safety. Contractor agrees that, in accordance with generally accepted construction practices, contractor shall be required to assume sole and complete responsibility for job site conditions during the course of construction of this project, including safety of all persons and property, that this requirement shall be made to apply continuously and not be limited to normal working hours, and contractor further agrees to defend, indemnify, and hold design and construction observation professionals harmless from all liability and claims, real or alleged, in connection with the performance of work on this project 7-17 PROTECTION AND SAFETY OF PUBLIC Add to Section 7-10, "Public Safety" of the Standard Specifications, the following: The Contractor shall take all necessary precautions to protect the public, especially children, from the hazards of open excavations. Trenches, slopes, and excavations requiring shoring shall either be covered or adequately fenced at night and on weekends or whenever operations are not in actual progress. Unusual conditions may arise on the project which will require that immediate and special provisions be made to protect the public from danger or loss or damage to life and property, due directly or indirectly to the progression of the work. It is part of the service required of the Contractor to make such provisions and to furnish such protection. The Contractor shall use such foresight and shall take such steps and precautions as his operations make necessary to protect the public from danger or damage, or loss of life or property, which would result from the interruption or contamination of public water supply, irrigation or other public service or from the failure of partly completed work. Whenever, in the opinion of the City, an emergency exists against which the Contractor has not taken sufficient precaution for the safety of the public or the protection of utilities or of adjacent structures or property or if immediate action shall be considered necessary in order to protect public or private personnel or property interest, or prevent likely loss of human life or damage on account of the operations under the contract, then and in that event, the City may provide suitable protection to said interest by causing such work to be performed and material to be furnished, as, in the opinion of the City, may seem reasonable and necessary. The cost and expense of said labor and material together with the cost and expense of such repairs as may be deemed necessary shall be borne by the Contractor. If he shall not pay said cost and expense upon presentation of the bills therefore, duly certified by the Engineer, then said costs and expense shall be paid by the City and shall thereafter be deducted from any amounts due, or which may become due said Contractor. Failure of the City to take such precautionary measure shall not relieve the Contractor of his full responsibility for public safety. Materials and equipment shall be stored as to not create a public nuisance and to insure the preservation of their quality and fitness for the work. No materials or equipment shall be stored at the project site unless its use is imminent. The Contractor is responsible to design, construct and maintain all safety devices and be responsible for conforming to all local, state and federal Bid # LMD-14-15-R1002A E - 27 safety and health standard, laws and regulation. Neither the City nor the City's Engineer shall enforce safety measures or regulations. Suspended loads or equipment shall not be moved nor positioned over public traffic or pedestrians. Full compensation for Protection and Safety of Public shall be considered as included in the various items of work and no additional compensation shall therefore be allowed. SECTION 9 - MEASUREMENT AND PAYMENT 9-3 PAYMENT The cost of all labor, material and equipment necessary to complete the work as described in the plans and specifications shall be included in the prices for each bid item, either as a lump sum or by final quantities, whatever is indicated. The final payment quantities shall be based on the actual amount of materials installed or measured on the job. The contract unit price shall include all labor, material and equipment costs necessary to complete the work, even though not shown or specified. A bid item shall be considered complete when all necessary work has been completed and accepted by the City, including site cleanup. 9-3.2 PARTIAL AND FINAL PAYMENT Subsection 9-3.2 of the SSPWC is hereby deleted and replaced with the following: The closure date for the purpose of making partial progress payments will be the last day of each month. Prior to the end of each month and preparation of progress payment, the CONTRACTOR shall meet with the ENGINEER to review all work to date and prepare a statement of the quantity of work completed to date. When the work is complete, the ENGINEER will determine the final quantities of the work performed and prepare the final progress payment report. Payments are commonly authorized and made within 30 days after CONTRACTOR submits the progress payment. However, payments will be withheld pending receipt of any outstanding reports required by the contract documents. In addition, the final progress payment will not be released until the CONTRACTOR returns the control set of Plans and Specifications showing the as -built conditions. A full 10 percent will be retained from all progress amounts due. The retained amounts will be authorized for final payment 35 days after the date of recordation of the Notice of Completion. The CONTRACTOR, however, may receive interest on the retained amount or receive the retained amount itself so long as securities equivalent to the retained amounts are substituted with escrow holder approved by the AGENCY. At the request and expense of the CONTRACTOR, retained amounts or securities equivalent to the retained amounts may be deposited with the State Treasurer or a state or federally chartered bank as the escrow agent, who shall return such monies or securities to the CONTRACTOR upon satisfactory completion of the contract. Bid # LMD-14-15-R1002A E - 28 Surety eligible for investment shall include Government Code, bank or savings and loan deposit accounts and stand-by letters of credit. those listed in Section 16430 of the State certificates of deposit, interest bearing demand Any escrow agreement entered into shall contain the following provisions and be substantially similar to the form "Escrow Agreement for Security Deposits in Lieu of Retention as contained in Section 4590 of Chapter 13 of Division 5 of Title 1 of the Government Code." 9-3.3 DELIVERED MATERIALS Materials and equipment delivered, but not incorporated into the work, will not be included in the estimate for progress partial payment. The City will not pay for storage costs. 9-3.5 Payment on the Basis of Unit Price. Payment will be made on the basis of the unit prices bid for the various items as called for on the Bid Sheet(s) and included in the Contract as awarded. The quantities are given in the Proposal and Contract forms are approximate only and are given as a basis for the comparison of bids, and the City does not expressly or by implication agree that the actual amount of work will correspond therewith, but reserves the right to increase or decrease the amount of or any class or portion of the Work or to omit portions of the Work as may be deemed necessary or advisable by the Project Manager. Bid # LMO-14-15-R7002A E - 29 SECTION F — SPECIAL SPECIFICATIONS PASEO PATHWAY LIGHTING CONVERSION TO LIGHT EMITTING DIODE (L.E.D) PROJECT # R1002 (BID #LMD-14-15-R7002A) City of Santa Clarlta, California i_16167 OT&A Ia7:71 The work to be done consists of furnishing all materials, equipment, tools, labor, and incidentals as required by the plans, specifications, and contract documents. The general scope of work to be performed generally consist of including but is not limited to furnish and install pathway lighting along the "Paseo" or pathway system located in Landscape Maintenance Districts (LMD) Zone T-46 Northbridge (See Exhibits A and B). Assemble, construct, install, and commission light emitting diode (L.E.D.) lighting and electrical system including pre -fabricated composite light poles, luminaires, lighting control system, and concrete demolition and/or concrete foundation installations. Work shall be done in accordance with the contract documents known as Paseo Pathway Lighting Conversion to Light Emitting Diode (L.E.D.)/Electrical Specifications Bid Submittal (see Exhibit C and C2). CONTRACTOR shall provide safe and adequate pedestrian access at all times. Traffic control around construction site shall be provided and maintained at all times by the CONTRACTOR to ensure safety and public access to businesses and residents at all times throughout the limits of construction. The City will consider alternates for the Luminaires only. Vendors wishing to remit samples of Luminaires for consideration of an "as equal' item must send only one sample, accompanied by the 'Proposed Materials, Equipment, And Products" data sheet (See Attachment A) to: City of Santa Clarita 25650 Rye Canyon Road Santa Clarita, CA 91355 The sample must be marked.- "SAMPLE FOR BID #LMD-14-15-R1002A." Samples not clearly marked for consideration (as annotated above) may be held as bids and NOT opened as samples for review (and therefore not considered). The last day "Or Equal' samples will be received for consideration is October 27, 2014, before 12:00 PM. All decisions made on "Or Equal' samples will be published in an addendum no later than 5:00 PM, on November 4, 2014. No other items on this bid will be considered for "Or Equal;" there will be no substitutions. Vendors do have a choice for the Composite Poles and the bid schedule must be annotated as to which pole option the vendor is bidding. "Composite Poles: - Option #1 CMT or option #2 Shakespeare (Exhibit D, H/E3.0)." LOCATION OF WORK The general location and limits of work is within LMD Zone T-46 Northbridge, located in the community of Valencia. Bid # LMD-14-15-R1002A E-2 TIME OF COMPLETION The CONTRACTOR shall complete all work in every detail within Sixty (60) working days after the date stated in the Notice to Proceed with Work. The CONTRACTOR shall notify the AGENCY not less than (2) working days prior to start of work. The CONTRACTOR shall also call Underground Service Alert at (800) 227-2600 as required by law and in the contract documents. EMERGENCY INFORMATION The names, addresses, and telephone numbers of the CONTRACTOR and SUBCONTRACTORs shall be filed with the City on the day of the pre -construction meeting. RECYCLING PLAN One week prior to the preconstruction meeting, the Contractor shall submit a Construction and Demolition Materials Management Plan (C&DMMP) in accordance with Chapter 15.46, Construction and Demolition Materials Management, of the City of Santa Clarita Municipal Code. This plan shall outline the quantity of inert material (including dirt, rock, brick, sand, and gravel) and construction material that may be recycled or reused and the possible recycling methods. In accordance with Chapter 15.46, Construction and Demolition Materials Management of the City of Santa Clarita Municipal Code, at least fifty percent (50%) of all Construction and Demolition Materials and Inert Wastes from construction, demolition, grading, and renovation projects shall be diverted from landfills. At least 50% of the construction and demolition materials on this project must be recycled. All weight tickets and estimates of materials shall be given to the city's project inspector. All surplus material shall become the property of the City and shall be disposed of at the Contractor's expense. All materials removed from the work area to be disposed of off-site unless otherwise specified. Contractor shall dispose of all debris in full compliance with all government regulations having jurisdiction. All vegetation, trash, demolished structures and pavement materials shall be removed in clearing and site maintenance operations and shall become the property of the Contractor and shall be disposed of outside the site of the work and at the expense of the Contractor. The Contractor shall keep the project site clean and free from rubbish and debris at all times, as well as any adjacent areas, which are affected by the construction operations. STANDARD SPECIFICATIONS The Standard Specifications of the AGENCY are contained in the 2009 Edition, except for Electrical related items which is prepared in Construction Specifications Institute (CSI) format for the electrical work (Division 26), of the Standard Specifications for Public Works Construction, Greenbook, as written and promulgated by the Joint Cooperative Committee of the Southern California Chapter of the American Public Works Association and the Southern California District of the Associated General CONTRACTORS of California. Copies of these Standard Specifications are available from the publisher, Building News, Incorporated, 10801 National Boulevard, Suite 100, Los Angeles, California 90064, telephone (800) 873-6397. Bid # LMD-14-15-R1002A E-3 The Standard Specifications set forth above control the general provisions, construction materials, and construction methods for this contract except as amended by the Plans, Special Provisions, or other contract documents. The following Special Provisions are supplementary and in addition to the provisions of the Standard Specifications unless otherwise noted, and the section numbers of the Special Provision coincide with those of the said Standard Specifications. Only those sections requiring elaboration, amendments, specifying of options, or additions are called out. Bid # LMD-14-15-R1002A E-4 ATTACHMENT A PROPOSED MATERIALS, EQUIPMENT, AND PRODUCTS Paseo Pathway Lighting Conversion to Light Emitting Diode (L.E.D.), LMD-14-15-R1002A PROJECT NO. R1002 The proposed 'or equal' luminaire shall meet the following specifications: • DesignLights Consortium (DLC) listed on qualified products list • Lamp life hours z 100,000 • Color Rendering Index (CRI) >_ 80 CRI • Color temperature 3000k maximum • Ingress Protection (IP) >_ IP65 • Wattage <_ 91W • Lumens ? 5100 • Lumens per watt >_ 78 • Voltage: 240V • IES Classification: Type II or III, medium • Integral 0-10V dimmable, electronic LED driver 120-277V • Factory wired with 14 feet of black, 5 conductor, flexible SEOW cord for power connection at hand hole in pole base • SP10: 10KVsurge protection device (IP65 rated), wired in-line with 5 conductor cable at the pole base, meeting ANSI C62.41.2 • Suitable for pole -top mounting. Pole top tenon requirement: 3.0" o x 3.15' long • Powder coated finish in Dark Bronze RAL8019 • UL. c UL listed for wet locations. International Protection: IP66 • International Dark Sky Association (IDA) approved • Backlight, Uplight & Glare (BUG) Rating: <_ B1 -U2 -G1 • Silicone gasket on luminaire enclosure • Fully enclosed or covered 'optics' IK8 - 10 impact rating • Field changeable optics with hinged cover and captive fasteners Bid # LMD-14-15-R1002A E-5 Bidder shall check one of the following: The specified materials, equipment, and products will be provided on this project. An "or equal" is proposed for this project. "Or equals" will not be permitted on items designated on the Plans as "No Substitutes. " If an "or equal" is proposed, submit all of the following information in a clear and concise manner, and in sufficient detail that permits the Agency to fully evaluate the proposed equivalent; otherwise, the Bid will be deemed non-responsive and the Bidder will be disqualified. The Agency will be the sole judge as to whether a proposed "or equal" is equivalent to the specified material, equipment, or product. See "Luminaire Warranty" page to follow. Vendor must also provide the following: • Luminaire sample to be delivered to City of Santa Clarita (as noted in the Specifications) on or before 12:00 noon, October 28,2014. • A summary sheet listing (in tabular form) all specified materials, equipment, and products; and the corresponding material, equipment and product being proposed as the "or equal." • Manufacturer's descriptive data; delivery, storage, handling, installation, and warranty information. • Drawings showing shop details. • Color charts displaying manufacturer's color selections and finishes, and identifying those colors and finishes proposed for use on the project. • A certification from the manufacturer stating that the specified materials will be on site within 8 weeks of order placement. (Note that the Contractor takes full responsibility for material receipt in time to support the Time of Completion.) • Preferably meets "Buy American" standards within American Recovery and Reinvestment Act of 2009 (ARRA) Bid # LMD-14-15-R1002A E-6 LUMINAIRE WARRANTY AND MAINTENANCE "OR EQUAL" Luminaire shall meet the following warranty requirements Warranty for up to a total of ten (10) years from the date of shipment. Limit of Liabilitv: All materials and surface finishes are guaranteed to be free from defects of materials and/ or workmanship for a period of ten years from the date of shipment. The liability is expressly limited to the surface finish of the luminaire, and subject to the repair or replacement of such parts by "manufacturer' where, in their opinion, damage is caused by a defect and not misuse, and is limited to such repair and replacement being made at the factory. "Manufacturer" warranty is limited to the replacement of the defective part, and does not include labor or materials necessary for the installation of replacement parts. Under normal conditions, powder coat paint finishes can exhibit some color variations over time due to extreme sun exposure. This should not be considered a defective material or finish. LED modules, arrays, electronic components or drivers are NOT to be considered in any way as part of this Limited Warranty however shall be part of a standard five (5) year Limited Warranty. Maintenance of the LED Svstem: As most commercial installations, it is normally understood that periodic maintenance of an LED system should be enacted by owner. As an accommodation to the City of Santa Clarita, California, "manufacturer" is willing to provide, at a 'zero' cost to the City, the following LED components with the shipment: (20) LED Drivers for future replacement by owner (20) SP1 0, Electronic Surge Devices for future replacement by owner (20) PCB boards with (6) LED per board for future replacement by owner (40) [S70] 3 LED optics lens arrays for future replacement by owner As an accommodation to the City of Santa Clarita, California, "manufacturer' is willing to provide this Extended Warranty, at NO COST to the City of Santa Clarita, California. This Extended warranty does NOT automatically apply to any subsequent phases, or any future shipments. Bid # LMD-14-15-R1002A E-7 EXHIBIT C ELECTRICAL SPECIFICATION BID SUBMITTAL PREPARED FOR THE CITY OF SANTA CLARITA LMD ZONE T46 PASEO LIGHTING RETROFIT May 27, 2014 Bid Submittal - May 27, 2014 INDEX - ELECTRICAL WORK SECTION NO. OF PAGES DIVISION 26 260500 COMMON WORK RESULTS FOR ELECTRICAL 260519 LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 260526 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 260533 RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS 260553 IDENTIFICATION FOR ELECTRICAL SYSTEMS 260923 NETWORK LIGHTING CONTROL SYSTEM 265600 EXTERIOR LIGHTING CITY OF SANTA CLARITA PASEO LIGHTING RETROFIT INDEX - 1 G&M # 82560 Bid Submittal — May 27, 2014 SECTION 260500 COMMON WORK RESULTS FOR ELECTRICAL PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions, apply to ALL Sections — including Sections by other trades for coordination. B. Specifications are part of a larger set of construction documents. The bidder is responsible for information contained in the entire set. C. Comply with the requirements of standard specifications for Public Works Construction (SSPWC), 2012 Edition. Applicable to all sections. 1.2 DEFINITIONS A. EPDM: Ethylene -propylene -diene terpolymer rubber. 1.3 COORDINATION A. Coordinate arrangement, mounting, and support of electrical equipment: 1. To provide for ease of disconnecting the equipment with minimum interference to other installations. 2. To allow right of way for piping and conduit installed at required slope. 3. So connecting raceways, cables, wireways, cable trays, and busways will be clear of obstructions and of the working and access space of other equipment. B. Sequence, coordinate, and integrate installing electrical materials and equipment for efficient flow of the Work. C. Coordinate electrical testing of electrical items, so equipment and systems that are functionally interdependent are tested to demonstrate successful interoperability. PART 2 -PRODUCTS 2.1 TOUCHUP PAINTING A. For Equipment: Equipment manufacturer's recommended paint selected to match installed equipment finish. B. Galvanized Surfaces: Zinc -rich paint recommended by item manufacturer. C. Other: Refer to SSPWC Section 310. PART 3 - EXECUTION 3.1 COMMON REQUIREMENTS FOR ELECTRICAL INSTALLATION A. Comply with NECA 1. B. Equipment: Install to facilitate service, maintenance, and repair or replacement of components of both electrical equipment and other nearby installations. Connect in such a way as to facilitate future disconnecting with minimum interference with other items in the vicinity. CITY OF SANTA CLARITA PASEO LIGHTING RETROFIT Common Works Results for Electrical G&M # 82560 260500-1 Bid Submittal — May 27, 2014 C. Materials and Components: Install level, plumb, and parallel and perpendicular to other building systems and components, unless otherwise indicated. D. Tighten electrical connectors and terminals according to manufacturer's published torque -tightening values. If manufacturer's torque values are not indicated, used those specified in UL 486A and UL 4868. 3.2 CONNECTIONS TO EQUIPMENT A. For each electrical connection indicated or otherwise required, provide complete assembly of materials, including but not necessarily limited to pressure connectors, terminals (lugs), electrical insulating tape, electrical solder, electrical soldering flux, heat -shrinkable insulating tubing, cable ties, solderless wirenuts, and other items and accessories as needed to complete splices and terminations of types indicated. B. Install in accordance with equipment manufacturer's written instructions and with recognized industry practices, and complying with applicable requirements of UL, NEC and NECA's "Standard of Installation" to ensure that products fulfill requirements. 3.3 DEMOLITION A. Protect existing electrical equipment and installations indicated to remain. If damaged or disturbed in the course of the Work, remove damaged portions and install new products of equal capacity, quality, and functionality. B. Identify and maintain services that pass through demolition and remodeled areas and serve devices and equipment outside the project area. C. Accessible Work. Remove exposed electrical equipment and installations, indicated to be demolished, in their entirety. D. Remove demolished material from Project site. E. Remove, store, clean, reinstall, reconnect, and make operational components indicated for relocation. F. Removal of PCB Ballasts: Provide a suitable collection container at the project site. Check transformers and the ballasts in all fluorescent and high pressure sodium fixtures being removed, rewired, or reinstalled under this Contract. Some transformers and ballasts are clearly labeled to indicate whether they do or do not contain PCB's. If a transformer or ballast is not labeled, assume that it contains PCB's. Remove from the fixtures all ballasts known or assumed to contain PCB's and place them in the designated collection container. Place hazardous material including, but not limited to, mercury switches and lamps in the designated collection container. Pick up the container and recycle or dispose of it legally. Comply with the requirements of Federal, State, and local Pollution Control Agency guidelines for removal and disposal of fluorescent lamps. G. Existing Utilities: Locate existing utilities in excavation areas. If utilities are indicated to remain, support and protect services during excavation operations. 1. Remove existing underground utilities indicated to be removed. 2. Uncharted or Incorrectly Charted Utilities: Contact utility owner immediately for instructions. 3. Maintain and protect existing building services which transit the area affected by selective demolition. CITY OF SANTA CLARITA PASEO LIGHTING RETROFIT Common Works Results for Electrical G&M # 82560 260500-2 Bid Submittal —May 27, 2014 H. Repair and refinish disturbed finish materials and other surfaces to match adjacent undisturbed surfaces. Repair and refinish materials and other surfaces by skilled mechanics of trades involved. 3.4 FIELD QUALITY CONTROL A. Inspect installed components for damage and faulty work. Replace damaged or faulty components. B. Perform tests on installed components/equipment and prepare test reports. Remove and replace malfunctioning components/equipment and retest. END OF SECTION CITY OF SANTA CLARITA PASEO LIGHTING RETROFIT Common Works Results for Electrical G&M # 82560 260500-3 Bid Submittal — May 27, 2014 SECTION 260519 LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Building wires and cables rated 600 V and less. 2. Connectors, splices, and terminations rated 600 V and less. 1.3 DEFINITIONS A. EPDM: Ethylene -propylene -diene terpolymer rubber. PART2-PRODUCTS 2.1 CONDUCTORS AND CABLES A. Manufacturers: Subject to compliance with requirements, provide products by: 1. Alcan Products Corporation; Alcan Cable Division or equivalent. B. Copper Conductors: Comply with NEMA WC 70. C. Conductor Insulation: Comply with NEMA WC 70 for Types THW, THHN-THWN, XHHW, UF, USE, and SO. D. Multiconductor Cable: Comply with NEMA WC 70 for Type AC, MC, MI, NM, SO and USE with ground wire. 2.2 CONNECTORS AND SPLICES A. Manufacturers: Subject to compliance with requirements, provide products by: 1. Hubbell Power Systems, Inc. or equivalent. B. Description: Factory -fabricated connectors and splices of size, ampacity rating, material, type, and class for application and service indicated. PART 3 - EXECUTION 3.1 CONDUCTOR MATERIAL APPLICATIONS A. Feeders: Copper for feeders smaller than No. 4 AWG; copper or aluminum for feeders No. 4 AWG and larger. Solid for No. 10 AWG and smaller, stranded for No. 8 AWG and larger. B. Branch Circuits: Copper. Solid for No. 10 AWG and smaller; stranded for No. 8 AWG and larger. CITY OF SANTA CLARITA PASEO LIGHTING RETROFIT Low -Voltage Electrical Power G&M # 82560 Conductors and Cables 260519-1 Bid Submittal — May 27, 2014 3.2 CONDUCTOR INSULATION AND MULTICONDUCTOR CABLE APPLICATIONS AND WIRING METHODS A. Branch Circuits Concealed in Concrete, below Slabs -on -Grade, and Underground: Type THHN- THWN, single conductors in raceway. B. Class 1 Control Circuits: Type THHN-THWN, in raceway. C. Class 2 Control Circuits: Type THHN-THWN, in raceway; Power -limited cable, concealed in building finishes; Power -limited tray cable, in cable tray. 3.3 INSTALLATION OF CONDUCTORS AND CABLES A. Use manufacturer -approved pulling compound or lubricant where necessary; compound used must not deteriorate conductor or insulation. Do not exceed manufacturer's recommended maximum pulling tensions and sidewall pressure values. B. Use pulling means, including fish tape, cable, rope, and basket -weave wire/cable grips, that will not damage cables or raceway. C. Install exposed cables parallel and perpendicular to surfaces of exposed structural members, and follow surface contours where possible. D. Identify and color -code conductors and cables. E. Remove existing wire from raceways before pulling in new wire and cable. 3.4 CONNECTIONS A. Tighten electrical connectors and terminals according to manufacturer's published torque - tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A and UL 486B. B. Make splices and taps that are compatible with conductor material and that possess equivalent or better mechanical strength and insulation ratings than unspliced conductors. 1. Use oxide inhibitor in each splice and tap conductor for aluminum conductors. END OF SECTION CITY OF SANTA CLARITA PASEO LIGHTING RETROFIT Low -Voltage Electrical Power G&M # 82560 Conductors and Cables 260519-2 Bid Submittal — May 27, 2014 SECTION 260526 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Methods and materials for grounding systems and equipment: a. Underground distribution grounding. 1.3 QUALITY ASSURANCE A. Testing Agency Qualifications: An independent agency, with the experience and capability to conduct the testing indicated, that is a member company of the InterNational Electrical Testing Association or is a nationally recognized testing laboratory (NRTL) as defined by OSHA in 29 CFR 1910.7, and that is acceptable to authorities having jurisdiction. B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. C. Comply with UL 467 for grounding and bonding materials and equipment. PART 2 -PRODUCTS 2.1 CONDUCTORS A. Insulated Conductors: Copper wire or cable insulated for 600 V unless otherwise required by applicable Code or authorities having jurisdiction. B. Bare Copper Conductors: 1. Solid Conductors: ASTM B 3. 2. Stranded Conductors: ASTM B 8. 3. Tinned Conductors: ASTM B 33. 4. Bonding Cable: 28 kcmii, 14 strands of No. 17 AWG conductor, 1/4 inch in diameter. 5. Bonding Conductor: No. 4 or No. 6 AWG, stranded conductor. 6. Bonding Jumper: Copper tape, braided conductors, terminated with copper ferrules; 1-5/8 inches wide and 1/16 inch thick. 7. Tinned Bonding Jumper: Tinned -copper tape, braided conductors, terminated with copper ferrules; 1-5/8 inches wide and 1/16 inch thick. Grounding Bus: Rectangular bars of annealed copper, 1/4 by 2 inches in cross section, unless otherwise indicated; with insulators. 2.2 CONNECTORS A. Listed and labeled by a nationally recognized testing laboratory acceptable to authorities having jurisdiction for applications in which used, and for specific types, sizes, and combinations of conductors and other items connected. CITY OF SANTA CLARITA PASEO LIGHTING RETROFIT Grounding And Bonding For Electrical Systems G&M # 82560 260526-1 Bid Submittal — May 27, 2014 B. Bolted Connectors for Conductors and Pipes: Copper or copper alloy, bolted pressure-type, with at least two bolts. 1. Pipe Connectors: Clamp type, sized for pipe. C. Welded Connectors: Exothermic -welding kits of types recommended by kit manufacturer for materials being joined and installation conditions. 2.3 GROUNDING ELECTRODES A. Ground Rods: Copper -clad steel, 5/8 inch in diameter by 20 feet in length. PART 3 - EXECUTION 3.1 APPLICATIONS A. Conductors: Install solid conductor for No. 8 AWG and smaller, and stranded conductors for No. 6 AWG and larger, unless otherwise indicated. B. Conductor Terminations and Connections: Make connections so galvanic action or electrolysis possibility is minimized. Select connectors, connection hardware, conductors, and connection methods so metals in direct contact will be galvanically compatible. 1. Use electroplated or hot -tin -coated materials to ensure high conductivity and to make contact points closer to order of galvanic series. 2. Make connections with clean, bare metal at points of contact. 3. Make aluminum -to -steel connections with stainless-steel separators and mechanical clamps. 4. Make aluminum -to -galvanized steel connections with tin-plated copper jumpers and mechanical clamps. 5. Coat and seal connections having dissimilar metals with inert material to prevent future penetration of moisture to contact surfaces. 6. Exothermic -Welded Connections: Comply with manufacturer's written instructions. Welds that are puffed up or that show convex surfaces indicating improper cleaning are not acceptable. 7. Pipe and Equipment Grounding Conductor Terminations: Bolted connectors. 8. Underground Connections: Welded connectors, except at test wells and as otherwise indicated. 9. Connections to Ground Rods at Test Wells: Bolted connectors. 3.2 EQUIPMENT GROUNDING A. Install insulated equipment grounding conductors with all feeders and branch circuits. B. Pole Supported Outdoor Lighting Fixtures: A separate insulated equipment grounding conductor in addition to grounding conductor installed with branch -circuit conductors to pole ground lug. 3.3 INSTALLATION A. Grounding Conductors: Route along shortest and straightest paths possible, unless otherwise indicated or required by Code. Avoid obstructing access or placing conductors where they may be subjected to strain, impact, or damage. END OF SECTION CITY OF SANTA CLARITA PASEO LIGHTING RETROFIT Grounding And Bonding For Electrical Systems G&M # 82560 260526-2 Bid Submittal — May 27, 2014 SECTION 260533 RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Raceways. 2. Fittings. 3. Boxes. 4. Enclosures. 1.3 DEFINITIONS A. EPDM: Ethylene -propylene -diene terpolymer rubber. B. NBR: Acrylonitrile -butadiene rubber. 1.4 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. B. Comply with NFPA 70. 1.5 COORDINATION A. Coordinate layout and installation of raceway and boxes with other construction elements. PART 2 -PRODUCTS 2.1 METAL CONDUIT AND TUBING A. Available Manufacturers: Provide products that comply with requirements. B. Rigid Steel Conduit: ANSI C80.1. C. PVC -Coated Steel Conduit: PVC -coated rigid steel conduit; IMC. 1. Comply with NEMA RN 1. 2. Coating Thickness: 0.040 inch minimum. D. EMT: ANSI C80.3. E. LFMC: Flexible steel conduit with PVC jacket. F. Fittings for Conduit and Cable: NEMA FS 1; listed for type and size raceway with which used, and for application and environment in which installed. 1. Fittings for EMT: Steel or die-cast, set -screw or compression type. 2. Coating for Fittings for PVC -Coated Conduit: Minimum thickness, 0.040 inch, with overlapping sleeves protecting threaded joints. CITY OF SANTA CLARITA PASEO LIGHTING RETROFIT Raceway And Boxes For Electrical Systems G&M # 82560 260533-1 Bid Submittal — May 27, 2014 G. Joint Compound for Rigid Steel Conduit or IMC: Listed for use in cable connector assemblies, and compounded for use to lubricate and protect threaded raceway joints from corrosion and enhance their conductivity. 2.2 NONMETALLIC CONDUIT AND TUBING A. Manufacturers: Subject to compliance with requirements, provide products by: 1. AFC Cable Systems, Inc. or equivalent. B. ENT: NEMA TC 13. C. RNC: NEMA TC 2. D. LFNC: UL 1660. E. Fittings for ENT and RNC: NEMA TC 3; match to conduit or tubing type and material. F. Fittings for LFNC: UL 5148. 2.3 OPTICAL FIBER/COMMUNICATIONS CABLE RACEWAY AND FITTINGS A. Manufacturers: Subject to compliance with requirements, provide products by: 1. Arnco Corporation or equivalent. B. Description: Comply with UL 2024; flexible type, approved for plenum, riser, or general -use installation. 2.4 BOXES A. Manufacturers: Subject to compliance with requirements, provide products by: 1. Hoffman or equivalent. B. Sheet Metal Outlet and Device Boxes: NEMA OS 1. C. Cast -Metal Outlet and Device Boxes: NEMA FB 1, ferrous alloy or aluminum, Type FD, with gasketed cover. D. Nonmetallic Outlet and Device Boxes: NEMA OS 2. E. Small Sheet Metal Pull and Junction Boxes: NEMA OS 1. F. Cast -Metal Access, Pull, and Junction Boxes: NEMA FB 1, cast aluminum or galvanized, cast iron with gasketed cover. PART 3 - EXECUTION 3.1 RACEWAY APPLICATION A. Outdoors: Apply raceway products as specified below, unless otherwise indicated: 1. Exposed Conduit: Rigid steel conduit, IMC, RNC, Type EPC -80 -PVC. 2. Concealed Conduit, Aboveground: Rigid steel conduit, IMC, RNC. 3. Underground Conduit: RNC, Type EPC -40, 80 -PVC, direct buried. 4. Connection to Vibrating Equipment (Including Transformers and Hydraulic, Pneumatic, Electric Solenoid, or Motor -Driven Equipment): LFMC. 5. Boxes and Enclosures, Aboveground: NEMA 250, Type 3R or 4. 6. Application of Handholes and Boxes for Underground Wiring: CITY OF SANTA CLARITA PASEO LIGHTING RETROFIT Raceway And Boxes For Electrical Systems G&M # 82560 260533-2 3.2 Bid Submittal — May 27, 2014 a. Handholes and Pull Boxes in Driveway, Parking Lot, and Off -Roadway Locations, Subject to Occasional, Nondeliberate Loading by Heavy Vehicles: Polymer concrete, Fiberglass enclosures with polymer -concrete frame and cover, Fiberglass -reinforced polyester resin, SCTE 77, Tier 15 structural load rating. b. Handholes and Pull Boxes in Sidewalk and Similar Applications with a Safety Factor for Nondeliberate Loading by Vehicles: Polymer -concrete units, Heavy-duty fiberglass units with polymer -concrete frame and cover, SCTE 77, Tier 8 structural load rating. C. Handholes and Pull Boxes Subject to Light -Duty Pedestrian Traffic Only: Fiberglass -reinforced polyester resin, structurally tested according to SCTE 77 with 3000-lbf (13 345-N) vertical loading. B. Minimum Raceway Size: 3/4 -inch trade size. C. Raceway Fittings: Compatible with raceways and suitable for use and location. 1. Rigid and Intermediate Steel Conduit: Use threaded rigid steel conduit fittings, unless otherwise indicated. 2. PVC Externally Coated, Rigid Steel Conduits: Use only fittings listed for use with that material. Patch and seal all joints, nicks, and scrapes in PVC coating after installing conduits and fittings. Use sealant recommended by fitting manufacturer. Do not install aluminum conduits in contact with concrete. INSTALLATION A. Comply with NECA 1 for installation requirements applicable to products specified in Part 2 except where requirements on Drawings or in this Article are stricter. B. Keep raceways at least 6 inches away from parallel runs of flues and steam or hot-water pipes. Install horizontal raceway runs above water and steam piping. C. Complete raceway installation before starting conductor installation. D. Arrange stub -ups so curved portions of bends are not visible above the finished slab. E. Install no more than the equivalent of three 90 -degree bends in any conduit run except for communications conduits, for which fewer bends are allowed. F. Conceal conduit and EMT within finished walls, ceilings, and floors, unless otherwise indicated. G. Raceways Embedded in Slabs: 1. Run conduit larger than 1 -inch trade size, parallel or at right angles to main reinforcement. Where at right angles to reinforcement, place conduit close to slab support. 2. Arrange raceways to cross building expansion joints at right angles with expansion fittings. 3. Change from ENT to RNC, rigid steel conduit, or IMC before rising above the floor. Threaded Conduit Joints, Exposed to Wet, Damp, Corrosive, or Outdoor Conditions: Apply listed compound to threads of raceway and fittings before making up joints. Follow compound manufacturer's written instructions. Raceways for Optical Fiber and Communications Cable: Install raceways, metallic and nonmetallic, rigid and flexible, as follows: 1. 3/4 -Inch Trade Size and Smaller: Install raceways in maximum lengths of 50 feet 2. 1 -Inch Trade Size and Larger: Install raceways in maximum lengths of 75 feet. CITY OF SANTA CLARITA PASEO LIGHTING RETROFIT Raceway And Boxes For Electrical Systems G&M # 82560 260533-3 3.3 Bid Submittal — May 27, 2014 3. Install with a maximum of two 90 -degree bends or equivalent for each length of raceway unless Drawings show stricter requirements. Separate lengths with pull or junction boxes or terminations at distribution frames or cabinets where necessary to comply with these requirements. J. Install raceway sealing fittings at suitable, approved, and accessible locations and fill them with listed sealing compound. For concealed raceways, install each fitting in a flush steel box with a blank cover plate having a finish similar to that of adjacent plates or surfaces. Install raceway sealing fittings at the following points: 1. Where conduits pass from warm to cold locations, such as boundaries of refrigerated spaces. 2. Where otherwise required by NFPA 70. INSTALLATION OF UNDERGROUND CONDUIT A. Direct -Buried Conduit: 1. Excavate trench bottom to provide firm and uniform support for conduit. Prepare trench bottom for pipe less than 6 inches in nominal diameter. 2. Install backfill. 3. After installing conduit, backfill and compact. Start at tie-in point, and work toward end of conduit run, leaving conduit at end of run free to move with expansion and contraction as temperature changes during this process. Firmly hand tamp backfill around conduit to provide maximum supporting strength. After placing controlled backfill to within 12 inches of finished grade, make final conduit connection at end of run and complete backfilling with normal compaction. 4. Install manufactured rigid steel conduit elbows for stub -ups at poles and equipment and at building entrances through the floor. a. Couple steel conduits to ducts with adapters designed for this purpose, and encase coupling with 3 inches of concrete. b. For stub -ups at equipment mounted on outdoor concrete bases, extend steel conduit horizontally a minimum of 60 inches from edge of equipment pad or foundation. Install insulated grounding bushings on terminations at equipment. 3.4 INSTALLATION OF UNDERGROUND HANDHOLES AND BOXES A. Install handholes and boxes level and plumb and with orientation and depth coordinated with connecting conduits to minimize bends and deflections required for proper entrances. B. Unless otherwise indicated, support units on a level bed of crushed stone or gravel, graded from 1/2 -inch sieve to No. 4 sieve and compacted to same density as adjacent undisturbed earth. C. Elevation: In paved areas, set so cover surface will be flush with finished grade. Set covers of other enclosures 1 inch above finished grade. D. Install handholes and boxes with bottom below grade. E. Install removable hardware, including pulling eyes, cable stanchions, cable arms, and insulators, as required for installation and support of cables and conductors and as indicated. Select arm lengths to be long enough to provide spare space for future cables, but short enough to preserve adequate working clearances in the enclosure. F. Field -cut openings for conduits according to enclosure manufacturer's written instructions. Cut wall of enclosure with a tool designed for material to be cut. Size holes for terminating fittings to be used, and seal around penetrations after fittings are installed. CITY OF SANTA CLARITA PASEO LIGHTING RETROFIT Raceway And Boxes For Electrical Systems G&M # 82560 2605334 Bid Submittal — May 27, 2014 3.5 PROTECTION A. Provide final protection and maintain conditions that ensure coatings, finishes, and cabinets are without damage or deterioration at time of Substantial Completion. 1. Repair damage to galvanized finishes with zinc -rich paint recommended by manufacturer. 2. Repair damage to PVC or paint finishes with matching touchup coating recommended by manufacturer. END OF SECTION CITY OF SANTA CLARITA PASEO LIGHTING RETROFIT Raceway And Boxes For Electrical Systems GSM # 82560 260533-5 Bid Submittal — May 27, 2014 SECTION 260553 IDENTIFICATION FOR ELECTRICAL SYSTEMS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Identification for raceway and metal -clad cable. 2. Identification for conductors and communication and control cable. 3. Underground -line warning tape. 4. Warning labels and signs. 5. Instruction signs. 6. Equipment identification labels. 7. Miscellaneous identification products. 1.3 SUBMITTALS A. Submit to Owner's Representative for review and approval B. Product Data: For each electrical identification product indicated. C. Identification Schedule: An index of nomenclature of electrical equipment and system components used in identification signs and labels. D. Samples: For each type of label and sign to illustrate size, colors, lettering style, mounting provisions, and graphic features of identification products. 1.4 COORDINATION A. Coordinate identification names, abbreviations, colors, and other features with requirements in the Contract Documents, Shop Drawings, manufacturer's wiring diagrams, and the Operation and Maintenance Manual, and with those required by codes, standards, and 29 CFR 1910.145. Use consistent designations throughout Project. B. Coordinate installation of identifying devices with completion of covering and painting of surfaces where devices are to be applied. C. Coordinate installation of identifying devices with location of access panels and doors. D. Install identifying devices before installing acoustical ceilings and similar concealment. PART 2 -PRODUCTS 2.1 RACEWAY AND METAL -CLAD CABLE IDENTIFICATION MATERIALS A. Comply with ANSI All 3.1 for minimum size of letters for legend and for minimum length of color field for each raceway and cable size. B. Color for Printed Legend: CITY OF SANTA CLARITA PASEO LIGHTING RETROFIT Identification For Electrical Systems G&M # 82560 260553-1 +W7 Bid Submittal — May 27, 2014 1. Power Circuits: Black letters on an orange field. 2. Legend: Indicate system or service and voltage, if applicable. C. Self -Adhesive Vinyl Labels: Preprinted, flexible label laminated with a clear, weather- and chemical -resistant coating and matching wraparound adhesive tape for securing ends of legend label. D. Self -Adhesive Vinyl Tape: Colored, heavy duty, waterproof, fade resistant; 2 inches wide; compounded for outdoor use. CONDUCTOR AND COMMUNICATION- AND CONTROL -CABLE IDENTIFICATION MATERIALS A. Color code secondary service, feeder, and branch circuit conductors with field applied identification where factory applied color is not readily available. B. Color -Coding Conductor Tape: Colored, self-adhesive vinyl tape not less than 3 mils thick by 1 to 2 inches wide. C. Marker Tapes: Vinyl or vinyl -cloth, self-adhesive wraparound type, with circuit identification legend machine printed by thermal transfer or equivalent process. D. Aluminum Wraparound Marker Labels: Cut from 0.014 -inch thick aluminum sheet, with stamped, embossed, or scribed legend, and fitted with tabs and matching slots for permanently securing around wire or cable jacket or around groups of conductors. E. Metal Tags: Brass or aluminum, 2 by 2 by 0.05 inch, with stamped legend, punched for use with self-locking nylon tie fastener. F. Write -On Tags: Polyester tag, 0.015 inch thick, with corrosion -resistant grommet and polyester or nylon tie for attachment to conductor or cable. 1. Marker for Tags: Permanent, waterproof, black ink marker recommended by tag manufacturer. 2.3 UNDERGROUND -LINE WARNING TAPE A. Description: Permanent, bright -colored, continuous -printed, polyethylene tape. 1. Not less than 6 inches wide by 4 mils thick. 2. Compounded for permanent direct -burial service. 3. Embedded continuous metallic strip or core. 4. Printed legend shall indicate type of underground line. 2.4 WARNING LABELS AND SIGNS A. Comply with NFPA 70 and 29 CFR 1910.145. B. Self -Adhesive Warning Labels: Factory printed, multicolor, pressure -sensitive adhesive labels, configured for display on front cover, door, or other access to equipment, unless otherwise indicated. C. Baked -Enamel Warning Signs: Preprinted aluminum signs, punched or drilled for fasteners, with colors, legend, and size required for application. 1/4 -inch grommets in corners for mounting. Nominal size, 7 by 10 inches. CITY OF SANTA CLARITA PASEO LIGHTING RETROFIT Identification For Electrical Systems G&M # 82560 260553-2 Bid Submittal — May 27, 2014 D. Metal -Backed, Butyrate Warning Signs: Weather -resistant, nonfading, preprinted, cellulose - acetate butyrate signs with 0.0396 -inch galvanized -steel backing; and with colors, legend, and size required for application. 1/4 -inch grommets in corners for mounting. Nominal size, 10 by 14 inches. E. Warning label and sign shall include, but are not limited to, the following legends: 1. Multiple Power Source Warning: "DANGER - ELECTRICAL SHOCK HAZARD - EQUIPMENT HAS MULTIPLE POWER SOURCES." 2. Workspace Clearance Warning: "WARNING - OSHA REGULATION - AREA IN FRONT OF ELECTRICAL EQUIPMENT MUST BE KEPT CLEAR FOR 48 INCHES." 2.5 INSTRUCTION SIGNS A. Engraved, laminated acrylic or melamine plastic, minimum 1/16 inch thick for signs up to 20 sq. in. and 1/8 inch thick for larger sizes. 1. Engraved legend with black letters on white face. 2. Punched or drilled for mechanical fasteners. 3. Framed with mitered acrylic molding and arranged for attachment at applicable equipment. 2.6 EQUIPMENT IDENTIFICATION LABELS A. Engraved, Laminated Acrylic or Melamine Label: Punched or drilled for screw mounting. White letters on a dark -gray background. Minimum letter height shall be 3/8 inch. 2.7 MISCELLANEOUS IDENTIFICATION PRODUCTS A. Cable Ties: Fungus -inert, self -extinguishing, 1 -piece, self-locking, Type 6/6 nylon cable ties. 1. Minimum Width: 3/16 inch. 2. Tensile Strength: 50 Ib minimum. 3. Temperature Range: Minus 40 to plus 185 deg F. 4. Color: Black, except where used for color -coding. B. Fasteners for Labels and Signs: Self -tapping, stainless-steel screws or stainless-steel machine screws with nuts and flat and lock washers. PART 3 - EXECUTION 3.1 APPLICATION A. Accessible Raceways and Metal -Clad Cables, 600 V or Less, for Service, Feeder, and Branch Circuits More Than 30 A: Identify with orange self-adhesive vinyl label. B. Accessible Raceways and Cables of Auxiliary Systems: Identify the following systems with color -coded, self-adhesive vinyl tape applied in bands: 1. Fire Alarm System: Red. 2. Fire -Suppression Supervisory and Control System: Red and yellow. 3. Combined Fire Alarm and Security System: Red and blue. 4. Security System: Blue and yellow. 5. Mechanical and Electrical Supervisory System: Green and blue. 6. Telecommunication System: Green and yellow. 7. Control Wiring: Green and red. C. Branch -Circuit Conductor Identification: Where there are conductors for more than three branch circuits in same junction or pull box, use color -coding conductor tape or aluminum wraparound marker labels. Identify each ungrounded conductor according to source and circuit number. CITY OF SANTA CLARITA PASEO LIGHTING RETROFIT Identification For Electrical Systems G&M # 82560 260553-3 Bid Submittal — May 27, 2014 D. Conductors to Be Extended in the Future: Attach write -on tags or marker tape to conductors and list source and circuit number. 3.2 INSTALLATION A. Verify identity of each item before installing identification products. B. Location: Install identification materials and devices at locations for most convenient viewing without interference with operation and maintenance of equipment. C. Apply identification devices to surfaces that require finish after completing finish work. D. Self -Adhesive Identification Products: Clean surfaces before application, using materials and methods recommended by manufacturer of identification device. E. Attach nonadhesive signs and plastic labels with screws and auxiliary hardware appropriate to the location and substrate. F. System Identification Color Banding for Raceways and Cables: Each color band shall completely encircle cable or conduit. Place adjacent bands of two-color markings in contact, side by side. Locate bands at changes in direction, at penetrations of walls and floors, at 50 - foot maximum intervals in straight runs, and at 25 -foot maximum intervals in congested areas. G. Color -Coding for Phase and Voltage Level Identification, 600 V and Less: Use the colors listed below for ungrounded service, feeder, and branch -circuit conductors. 1. Color shall be factory applied or, for sizes larger than No. 10 AWG if authorities having jurisdiction permit, field applied. 2. Colors for 208/120-V Circuits: a. Phase A: Black. b. Phase B: Red. C. Phase C: Blue. d. Neutral: White. e. Ground: Green. 3. Colors for 480/277-V Circuits: a. Phase A: Brown. b. Phase B: Orange. C. Phase C: Yellow. d. Neutral: Grey. e. Ground: Green. 4. Field -Applied, Color -Coding Conductor Tape: Apply in half -lapped turns for a minimum distance of 6 inches from terminal points and in boxes where splices or taps are made. Apply last two turns of tape with no tension to prevent possible unwinding. Locate bands to avoid obscuring factory cable markings. H. Aluminum Wraparound Marker Labels and Metal Tags: Secure tight to surface of conductor or cable at a location with high visibility and accessibility. I. Underground -Line Warning Tape: During backfilling of trenches install continuous underground -line warning tape directly above line at 6 to 8 inches below finished grade. Use multiple tapes where width of multiple lines installed in a common trench or concrete envelope exceeds 16 inches overall. J. Painted Identification: Prepare surface and apply paint according to "painting" Sections. END OF SECTION CITY OF SANTA CLARITA PASEO LIGHTING RETROFIT Identification For Electrical Systems G&M # 82560 2605534 Bid Submittal — May 27, 2014 SECTION 260923 NETWORK LIGHTING CONTROL SYSTEM PART 1 -GENERAL 1.1 SUMMARY A. The work covered in this section is subject to all of the requirements in the General Conditions of the Specifications. Contractor shall coordinate all of the work in this section with all of the trades covered in other sections of the specification to provide a complete and operable system. All Labor, materials, appliances, tools, equipment, facilities, transportation and services necessary for and incidental to performing all operations in connection with furnishing, delivery and installation of the work of this Section. 1.2 DESCRIPTION OF WORK A. Furnish and install a complete system for the control of lighting and other equipment as indicated on the plans, detailed in the manufacturer submittal and as further defined herein. Contractor is solely responsible to verify quantity, installation locations and wiring requirements for this project. Specific manufacturer's catalog numbers, when listed in this section are for reference only. It is the responsibility of the contractor to verify with lighting control manufacturer all catalog information and specific product acceptability. B. The system shall include but not be limited by the following list: Pre -wired, microprocessor controlled relay and dimming controls controlled via a complete list of communication based accessories. The system must be remotely accessible through a web browser on a PC, cell phone or other internet capable device that is not physically associated with the site being controlled. The system will also be able to monitor power usage and accrue energy consumption over time. The system will track statistical information on each of the elements it is controlling (ex bulb lifetime hours, light manufacturer, etc), The system will be able to detect a light outage and its subsequent replacement and be able to generate emails, SMS texts or other alerts to this condition within 24 hours of the outage. The system will need to detect alarms based on overagelunderage of current, voltage or power expectations. The system will need to track light locations via GPS coordinates for exterior applications and track locations via DWG file for interior applications. The system shall not require any dedicated control wires to be trenched or "home runned" to a central point of control. The system must use either wireless communication or power line carrier technology to each "end point". The type of lighting control equipment and wiring specified in this section is covered by the description: Remotely accessible adaptive lighting control system. 1.3 SUBMITTALS A. Wiring Diagrams: Submit diagrams on how to wire controllers to lamp fixture through a pole based installation or fixture based installation. B. Shop Drawings: Submit dimensioned drawings of lighting control system and accessories. C. Product Data: Submit for approval manufacturer's data on the specific lighting control system and components. Submit a complete bill of materials with part numbers, description and voltage specifications. D. One Line Diagram: Submit a one -line diagram of the system configuration indicating the type, size and number of conductors between each component if it differs from that illustrated in the riser diagram in these specifications. Submittals that show typical riser diagrams are not acceptable. CITYOF SANTA CLARITA PASEO LIGHTING RETROFIT Network Lighting Control System G&M # 82560 260923-1 Bid Submittal — May 27, 2014 1.4 QUALITY ASSURANCE A. This performance criteria is based on Virticus System, all equals must submit per performance criteria. Such firms shall be regularly engaged in manufacturing of lighting control equipment and ancillary equipment, of types and capacities require. Any product other than those listed in this specification must be pre -approved a minimum of two weeks before bid time. No exceptions. B. Control wiring shall be in accordance with the CEC requirements for Class 2 remote control systems, Article 725 and manufacturer specification. C. A licensed electrician shall functionally test each system component after installation, verify proper operation and confirm that all relay and dimming panels and switch wiring conform to the wiring documentation. The Electrical Contractor (EC) is required to contact Virticus a minimum of 7 days before turnover for system checkout. At time of Virticus contact, all components including internet connection must be installed, powered and operational. D. Comply with CED and all local and state codes as applicable to electrical wiring work. E. Lighting controllers shall be UL Listed. Electrical contractor is responsible for verifying compliance. F. The lighting control system shall be designed in accordance to comply as required with all national, state and local energy codes to include but not limited to California Title 24 and ASHRAE 90.1-2004. 5 MAINTENANCE MATERIALS A. Provide 5% spare controllers. B. Provide 2 extra sets of as -built and operating manuals. 1.6 SUBSTITUTIONS A. Should the bidder wish to substitute with an equal product, the bidder must submit proposed substitution to the Owner not less than fourteen (14) days prior to the date set for receipt of bids. 1. A product must go through the following process before being approved as a substitution: 2. Substitutions shall be provided to the owner as an attachment to the bid form. Drawings, product data, manufacturer's warranties, samples and other information may be requested for submission. If the proposed substitution is not found to be equal or better, then the item specified in the contract documents shall be furnished. 1.7 SYSTEM DESCRIPTION - Remotely accessible adaptive lighting control system CITYOF SANTA CLARITA PASEO LIGHTING RETROFIT Network Lighting Control System G&M # 82560 260923-2 Bid Submittal — May 27, 2014 A. The system has 3 elements to its functional operation that enable it to scale technically and economically. The first element, "Rialto" is an "end point" controller resident at each fixture, each pole, or in main cabinet. Rialto can control and manage one or two lights independently per controller. Rialto provides switched hot legs (1 or 2) and independent dimming controls (0- 10V) that control each light independently with high precision. Power consumption is measured per controller thus a controller managing two lights would measure the combined power consumption for both lights. Rialto will communicate only with a specified Ventura in a secure manner, typically through, but not limited to, Zigbee wireless or power line carrier communication protocols. Rialto contains its own schedule so that communication failures do not change operational behavior. B. The second element of the solution, "Ventura" is a site based manager that has two functions. Its primary function is the communication to each of the lights, with functions as simple as power measurements or as complex as uploading schedule changes or firmware updates. Schedules can reside on Ventura or in each Rialto. Ventura tracks site based statistics, adaptively manages communication protocols to each light, integrates external stimulus (ex from motion sensors, acoustic signature devices, light meters etc) and then manages a pre- conditioned response (ex text security, turn all lights on) or an adaptive response (ex turn lights on only if it is between hours x and y). Ventura creates and associates Rialto's into both schedule groups and logical groups. These groups can all be controlled independently. Ventura can manage hundreds of groups and each Rialto can belong to up to 8 of them. Ventura manages schedules and will calculate sunrise and sunset times based on latitude and longitude data. The secondary function of Ventura is to intelligently aggregate meaningful data for that site and push it to a Network Operating Center located anywhere in the world. This is done in a secure, manner with cognizance toward network bandwidth costs. C. The third element of the solution, "Malibu", is a web hosted portal for customers to see all of their sites via one secure interface. This element enables macro level insight to lighting network conditions and enables control at a holistic level or individual light level. Through this interface customers will be able to get real-time status and conditions of individual lights or system wide information upon which heuristics can be developed. D. Lighting control system shall include all hardware and software. Software shall be resident within the lighting control system. System shall provide local access to all programming functions at the Site manager and remote access to all programming functions via web access. Lighting control system shall have the capability to be remotely controlled via the internet or building wide Ethernet LAN. E. System software shall provide real time status of each end point, each zone and each group. F. Lighting control system shall be able to be monitored by and take commands from a remote PC. At any time, should the remote PC go off-line all system programming uploaded to the lighting control system shall continue to operate as intended. Systems requiring an on line PC or server for normal operation are not acceptable G. All devices shall be pre -addressed at the factory. H. Customer shall specify desired lighting behavior (schedule, response to sensors) before installation. Additionally, the programming should have the ability and the support to make alterations after installation based on site conditions. CITYOF SANTA CLARITA PASEO LIGHTING RETROFIT Network Lighting Control System G&M # 82560 260923-3 Bid Submittal — May 27, 2014 I. All programs, schedules, time of day, etc, shall be held in non-volatile memory for an indefinite time exceeding 10 years in the event of power failure. At restoration of power, lighting control system shall implement programs required by current time and date. Time of day shall be communicated to the network on a regular basis or secured with a battery backup to ensure proper operation of schedules. J. All lights, as a failsafe, must come on when power is restored. Thus the functionality of the lights can be overridden by a manual contactor. During normal operation this contactor can be bypassed. K. The system shall be capable of implementing On,Off, Dim(to 0-100% in 10% increments) commands, Off commands, dimming commands, group or zone by means of digital wall switches, contact closure switches, time clock schedules including offsets from dusk and dawn, light meter, photocell, pc software or other devices connected to programmable inputs in a lighting control panel. L. The lighting control system shall provide the ability to control each relay and each relay group per this specifications requirement. All programming and scheduling shall be able to be done locally at the Site manager and remotely via the Internet. Remote connection to the lighting control system shall provide real time control and real time feedback. PART 2 -PRODUCTS 2.1 MATERIAL AND COMPONENTS A One Rialto per pole, fixture, or as indicated on plans. 1. One Site manager to be enclosed in NEMA 4X rated enclosure with hinged locking door. 2. Site Manager input power shall be capable of accepting 120v -240v 3. Internet connection available Site Manager via DSL or Cable modem or USB -GSM modem. PART 3 - EXECUTION 3.1 EQUIPMENT INSTALLATION A. Under no circumstances will any extra payment be authorized for the EC or GC due to the EC's lack of knowledge or understanding of any and all prevailing codes or specified manufacturer's installation requirements. EC shall neatly lace and rack wiring in cabinets. During construction process, protect all interior components of each relay panel and each digital switch from dust and debris. Any damage done to electronic components due to failure to protect them shall be the sole responsibility of the installing contractor. B. Wiring 1. Wire Rialto controllers per the wiring diagrams provided by the manufacturer. Connect the Ventura to the internet and secure in a cabinet. 3.2 DOCUMENTATION A. Each relay shall have an identification label indicating the MAC Address. This MAC address must be assigned and tracked to each pole / fixture by the installer. 3.3 SERVICE AND SUPPORT CITYOF SANTA CLARITA PASEO LIGHTING RETROFIT Network Lighting Control System G&M # 82560 260923-4 Bid Submittal — May 27, 2014 A. Start Up: EC shall contact Virticus at least 7 days before turnover of project. VIRTICUS will remotely log into the lighting control system, run diagnostics and confirm system programming. EC shall be available at the time of dial in to perform any corrections required by VIRTICUS. EC is responsible for coordinating with GC and the owner the installation of an internet connection. B. Internet support shall be available at no additional cost to the EC or Owner both during and after the warranty period. Factory to pre-program the lighting control system per plans and approved submittal, to the extent data is available. C. Provide onsite programming of system in the presence of City personnel. 3.4 FIELD QUALITY CONTROL A. Perform the following field tests and inspections and prepare test reports: 1. After installing the lighting control system, and after electrical circuitry has been energized, adjust and test for compliance with requirements. 2. Operational Test: Verify operation of each lighting control device, and adjust time delays. B. Remove and replace lighting control devices where test results indicate that they do not comply with specified requirements. Test for compliance with requirements. 3.5 DEMONSTRATION A. Coordinate demonstration of products specified in this Section with demonstration requirements for low -voltage, programmable lighting control system. B. Engage a factory -authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain lighting control devices. 3.6 WARRANTY A. Provide five (5) year parts warranty on all the hardware. The hardware shall be rated for 100,000 hours of continuous use. B. Visit the site after 3 months with City personnel, and make any necessary adjustments based on observations made at that time. END OF SECTION CITYOF SANTA CLARITA PASEO LIGHTING RETROFIT Network Lighting Control System G&M # 82560 260923-5 Bid Submittal — May 27, 2014 SECTION 265600 EXTERIOR LIGHTING PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Exterior luminaires with lamps and ballasts and/or LED arrays and LED drivers. 2. Pole assembly lighting controls. 3. Poles and accessories. 1.3 SUBMITTALS A. Product Data: For each luminaire, pole, and support component, arranged in order of lighting unit designation. Include data on features, accessories, finishes, and the following: 1. Physical description of luminaire, including materials, dimensions, effective projected area, and verification of indicated parameters. 2. Details of attaching luminaires and accessories. 3. Details of installation and construction. 4. Luminaire materials. 5. Pole light assembly lighting controls. 6. Ballasts, including energy -efficiency data. 7. Lamps, including life, output, and energy -efficiency data. 8. All data regarding LED L70 lumen depreciation must be generated in accordance with IESNA standard LM -80-08. Manufacturer must specify the chip used in their luminaire(s). 9. Per IESNA TM -21-11, Calculated L70(10k) to be not less than 135,000 hrs 10. Materials, dimensions, and finishes of poles. 11. Finish data shall include specifics of the pre-treatment process for powder coating, as well as the length of warranty. 12. Means of attaching luminaires to supports, and indication that attachment is suitable for components involved. B. Shop Drawings: 1. Anchor -bolt templates keyed to specific poles and certified by manufacturer. 2. Design calculations, certified by a qualified professional engineer, indicating strength of screw foundations and soil conditions on which they are based. C. Wiring Diagrams: Detail wiring for fixtures and differentiate between manufacturer -installed and field -installed wiring. D. Field quality -control test reports. E. Operation and Maintenance Data: For luminaires and poles to include in emergency, operation, and maintenance manuals. F. Warranty: Special warranty specified in this Section. CITY OF SANTA CLARITA PASEO LIGHTING RETROFIT Exterior Lighting G&M # 82560 265600-1 Bid Submittal — May 27, 2014 1.4 QUALITY ASSURANCE A. Luminaire Photometric Data Testing Laboratory Qualifications: Provided by manufacturers' laboratories that are accredited under the National Volunteer Laboratory Accreditation Program for Energy Efficient Lighting Products. B. Luminaire Photometric Data Testing Laboratory Qualifications: Provided by an independent agency, with the experience and capability to conduct the testing indicated, that is an NRTL as defined by OSHA in 29 CFR 1910.7. C. All photometric data for LED luminaires must be generated by testing in accordance with IESNA standard LM -79-08, and all associated IES files must be provided for certification of compliance. D. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. E. Comply with IEEE C2, "National Electrical Safety Code." F. The luminaire shall be supplied with line -ground, line -neutral and neutral -ground electrical surge protection in accordance with IEEE/ANSI C62.41.2 guidelines. G. Comply with NFPA 70. 1.5 DELIVERY, STORAGE, AND HANDLING A. Store poles on decay -resistant -treated skids at least 12 inches (300 mm) above grade and vegetation. Support poles to prevent distortion and arrange to provide free air circulation. B. Retain factory -applied pole wrappings on poles until right before pole installation. Handle poles with web fabric straps. 1.6 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace products that fail in materials or workmanship; that corrode; or that fade, stain, perforate, erode, or chalk due to effects of weather or solar radiation within specified warranty period. Manufacturer may exclude lightning damage, hail damage, vandalism, abuse, or unauthorized repairs or alterations from special warranty coverage. 1. Warranty Period for Luminaires: Ten years from date of Substantial Completion. 2. Warranty Period for Metal Corrosion: Ten years from date of Substantial Completion. 3. Warranty Period for Color Retention: Ten years from date of Substantial Completion. 4. Warranty Period for Lamps: Replace lamps and fuses that fail within 1 year from date of Substantial Completion; furnish replacement lamps and fuses that fail within the second 12 months from date of Substantial Completion. 5. Warranty Period for Poles: Repair or replace lighting poles and standards that fail in finish, materials, and workmanship within manufacturer's standard warranty period, but not less than three years from date of Substantial Completion. 1.7 EXTRA MATERIALS A. Furnish extra materials described below that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Lamps: 2 for every 100 of each type and rating installed. Furnish at least one of each type. CITY OF SANTA CLARITA PASEO LIGHTING RETROFIT Exterior Lighting G&M # 82560 265600-2 2. Glass and Plastic Lenses, Covers, and Other Optical Parts: and rating installed. Furnish at least one of each type. 3. Ballasts: 1 for every 100 of each type and rating installed. type. PART 2 -PRODUCTS 2.1 MANUFACTURERS Bid Submittal — May 27, 2014 5 for every 100 of each type Furnish at least one of each A. Manufacturers: Subject to compliance with requirements, provide products by one of the manufacturers specified. 2.2 LUMINAIRES. GENERAL REQUIREMENTS A. Luminaires shall comply with UL 1598 and be listed and labeled for installation in wet locations by an NRTL acceptable to authorities having jurisdiction. B. Comply with IESNA RP -8 for parameters of lateral light distribution patterns indicated for luminaires. C. Metal Parts: Free of burrs and sharp corners and edges. D. Sheet Metal Components: Corrosion -resistant aluminum, unless otherwise indicated. Form and support to prevent warping and sagging. E. Housings: Rigidly formed, weather- and light -tight enclosures that will not warp, sag, or deform in use. Provide filter/breather for enclosed luminaires. F. Doors, Frames, and Other Internal Access: Smooth operating, free of light leakage under operating conditions, and designed to permit relamping without use of tools. Designed to prevent doors, frames, lenses, diffusers, and other components from falling accidentally during relamping and when secured in operating position. Doors shall be removable for cleaning or replacing lenses. G. The complete luminaire shall be rated IP66 or better. H. Exposed Hardware Material: Stainless steel. I. Plastic Parts: High resistance to yellowing and other changes due to aging, exposure to heat, and UV radiation. Lens material must be acrylic DR for impact resistance and non -yellowing. J. Lenses and Refractors Gaskets: Use heat- and aging -resistant resilient gaskets to seal and cushion lenses and refractors in luminaire doors. K. LED luminaires shall have the LED array mounted to luminaire interior, utilizing direct delivery rather than indirect delivery optical systems. L. Luminaire Finish: Manufacturer's standard paint applied to factory -assembled and -tested luminaire before shipping. Where indicated, match finish process and color of pole or support materials. M. Factory -Applied Finish for Steel Luminaires: Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. CITY OF SANTA CLARITA PASEO LIGHTING RETROFIT Exterior Lighting G8M # 82560 265600-3 Bid Submittal — May 27, 2014 1. Surface Preparation: Clean surfaces to comply with SSPC-SP 1, "Solvent Cleaning," to remove dirt, oil, grease, and other contaminants that could impair paint bond. Grind welds and polish surfaces to a smooth, even finish. Remove mill scale and rust, if present, from uncoated steel, complying with SSPC-SP 5/NACE No. 1, "White Metal Blast Cleaning," or SSPC-SP 8, "Pickling." 2. Exterior Surfaces: Manufacturer's standard finish consisting of one or more coats of primer and two finish coats of high -gloss, high -build polyurethane enamel. a. Color: As selected from manufacturer's standard catalog of colors. b. Color: Match Architect's sample of manufacturer's standard or custom color. C. Color: As selected by Architect from manufacturer's full range. Factory -Applied Finish for Aluminum Luminaires: Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. 1. Finish designations prefixed by AA comply with the system established by the Aluminum Association for designating aluminum finishes. 2. Natural Satin Finish: Provide fine, directional, medium satin polish (AA -M32); buff complying with AA -M20; and seal aluminum surfaces with clear, hard -coat wax. 3. Class I, Clear Anodic Finish: AA-M32C22A41 (Mechanical Finish: medium satin; Chemical Finish: etched, medium matte; Anodic Coating: Architectural Class I, clear coating 0.018 mm or thicker) complying with AAMA 611. 4, Class I, Color Anodic Finish: AA-M32C22A42/A44 (Mechanical Finish: medium satin; Chemical Finish: etched, medium matte; Anodic Coating: Architectural Class I, integrally colored or electrolytically deposited color coating 0.018 mm or thicker) complying with AAMA 611. a. Color: As specified by Architect. 2.3 BALLASTS FOR HID LAMPS AND LED DRIVERS A. Comply with ANSI C82.4 and UL 1029 and capable of open -circuit operation without reduction of average lamp life. Include the following features, unless otherwise indicated: 1. Ballast Circuit: Constant -wattage autotransformer or regulating high -power -factor type. 2. Minimum Starting Temperature: Minus 22 deg F (Minus 30 deg C). 3. Normal Ambient Operating Temperature: 104 deg F (40 deg C). 4. Ballast Fuses: One in each ungrounded power supply conductor. Voltage and current ratings as recommended by ballast manufacturer. 5. LED drivers shall be UL or ETL recognized and include overload as well as short circuit protection. 5. LED drivers shall have minimum efficiency of 90% and be rated at full load with THD<20% and a power factor of greater than 0.90. 7. Drive current for LED arrays shall not be greater than 350mA in order to maximize the life of the driver and LED light engine. 8. LED driver shall be located in the luminaire fitter casting, beneath the acorn assembly. 2.4 POLES AND SUPPORT COMPONENTS, GENERAL REQUIREMENTS A. Structural Characteristics: Comply with AASHTO LTS-4. B. Luminaire Attachment Provisions: Comply with luminaire manufacturers' mounting requirements. Use stainless-steel fasteners and mounting bolts, unless otherwise indicated. C. Mountings, Fasteners, and Appurtenances: Corrosion -resistant items compatible with support components. 1. Materials: Shall not cause galvanic action at contact points. CITY OF SANTA CLARITA PASEO LIGHTING RETROFIT Exterior Lighting G&M # 82560 265600-4 Bid Submittal — May 27, 2014 2. Anchor Bolts, Leveling Nuts, Bolt Caps, and Washers: Hot -dip galvanized after fabrication, unless stainless-steel items are indicated. 3. Anchor -Bolt Template: Plywood or steel. D. Concrete Pole Foundations: Pole to match existing foundations' bolt pattern. E. Power -Installed Screw Foundations: Factory fabricated by pole manufacturer, with structural steel complying with ASTM A 36/A 36M and hot -dip galvanized according to ASTM A 123/A 123M; and with top -plate and mounting bolts to match pole base flange and strength required to support pole, luminaire, and accessories. Breakaway Supports: Frangible breakaway supports, tested by an independent testing agency acceptable to authorities having jurisdiction, according to AASHTO LTS-4. 2.5 COMPOSITE POLES A. Poles: The shaft shall be a composite structure consisting of a continuous filament wound inner core with patented elastomeric outer shell with a minimum wall thickness of .38 inches. The outer shell shall be elastomeric urethane. The outer shell shall be constructed of patented RP/C composites and incorporated with the inner filament wound structure and chemically inert. 1. These posts exceed the ANSUNEMA C136.20 national fiberglass pole specification. 2. Pole shall have high angle wraps (generally 650 and 850 from the longitudinal axis) on the inside of the pole to resist compressive loads and buckling. Wrap the outside with low angle helical wraps 1100 to 180) to resist tensile loads and bending. Extra wrapping below the ground line reinforces the strength. 3. The pole shall be designed with a minimum safety factor of 2 to 1 and have no more than 10% deflection at full wind loading. B. Poles: 1. Shape: Tapered increasing in thickness from the top to the base in proportion to the load and ground line moment requirements. The shafts have a matching color (dark bronze RAL 8019) pigmentation throughout the wall thickness that provides a long-lasting appearance and additional ultra -violet protection. 2. Mounting Provisions: Butt flange for bolted mounting on foundation C. Pole -Top Tenons: Fabricated to support luminaire or luminaires and brackets indicated, and securely fastened to pole top. D. Finish: The finish shall be low gloss, lightly textured and designed for exterior applications. The catalyzed urethane coating shall be extremely durable, chalk resistant and retain its gloss after 5000 hours of exposure in a UV test environment. Provide uses quality polyurethane enamel industrial coating offers an extremely durable and weather -resistant finish. PART 3 - EXECUTION 3.1 POLE INSTALLATION A. Align pole foundations and poles for optimum directional alignment of luminaires and their mounting provisions on the pole. B. Concrete Pole Foundations: Pole to match existing foundations' bolt patterns. C. Foundation -Mounted Poles: Mount pole with leveling nuts, and tighten top nuts to torque level recommended by pole manufacturer. CITY OF SANTA CLARITA PASEO LIGHTING RETROFIT Exterior Lighting G&M # 82560 265600-5 Bid Submittal — May 27, 2014 Use anchor bolts and nuts selected to resist seismic forces defined for the application and approved by manufacturer. Grout void between pole base and foundation. Use nonshrink or expanding concrete grout firmly packed to fill space. Install base covers, unless otherwise indicated. Use a short piece of 1/2 -inch- (13 -mm-) diameter pipe to make a drain hole through grout. Arrange to drain condensation from interior of pole. D. Poles and Pole Foundations Set in Concrete Paved Areas: Install poles with minimum of 6 -inch- (150 -mm-) wide, unpaved gap between the pole or pole foundation and the edge of adjacent concrete slab. Fill unpaved ring with pea gravel to a level 1 inch (25 mm) below top of concrete slab. E. Raise and set poles using web fabric slings (not chain or cable). 3.2 INSTALLATION OF INDIVIDUAL GROUND -MOUNTING LUMINAIRES A. Install on concrete base with top 2 inches above finished grade or surface at luminaire location. Cast conduit into base, and finish by troweling and rubbing smooth. Concrete materials, installation, and finishing are specified in Section 307.8. 3.3 CORROSION PREVENTION A. Aluminum: Do not use in contact with earth or concrete. When in direct contact with a dissimilar metal, protect aluminum by insulating fittings or treatment. B. Steel Conduits: Comply with Division 26 Section "Raceway and Boxes for Electrical Systems." In concrete foundations, wrap conduit with 0.010 -inch -thick, pipe -wrapping plastic tape applied with a 50 percent overlap. 3.4 GROUNDING A. Ground metal poles and support structures according to Division 26 Section "Grounding and Bonding for Electrical Systems." 1. Install 10 -foot (3-m) grounding electrode for each pole. 2. Install grounding conductor pigtail in the base for connecting luminaire to grounding system. B. Ground nonmetallic poles and support structures according to Division 26 Section "Grounding and Bonding for Electrical Systems." 1. Ground rods at each pole are not required. Instead, a ground lug will be provided at each pole base. (See Attachment C2) 3.5 FIELD QUALITY CONTROL A. Inspect each installed fixture for damage. Replace damaged fixtures and components. Illumination Observations: Verify normal operation of lighting units after installing luminaires and energizing circuits with normal power source. 1. Verify operation of photoelectric controls. C. Tests and Observations: Verify normal operation of lighting units after installing fixtures and energizing circuits with normal power source. Include the following: CITY OF SANTA CLARITA PASEO LIGHTING RETROFIT Exterior Lighting G&M # 82560 265600-6 Bid Submittal — May 27, 2014 1. Photometric Tests: Measure light intensities at night at locations where specific illumination performance is indicated. Use photometers with calibration referenced to National Institute of Standards and Technology (NIST) standards. 2. Check for intensity of illumination. 3. Check for uniformity of illumination. 4. Check for excessively noisy ballasts. D. Prepare a written report of tests, inspections, observations, and verifications indicating and interpreting results. If adjustments are made to lighting system, retest to demonstrate compliance with standards. 3.6 DEMONSTRATION A. Engage a factory -authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain luminaire lowering devices. END OF SECTION CITY OF SANTA CLARITA PASEO LIGHTING RETROFIT Exterior Lighting G&M # 82560 265600-7 McaFe aF soler �oy� coos uexrew MouNTRxG HENMfr nsneceL esewxw ,,..,.®w,,.,...,.a..,,. ..n,,. �,e..p., o- .�w,.,2a.o,,..,,.:2..a.w. mwrM � ,n.oE.. '�° � ..., . w.• FEZ owl In MIOLCT Mom SC" n •••.1°"o.an ^"�•rt• _ n.m.ow,e.mmw.®r.w,.. eoererce iC\ml �° •. .w '",PMMLIGHTWG . .,. w,we.e...r. ..,nn ..�,n...E® . nw,a,®.e .. .. i., omn«�ne,.w,a.oe 'j° REPLACEMENT FOR it Ciry of Santa Clarila .w,,....... :4�'�® �.,...n.. � �..9 ��..e•�,�.�� ,.. � �E.,� v�.vnn,.oW .v..�.varo, �,,,�.,,.�,,,.�. 1 � etO0�6lo110CAl eeAMeNe ELECiRMAL TIME SHEET, SVMDXUSTANOTES EIO EIELiPoLI1TiLE 4'IEEi,SVB0.115i\NJlE4 Exa 9NELIGMINGRAx-ANSA, E1.1 911E LIGRIxG RAV. NEA x Ezx NELMxnxG RAx.NEAx ELI EIELIRILNMTNIS6LGIIIN3Cp11g0.pW31.W r-� / rte.__ r r � r .� NL V 11E91TW{y NgMpLLµ.1pIBBXO.Mp MS ..y . WYMIIE.MTa BE, V MWM0.S E1.0 GROUP] °o aRr ayP d9 a o- n � To-® P.�oeutwxn ,, Wq ar ' m A� cNoupi a wRm �y dmx dm �D GROUP2 Ub0. aw aP p� P�wa raa Nm, m,q rma PwEooa,WWrs 019a (ELECf&C SME PLM (MFA i) F. xErvuzrwesnmeWERWxEvammEauL snrtz.nm¢ru PuorwaewgR un WRNaxwxmy. of aw aEra T.�T PER E P OF Wwv RN.. ai:. awv uo my g xtw.No wv can MIR —No rs)P Esaec ur v.aOxB N.. .. rE:,r�-.l.-4. s,,:,Ea.IRR am 1. NUMMR NOTES, +DKK"WVERC GArtMYMUUWnr RFEsiu.VO wmmz.,.,xcswM zuU+ wW¢n oNE�xERxIM NEN%SM�6PEs[xi0 NLrn E. F V%Rp[TALwVENnRRG—rtwIEVl.,W c.WINETONLwsix°rr.N°LMA. INFRA PERNRLrnw SPWWry+E PscN+-iL.saLUE /. W Nrv.Lr gsilxPE6 Eam oNLo.E.o.NN aNR.ffPE au..LOMLOROEREOns °..+a<m+°NZ,R.i _ a LaALVLnoE W,4N Nua mCn°NUOwON COMEciNK OCq.Aq.LEPRTG i iYOF�a I,SFM AREPOFMRK(ARE ,) E. I I I I I I I WON LINE SEE WX F21 FOR ODRIWAAI PA9E0 LIG"NG REP EMEW FOR City of Santa Clanta E2.0 aqd mia dM 9 eR nzius prem o�ew o.me Aem Ba d P� p�mi 4m 0.(• • 0 � a1 • .. 4 f.------------- .U, ____-___ne eF R m,4 rnGLVL o-e�z� �M1t trey ELECTRICAL $RE PUN (AREA 2) e earwoeucmrxawr. nwEs.nBvzFrvwe. w.exEuotPFRoe. Mw�n„wFs. u.w. Fc. REesm:�.`x'..'.Leowezr Loa r. aEEAMro M.w�z�TM.mrwwEwu•r a Yy=_y.waxewaoL Y xW UST C�TuPFR FI xNlM Exxz�umsEMpMx LaO� MUTCx u.E SEE S.FFT UO FOR QWMAI m4 9 P 43 R P EP EQaa z EA 5]0o- Ewq F�tA Ede q ae4� 9 0 PA EOLIGHTING REPUCEMENT FOR City of Santa Cladta HUMMR On PFS /.L 141'EBrY.aM avuv ws�iin.nsE m tr vwer�MT: asxrM..a,rE YM. Exx.,r u.e]wr.roiacrEwFx.o wzaoxmcrwx GROUP GRWPS • b ,. xEs ns sME DONMTML`o. usuaxT1O1arae nu wamie Loru�Ewmmc � ox �FAx UTE FU (MEA2) c oMc� of F 4mtr 4 mit. �rr„euE neruxEsanxeanw sxEErw i.BuE ' F55ptrdFl Ga eea o -4i'94]49 ER. 11 E44 eo49 dguerExE4 `x4 wdER 14 bcm 4Ev i, --------------------------------- 4 P.eEG c_miwxrs CY> e d nDdcu 4wtra' 1 na p4 tr asA .o dne "� P drner�ic ��c�ry c4 4 o-cz� �rcv 4cm chis cn • .. 4 f.------------- .U, ____-___ne eF R m,4 rnGLVL o-e�z� �M1t trey ELECTRICAL $RE PUN (AREA 2) e earwoeucmrxawr. nwEs.nBvzFrvwe. w.exEuotPFRoe. Mw�n„wFs. u.w. Fc. REesm:�.`x'..'.Leowezr Loa r. aEEAMro M.w�z�TM.mrwwEwu•r a Yy=_y.waxewaoL Y xW UST C�TuPFR FI xNlM Exxz�umsEMpMx LaO� MUTCx u.E SEE S.FFT UO FOR QWMAI m4 9 P 43 R P EP EQaa z EA 5]0o- Ewq F�tA Ede q ae4� 9 0 PA EOLIGHTING REPUCEMENT FOR City of Santa Cladta HUMMR On PFS /.L 141'EBrY.aM avuv ws�iin.nsE wo¢ u0i vwer�MT: asxrM..a,rE YM. Exx.,r u.e]wr.roiacrEwFx.o wzaoxmcrwx .w...socr.xaw '�__ ro enP-Een.^e`x ,. xEs ns sME DONMTML`o. usuaxT1O1arae nu wamie Loru�Ewmmc ELECTRIGPL ox �FAx UTE FU (MEA2) c oMc� of mit. �rr„euE neruxEsanxeanw sxEErw I ME. OF waxx u+EA ZI I I xmroecxE E2.1 d r:P pFY ap��t¢q p°4P�,'_ ------------------------------------------------------------ M A8 wsn mwM,o[ncirygruMs Rteue rmerw Wwo,WPa'YueEEuo� rw xrus4L Im[ERt¢PevMw meseufwsrn w� /.W0.tRW ev e¢iWunwvxewrnve[s, L fgtTW P.W pYN[s, w R! W Ne NENtl16LV RFNwEo ¢rxu%ot,.,ao Fln,wt Ogff REW9iNL nLLeufwexirtN ms uxawL ¢ FlMWxIMPli4LNWLMwuwRww wwSl,eas Li ,..aRq,N.vE;.�Wa W�,Wu,aw fL¢aL r. REfMIR[gaTln vlsWMMWePE. _ _ WiG1UNE 5EF 5xEET E]1 FpiCpIlWI,iION M"6 (� EIECiftl('.AL Sn PLM (MEA 3) etWE f.ma L ¢FUMNW Pi[MSeminw Al meeYE6. u6 TwNOTRtMFs WM ss. TREs pm xNutEn xo �.EE ceTOMGu rtW�^Vwt NE.aofµaweuil`Exv ii11, MW NVV,v 6.iKA Ro vuVio ¢i.LL6NxM/.a iEvuv[ENCE.NwNIuwEiaN WEPViupIAArz PIrsLo vEP vfcrgLSPwmvrtlmf L •f EVL n LwW mi W Pi p Ef Fwvq TE R¢siu. PbAOE F+IFMT NJeNnfEXEORNp[GVFCi roE...1 T �RfVEM¢d1IXBRCNtE MEI.4CaMPM1eELu4VOLfq¢ WRXgW IFNG MlILgTON6ErSW eNLLLRNNMW ,SINIEMTI W UCERiotONCCi RIYIO WIIRtlIEP Ni WECiNM. MFAfIFM.1MFA,n- DMtIIFNi\R SRMGMx�gNR�iNfCN gYWi IOIM E @WveW,04EiEMRfWYaO x�m PUN roe.Y. Q2. PA OL TING REPEACEMEW FM City of Santa Clarita ELECTRM,AL SEIE PLAN (MEA]) E2.2 wTPo{E �m'nxrtn wmnsro 1 - app ]&M �.� ' -m wTPo{E �m'nxrtn wmnsro 1 - app ]&M �.� I � cu 1 1 1 G wTPo{E �m'nxrtn wmnsro 1 - app ]&M �.� � cu 1 1 1 1 � ,A �Xwm �! � raEXavoa.E mol LIGHT POLE ANG CONTROL ASSEMBLY 1 �'�1 VMslawi0b4eXXlYIW. �imrokxe Mr.eWn P.P�MW.I E%19TNG PoOTING-VERIFY IN FOLD m XSTWG o.®4nwwv� nrw®mu 9) iYPICALPULL BOX MTNL m X�w� @ ANCH BOLT REPLACEMENT gem �N Yon'sE g)�,=NNG NOGE MRNG DIAGRAM MRTICUBI npuem o.dOOroPNACEMEM �mepw.4n J 35}. XQ GATEWAYCONTROLCABNETDETNL k PASEOLIGHTING REPLACEMENT FOR City of Santa Clanta vpme4. CX 11 0 E3.0 f 1 - app 1 �'�1 VMslawi0b4eXXlYIW. �imrokxe Mr.eWn P.P�MW.I E%19TNG PoOTING-VERIFY IN FOLD m XSTWG o.®4nwwv� nrw®mu 9) iYPICALPULL BOX MTNL m X�w� @ ANCH BOLT REPLACEMENT gem �N Yon'sE g)�,=NNG NOGE MRNG DIAGRAM MRTICUBI npuem o.dOOroPNACEMEM �mepw.4n J 35}. XQ GATEWAYCONTROLCABNETDETNL k PASEOLIGHTING REPLACEMENT FOR City of Santa Clanta vpme4. CX 11 0 E3.0 f 1 ]&M �.� 1 �'�1 VMslawi0b4eXXlYIW. �imrokxe Mr.eWn P.P�MW.I E%19TNG PoOTING-VERIFY IN FOLD m XSTWG o.®4nwwv� nrw®mu 9) iYPICALPULL BOX MTNL m X�w� @ ANCH BOLT REPLACEMENT gem �N Yon'sE g)�,=NNG NOGE MRNG DIAGRAM MRTICUBI npuem o.dOOroPNACEMEM �mepw.4n J 35}. XQ GATEWAYCONTROLCABNETDETNL k PASEOLIGHTING REPLACEMENT FOR City of Santa Clanta vpme4. CX 11 0 E3.0 �yS+tvrt+Ctnnrrn is LANDSCAPE MAINTENANCE DISTRICT BOUNDARY MAP C IU Hie ��— Landuapa MeiN pslnq T46 Legend ®Bent fba FM1a� ' OCAyMHnb CYMSBauM.ry EXHIBIT C2 1 01 LIGHTING SPECIFICATIONS — P102 Of ` �0n 0.0 = N ryN NU Luminaire: Pole (top) mounted luminaire with white (3000K CCT, 80 CRI) LEDs powered by accessible, C d @ integral 0-10V dimming driver delivering 5530 lumens at 58 system watts and 240 volts. Optical system n shall be made of CAD -optimized DLCO PMMA lensing, providing asymmetric, side -throw (Type 111) light distribution_ Luminaire housing shall be marine grade aluminum alloy with stainless steel components and hardware, weighing 14.5 pounds and measuring 4.48" tall (including mounting base) by 12.99" wide by N A 18.50" long. Luminaire shall have a UV stabilized acrylic panel with RFC (Reflection Free Contour) 3 technology. Luminaire shall controlled by a combination of motion sensor (with part configuration and g location identified on submittal drawing) and by a pole mounted communication and control system. 'a Luminaire shall include 14 feet of black, 5 -conductor SEOW cable for connection at hand hole at pole -2 E base and include a surge protection device, wired in-line and accessible/viewable at hand hole at pole base. Luminaire shall mount onto a vertical 3" diameter by 3" tenon. Finish shall be Dark Bronze (RAL 8019) polyester powdercoat. Luminaire shall be Dark Sky compliant with a BUG rating of 101. Luminaire at s o shall be UL (or equivalent) listed for wet location with an IP66 rating. Luminaire drawing (including pole no mounting requirements as coordinated with pole manufacturer) required in submittal documents. U Pole: Non -corroding, fiberglass reinforced composite, centrifugally cast, round pole with a uniform .18" a OL taper per foot, measuring 3.70" 0 - at the top, 6.35" 0 - at the bottom with an overall height of 12'-0". C� Pole shall be rated for a maximum EPA wind of 100 MPH (to be verified by engineer). Pole shall include a m,tj cast A356 -T6 aluminum, polyurethane coated 9.5" square anchor plate with welded grounding lug and � E with four (4) 15/16" slots arranged to received a 9.25" bolt circle. Pole shall include provisions for the ? 0 � d Eye installation of a motion sensor and antenna at locations to be confirmed in submittal process. Pole shall '�-5 Or include a 2.5" x 5" hand -hole centered at 14" on -center above base plate and include a hook mounted at > E of a determined nearby location inside the pole for the installation of a control device. Pole shall include aat i;15 custom ID Plate (mounted at determined location) measuring 2.5" wide by 5" tall with vertical displayed 2- E site specific number. Pole shall include a top mounted, vertical 3" diameter by 3" steel tenon_ Pole shall m m include an 11.625" square fiberglass reinforced composite, 2 -piece base cover, secured to pole with Uac 1,2 vandal resistant stainless steel screws. Finish shall be Dark Bronze (RAL 8019) acrylic enamel coating_ �- so 5 NOTE Pole (12 foot nominal) composite, round tapered (4 inch to 6 inch) with top mounted LED pathway luminaire providing Type III distribution integral 0-10V dimmable driver. Dark Bronze fnish (RAL8019). UL (or equivalent) listed for wet location. WATTAGE VATH BALLAST I TRANSFORMER MANUFACTURER NAME PART NUMBER TRANSFORMER/DRIVER VOLTAGE DIMENSIONS INFORMATION 661-5228 VFL53 1 WSurge Protect OK BRONZE 14.48"T X - We-Ei Lighting USA LLC (RAL8019) 58 246 12.99-W X Integral Po Supply 1BSTL - yQ3121970DEyi@Hfd61(J(C6➢rd:D42f3(r1faGKJGd4d4Dd(EDGY if9@7QtX9Q9QD€7Q 8019FASdX& - ON'*TA1250.74 RAL3W CMT PolesMARATH-0 FRBC-AOPT8.25-NP (MOD) : MANUFACTURER AND PART NUMBER I WATTAGE' VOLT *PER LUMINAIRE MOURTING INFORMATION WEIGHT n LEDs Included with Luminaire 7777u 24 1 Pole Mount 14.5 5 — \/ Paseo Relighting I R-1002 LUMINAIRE visualer a^ City of Santa Clarita TYPE 25217Awnuenboitls LUMINAIRE AND CONTROL SPECIFICATIONS Santa Clant2, CA 91355 Addendum Specifications p102 Phone. 651,/5.7758 Fa.561.775.705 DATE: 6/12/2014 Email. into®msuatanam.net PAGE 1 OF 9 REVISION: - 661.5228 -SC Series VFL530 - LED IS701: Product group. SVM 8 Amo Ugleire. 1411 NAME Got of Sane Gine-IED Canvas, WMPANY SG U01, Solutions DATE Upon 11, 2014 TELEPRONE REFERENCE TOPE TOe PIDVM FAX VOLTAGE NO Volt EMMI Ii RAL801g DekeMe low 1.N OmONS 010 Vd1 d.nina. PRODUCT IMAGE PRODUCT UNE DRAWING LIGHT Owmetmm WE EF PRODUCT IO. 011 SC. SERIES: ilf5 LED 15701. AM R Jew LighNp. BEAMTOPE 1S7DI.TOPEIILmedrpn 14101 PE 24LED41WI300on NOMINALLUMENS 55M INUNtWlunts IftliNentbNeu'long9. Maine gradeaWdnum eRa7.lmeDmbdhM snks. Easytroulend replesemnl of UD board. CAD,is mind PMMA noticed lens to multibys iRumimatim. RFC lens SCE npviot wsenlom inaudng PCS neeware. pw Ikons, session higher poset. TECHNICAL DATA ELECTRMAI: Inlays 610 V d'nmgedii ieesonis LED tldsn in 120.277 suit. Lumivne is tamory wired ..it supdied with 14 NMat oba, 5smdutor, III STOW vd on pmrn unned0n at Lend ti pee hese. SP10: IB KV mrge plotation cnida IP85 rated), yeed'm line with 5 doodumm No it the We hese,..ing ANSI C62 412 Ambient smppatom is <25- C. MOUNTING,: Suitable for pee lop motion, Pde me lmm eequlmmnt.3.01X3.IS- long. Weighs 15.0 IW. E.PA.: 0.4 nmm. Powdm owt mush in Dark Brsrse RAL8019. LISTINGS 'O°' UL s DL listed to Win usalio,u. International Rotwdn:IPfifi #Ra, IDAlrumunimel Dek Sky Assoaalrpn apposed. BUG Reing: RbUDGI IES Clesdifimtbn Type III. medium DEC L pp, Tomlin,. Coma:t bnmy To. punt dommmodm. Lumen sale. hued on two, phoned in n.Niseds with IESNA LM 79. Pon iced Lumn depmdatin deo,, bwetl m IESNA 1M941 meehooplM, Aiats eryrAst pry ry orb few spo n5m wild.a L70 is to pe"i tine In hole. signed IED pwkameltu deteredalf To 7M d initial Men Go" L71L k SLOW Inge. ®TV 25' C STANDARD LEO WARRANTY: 5 you impetl wnery uri,w er LED sanponnr aM ddyra RMem mnpltl liMtl WreAY Nominal Lren Actual Lunn Teal opened Wong LED LUMENS 2A.41m LED LUMENS 21451. ALO LEDs 24 LEDs 24 TOTAL LUMENS 5500.01. TOTAL LUMENS 5118.41. T: 85`C Is 25•C Comment eWEFFLIGHTING TSA: Dude 611 IM 14. Me on.. Tutluet imprwemern apedfisaDwn pod dale on, whestI Aanu wd.ul pas nifisation. d 6 T (12 foot nominal) composite, round tapered (4 inch to 6 inch) with top mounted LED pathway luminaire providing Type III ribution integral 0-10V dimmable driver. Dark Bronze finish (RAL6019). UL (or equivalent) listed for wet location. ru, mA.8�. WATTAGE WTH BALLAST/TRANSFORM MANUFACTURER NAME PART NUMBER TRANSFORMER I DRIVER VOLTAGE iDIMENSIONS 11 Wei Li9htin9 USA LLC 6131,5228 2061-5228 VFLMO0 10vSuge PtdeU DK BRONZE low 1.N I 14.4 T X 12.91 WE EF PRODUCT IO. 011 SC. SERIES: ilf5 LED 15701. AM R Jew LighNp. BEAMTOPE 1S7DI.TOPEIILmedrpn 14101 PE 24LED41WI300on NOMINALLUMENS 55M INUNtWlunts IftliNentbNeu'long9. Maine gradeaWdnum eRa7.lmeDmbdhM snks. Easytroulend replesemnl of UD board. CAD,is mind PMMA noticed lens to multibys iRumimatim. RFC lens SCE npviot wsenlom inaudng PCS neeware. pw Ikons, session higher poset. TECHNICAL DATA ELECTRMAI: Inlays 610 V d'nmgedii ieesonis LED tldsn in 120.277 suit. Lumivne is tamory wired ..it supdied with 14 NMat oba, 5smdutor, III STOW vd on pmrn unned0n at Lend ti pee hese. SP10: IB KV mrge plotation cnida IP85 rated), yeed'm line with 5 doodumm No it the We hese,..ing ANSI C62 412 Ambient smppatom is <25- C. MOUNTING,: Suitable for pee lop motion, Pde me lmm eequlmmnt.3.01X3.IS- long. Weighs 15.0 IW. E.PA.: 0.4 nmm. Powdm owt mush in Dark Brsrse RAL8019. LISTINGS 'O°' UL s DL listed to Win usalio,u. International Rotwdn:IPfifi #Ra, IDAlrumunimel Dek Sky Assoaalrpn apposed. BUG Reing: RbUDGI IES Clesdifimtbn Type III. medium DEC L pp, Tomlin,. Coma:t bnmy To. punt dommmodm. Lumen sale. hued on two, phoned in n.Niseds with IESNA LM 79. Pon iced Lumn depmdatin deo,, bwetl m IESNA 1M941 meehooplM, Aiats eryrAst pry ry orb few spo n5m wild.a L70 is to pe"i tine In hole. signed IED pwkameltu deteredalf To 7M d initial Men Go" L71L k SLOW Inge. ®TV 25' C STANDARD LEO WARRANTY: 5 you impetl wnery uri,w er LED sanponnr aM ddyra RMem mnpltl liMtl WreAY Nominal Lren Actual Lunn Teal opened Wong LED LUMENS 2A.41m LED LUMENS 21451. ALO LEDs 24 LEDs 24 TOTAL LUMENS 5500.01. TOTAL LUMENS 5118.41. T: 85`C Is 25•C Comment eWEFFLIGHTING TSA: Dude 611 IM 14. Me on.. Tutluet imprwemern apedfisaDwn pod dale on, whestI Aanu wd.ul pas nifisation. d 6 T (12 foot nominal) composite, round tapered (4 inch to 6 inch) with top mounted LED pathway luminaire providing Type III ribution integral 0-10V dimmable driver. Dark Bronze finish (RAL6019). UL (or equivalent) listed for wet location. WATTAGE WTH BALLAST/TRANSFORM MANUFACTURER NAME PART NUMBER TRANSFORMER I DRIVER VOLTAGE iDIMENSIONS INFORMATION Wei Li9htin9 USA LLC 6131,5228 2061-5228 VFLMO0 10vSuge PtdeU DK BRONZE 240 I 14.4 T X 12.91 rdegral Power Stq* 8.50'L 1 CMT Pdee 'MARATHON' To TA12-650 LRAL8019}HSTSWXS- FRBC-ADPT&2"P (MOD) 4ANUFACTURER AND PART NUMBER WATTAGE1 VOLT 1#PER LUMINAIRE MOUNTINGINFORMATION HEIGHT ii 24 1 Pole Mount 14.5 LEDs Induded with Luminaire 58 's/V&WT� Paseo Relighting / R-1002 LUMINAIRE TYPE � City of Santa Clarita LUMINAIRE AND CONTROL SPECIFICATIONS AventwTibbift Clain, CA 91355 Addendum Spedfications ,102 661.775.7/58 1861.775.708 DATE: 6/12/2014 iMo@msualtwrein.net PAGE 2 OF 9 REVISION: - integral I T. m rxhx� Anchor Base: POST TOP TA16 aW v 10 37 3.00 5.10 6.5 44 xD 8.625 Don't see what you need? Call us. We can build R! UO g 16 16 61 3.W 6.46 6.5 ry o .� a 1M.9" ]0 NI B4 3.W ',6.5 w.a rm 4A 3.3 10.500 Mm La T4 OD 4. a.a wB aMY M MB ,M (fly 0 .. ON PI')M%1 YM1 MMI 161a TA16 aW v 10 37 3.00 5.10 6.5 44 xD 8.625 Don't see what you need? Call us. We can build R! UO TAI. 5% 16 16 61 3.W 6.46 6.5 ry o .� a 1M.9" ]0 NI B4 3.W ',6.5 B9zs 4A 3.3 10.500 U _ MW WMMb ttn3 0)5330x4 B[3 t5.56p �4i tl.150 1.36x4 X5 _ ii wiwrvmk ewE T.V4p800 20 20 IN 4,41 Bb9 Bs 6A 64 11.875 T.."= 15 15 lU 4A1 991 )5 iP SA ti.SM (p T.V vp 30 30 1W 4At 10)9 8.0 45 4.5 15.1if1 3 TA I) M 35 35 210 4.N 11.97 15 45 4.5 15.250 G pj TW -D- 40 40 250 4.41 12.91 40 sA 5A 16.0W W T Tm "p 45 45 3M 4A1 14.13 8.6 43 43 1).000 TE Nlllbllo.e 3 w.ra6a 30 30 193 5.12 1160 los 63 63 15.250 TA35-B300 35 35 279 SR 1x.68 10.5 63 63 16.000 TAM 3N 40 40 302 5.12 1363 10.5 63 6.3 1TWI TMSF3M 45 45 374 532 14.& 10.5 60 64 170.0 Bm NOMMI�a-NlBli _ Wlntl3ye�1.-tlm. � Q if1Y Don't see what you need? Call us. We can build R! ITx 11 -1 p ry o .� a i�BxaWB.ls.3 Bwsu.Mn Baan.. B9zs ps. s.4 all Mf O615a 11 a9 BCl ttn3 0)5330x4 B[3 t5.56p lx r _ Bq tl.150 1.36x4 X5 _ ii wiwrvmk ewE 17 tx36x4 BO V�idnryu.X+1+�+b+�WO.nwnmi V 1336x4 BG nrvtr5paweegduirt.w.x rano !nv n. w.Mnm -_.. -..... n.uwnw...mR�nmsa✓Lai. inx, x.a..,evpq, GIT MarMm Pob - 600 -Ib 4110 - wnwoMpol-[a driver. Dark Bronze finish for wet location. WSEf Lighting USA LLC 5515228 WI -000-I INS3$ge Prated DK BRONZE 58 240 I 12.9$'W X Integral Power Supply(RAL5019) 15.5WL CMT Polm MARATHON #TA12C50.7-0(RAL8019)-HST3 X3 FRBC-ADPT9.2"P(MOD) MANUFACTURER AND PART NUMBER !WATTAGE VOLT kPER LUMINAIRE MOUNTING INFORMATION WEIGHT a LED$ Induded with Luminaire'. 58 24 1 Pole Mount 14.5 P 5 \/ v� Paseo Relighting / R-1002 LUMINAIRE City of Santa Clarita TYPE 25217Avcnue Tibdns LUMINAIRE AND CONTROL SPECIFICATIONS P102 sant$ Cie35 Ciente. CA 915 Addendum Specifications Phone: 551.n5.7756 Fm1581.n5.nW DATE: 6/12/2014 Email: info@mueitenain.net PAGE 3 OF 9 REVISION. - d ACCESSORIES: Handhole Cover Chain, Electrical, Nameplate C y O_d O c a,aYBNunX- X9♦viPtlon N r EO Wu1XXproo[Pa[ep[a[k QUJ 4n VYaaMarymol Mep9a[kwXOcsounO faulllnXkata C U Tf e[minalBbd MM ivadroNp(Inwble0) g1� M 4ptiae]uaV [�. xe.NX�k cwv QE i�vn a [u-GaP1MBmsn U � t>^a5'xMMY_ Yw-Un^Nlbn Mea Meae O V X alY Xwa,NY N rl'Xlb.Xe[xy0 NOB W v c gj vn m� pa E mA slop — U x awrnOM1ek X d d V � >w O QOTf 13/0# 35a-0 0 O.0 O wxxyw. � U 41L 2 w n -O N ...' CD M —pC COW e ♦ v ♦ • ♦ =WE EUW C —2 [wlJaBkn.eM i E co ,O29 75 vE t l t l t ' i O �aiE CI c_ '15 ac ,T 1.2 0L� 38 [Mi Man[M1oniMes 0009,69}ib-wwwsmf Poka.[em 62 NOTE Pole (12 foot nominal) composite, round tapered (4 inch to 6 inch) with top mounted LED pathway luminaire providing Type III distribution integral 0-10V dimmable driver. Dark Bronze finish (RAL8019). LIL (or equivalent) listed for wet location. WATTAGE WITH .BALLAST/TRANSFORMER MANUFACTURER NAME PART NUMBER TRANSFORMER/DRIVER VOLTAGE DIMENSIONS INFORMATION We -Et LighOng USA, LLC 661b226 VFL530411WSun a Ported M BRONZE 14.46"T X (RAUW19) 56 240 12.WW X Imegral Pave♦ Supply i6.5PL 11WfA(a�wcaaeooec CMT Poles MARATHON'# TA12CZW4)(RA1-W19HHS-T300X3- FRBC-ADPT9.25�NP (MOD) MANUFACTURER AND PART NUMBER WATTAGE.VOLT# PER LUMINAIRE MOUNTINGINFORMATION WEIGHT LEDs Induded with Luminaire 59 24 1 Pole Mount 14.5 \/ VMWTerral Paseo Relighting / R-1002 LUMINAIRE TYPE City of Santa Clarita 25217 AwIwe Tibbitls LUMINAIRE AND CONTROL SPECIFICATIONS Same Ciente, CA 91355 Addendum Specifications #102 Plrone:661.n5.n5e FW661.775. /W DATE: 6/12/2014 Email:Imo2musltevaln.rwt PAGE 4 OF 9 REVISION: - v WC ACCESSORIES: Handhole Cover Chain, Electrical, Nameplate '� an o_T o..�L N 0 -�Yervw.ew H w..m"nef vi..N,u<.Pl+awxn c.ou.a r..nmm..m.TUF C 0 NP N Terminal, nsIk Bb[kvMl, fuf.Ne Wr(Inau 141M) � .V +SY.V Im IW (arvo O i,eneno (A.-(gB,wsvm 0 0 W i . tY XNpapk 'sIW-1B.PMw MarNy ZW Ce — N« W3 cd � T 10 "' 3 pE MIR x1[ p Manok t — W OX n WW >O 0 Q QT 13/09 3S' •0 0 `d N C ao R Ntr= C U OW o. � Ul C Q ^� Naepkck � 0, UM OIW� ♦ ♦ ♦ ♦ ♦ ♦— JOE ie.mlrolBbd MM W E �ly 'y'y !]ayON'lyfL11W01 iwl,eNe.Qnwh[Ml i OI D C } WCC 1 ! t —O °LE gig c O o O-= 38 O«o OOV CMl � MNaMYn PYks � BM-91fi-9])B www mtpoMcmm M NOTE le (12 foot nominal) composite, round tapered (4 inch to 6 inch) with top mounted LED pathway luminaire providing Type III tribution integral 0-10V dimmable driver. Dark Bronze finish (RAL8019). UL (or equivalent) listed for wet location. WATTAGE NTH 'BALLAST /TRANSFORMER MANUFACTURER NAME PART NUMBER 'TRANSFORMER/DRVER VOLTAGE DIMENSIONS INFORMATION i 6615228 VFL530-0.10vSuye Protect OK BRONZE WtrEf LI9h8ng USA, LLC 14.48'T X 58 210 Integal Powtt Supply (RAL8D19) 12.BB°W X 18.5RL )�x� 1�x�sr�iaet�et>�fex JIJIJC [)L � I I GMT Pdn 'MARATHON'#TA12.CS0.7-0(RAL8018}HS-7300X3- FRBC-ADPT9.2MP (MOD) - MANUFACTURER AND PART NUMBER WATTAGE VOLT%PER LUMINAIRE MOUNTING INFORMATION HEIGHT LEDs Induded with Luminaire 58 24 1 Pole Mount 14.5 5 \� Paseo Relighting / R-1002 T°'a"' LUMINAIRE TYPE City of Santa Clarita 25217 Avenue Tibbitls LUMINAIRE AND CONTROL SPECIFICATIONS Santa Geste, CA 91355 Addendum Specifications #102 Phone: 661.775.7758 Fax 661.775.7708 DATE: 6/12/2014 Email: info@visuauenetn net PAGE 5 OF 9 REVISION: - LIGHTING SPECIFICATIONS — P202 0a it@ �W aLD Luminaire: Pole (top) mounted luminaire with white (3000K CCT, 80 CRI) LEDs powered by accessible, al 1° H integral 0-10V dimming driver delivering 5530 lumens at 58 system watts and 240 volts. Optical system c 8 shall be made of CAD-optimized OLC® PMMA lensing, providing asymmetric, side-throw (Type III) light W m distribution. Luminaire housing shall be marine grade aluminum alloy with stainless steel components and w °' hardware, weighing 14.5 pounds and measuring 4 48" tall (including mounting base) by 12.99" wide by 0 18.50" long. Luminaire shall have a UV stabilized acrylic panel with RFC (Reflection Free Contour) 28 technology. Luminaire shall controlled by a combination of motion sensor (with part configuration and d location identified on submittal drawing) and by a pole mounted communication and control system. mz Luminaire shall include 14 feet of black, 5-conductor SEOW cable for connection at hand hole at pole base and include a surge protection device, wired in-line and accessible/viewable at hand hole at pole di base. Luminaire shall mount onto a vertical 3" diameter by 3" tenon_ Finish shall be Dark Bronze (RAL 8019) polyester powderceat. Luminaire shall be Dark Sky compliant with a BUG rating of 101- Luminaire v E shall be UL ore equivalent) listed for wet location with an IP66 ratio Luminaire drawing ( q ) g. g (including pole m m t mounting requirements as coordinated with pole manufacturer) required in submittal documents_ � m M dw Pole: Non-corroding, fiberglass reinforced composite pole constructed by the filament winding process 0 y from thermosetting polyester resin and containing a minimum of 65 percent "E" type fiberglass by weight. M.0 The filament windings shall be continuously applied with uniform tension and shall be placed on the pole m helically at low angles to provide axial strength_ Additional windings shall be placed on the pole in a o d circular manner to provide compressive strength. The round pole shall have a uniform .083" taper per w foot, measuring 4.1" O.D_ at the top and a 5_1'O D at the shaft base with an overall height of 12'-0"_ Pole shall be rated for a maximum EPA wind of 100 MPH (to be verified by engineer). Pole shall include a hot v� dipped galvanized steel, polyurethane coated 8.8" square anchor plate with welded grounding lug and with four (4) 13/16" x 1-5/16" slots arranged to receive a 9 25" toll circle. Pole shall include provisions for m w aEi the installation of a motion sensor and antenna at locations to be confirmed in submittal process. Pole E 0 shall include a 2.5' x 5" hand-hole located at 14' on-center above mounting plate and include a hook, 02 mounted at a determined nearby location inside the pole for the installation of a control device. Pole shall > m include a custom ID Plate (mounted at determined location) measuring 2 5" wide by 5" tall with vertical m c a displayed site specific number. Pole shall include a top mounted tenon, permanently bonded to the °w E fiberglass shaft and shall be hot-dipped galvanized steel to ASTM A 153, with the following dimensions-2-5 3" diameter by 3". Pole shall include a 14" diameter fiberglass reinforced composite, 2-iece base cover, vac m v 2 secured to pole with vandal resistant stainless steel screws. Finish shall be Dark Bronze (RAL 8019) o«V acrylic enamel coating. m NOTE Pole (12 foot nominal) composite, round tapered (4 inch to 5 inch) with top mounted LED pathway luminaire providing Type III distribution integral 0-10V dimmable driver. Dark Bronze (RAL8019). UL (or equivalent) listed for wet location. WATTAGE WITH BALLAST/TRANSFORMER MANUFACTURER NAME PART NUMBER TRANSFORMER I DR . VOLTAGE DIMENSIONS: INFORMATION 6615229 VFL530. lNSu Protect DK BRONZE Waft L"ghanp USA, LLC (RALD(19) 59 14.49'7X 240 12.99'W X Integral Parer Supply 19.501 )n' iQt)QSI�' Qx�ith�t 4�Ii2JQktTi{�Qitit'�Qlt�it�tfi'1Q'�f` t�{JF(SQiQif�i�i SHAKESPEARE TUFF POLE' # S0002-3 X 3 TENON- OK Sliakespera BRONZE (RAL8019).MOD ANCHOR PLATE-2PIECE HROUD MANUFACTURER AND PART NUMBER WATTAGE. VOLTI# PER LUMINAIREMOUNDNGINFORMATION WEIGHT LEDs Included wish Luminaire 58 24 1 Pole Mount 14.5 \�Paseo Relighting / R-1002 LUMINAIRE �,�,ai„ TYPE 1 City of Santa Clarita 25217 AnuaTibbift LUMINAIRE AND CONTROL SPECIFICATIONS SWM Clad, CA 91355 Addendum Specifications P2�2 Phone: 991.775.7759 F=661.725.77Le DATE: 6/12/2014 Email: intoQmuait r n.mt PAGE 6 OF 9 REVISION: - 6613718 -SC Series VFL530 - LED IS70): Product group: Street 6 Ara bighting. PROJECT NAME Ery a Santa Clad - LED Canaein COMPANY SCIL WN SaWpr• BATE Jae 11, M14 TELFPNONE REFERENCE TYPE Type/102//`202 FAX VOLTAGE 20 Volt EMIL FINIM IME0019 D•k Bran OPTIONS 010 Vast dianird. Roma IMAGE PRI1nsm I INF nRALMW.. I. NarMWanN PRODUCT DESCRIPTION WE EF PRODUCT IA. N.N.....:GG \\41RiYFWffVF'M1 BEAM TYPE IS701 TYPE III, medium. RAMPTYPE 24 U040 W CHOOK) PRODUCT DESCRIPTION WE EF PRODUCT IA. W13YL0-SIG . SERIES VFLS30 IED IS701. mea O Ara UAhwn,. BEAM TYPE IS701 TYPE III, medium. RAMPTYPE 24 U040 W CHOOK) NOMINAL WMENS 5530 Ieplavmeri IED word. CAT Andatd RMMAepiwl len fa mulelaya dhorauwan. RG lens. SEE mperler paeala, Including PCS hardware. Om pew, onion indoor geska. REFORCAl DATA ELECTRICAL: IOWA 0-10 V bmmable, Wominie LED drive in 120 - 277 vat Lam ranee Is fed"vmed and supplied cath 141 1 Wed. 5 conductor, A.M. SEOW and fer power eonnatim at hand hole in pas base. SP10: 10 KV era at.. donee IPIi5 rate ll. van d'or line vnth 5 candunm rade al the Ink bone, meeting ANSI C61 Ai 2 Amliar profanation. To r, 25° C. MOUNTING, Suitable Mr pate top mountiry, Pde top tam regdremm0. 3.0'0X3.15- lord. Weight 1501 hs. E P A: 0A FINISH: Powder con finish in Dook III 11119. LISTINGS: `O- UL 4 M Moral fa We lewdma. International Potetion IPW. d,EO IAA. Iaorallmd Dark Sky AvpOatio approval. BUG Rating Bl TO GI IES CIaesifiwnnerr Type ill, medium DLC Lining pending. Contac 4atory for cunei doamnblion. lumen vdu• hoed an Mat adpaed in wmpimw win 1ESNA LM.79. predicted! Lumen depedalm dna, added an IESNA LIAM paMaloo, Actual Mpeiewe no, Ad, due to Bad appiwwm cabdaa. L70 t Me prediaalfime in hood Woen LED pvtamanw depedmm to 70Y of instil luma cal L7L> 601 Fee.0 To 25' C STANDARD LED WARRANTY: 5 seer limned weary, aoairq Me LED mmpmmt and driver[. Rata to eanpae Limhed Warners. Needed Luwn Awed Wpm Taal STmem Wal LED LU MENS ZMAIm IED LUMENS 214.5M 580 LEDs M LEDs 24 TOTAL LUMENS 55300 Kn TOTAL LUMENS 51411A No i 85-C To 25-C Copyright: WEEFLIGHTNGUS11:13hatioa/1112A14. Duero cmwnuwN potlua impovanmt apeafirawons and deN ve aqc to clangs Wddroa pia oufiwoon. Pole (12 toot nominal) composite, round tapered (4 inch to 5 inch) with top mounted LED pathway luminaire providing Type III distribution integral 0-10V dimmable driver. Dark Bronze (RAL8019). UL (or equivalent) listed for wet location. Al Lighting USA, LLC 651-5220 VFL53CiDoiSurge Pranal ON BRONZE 58 (RAL8019) 11QA®Q9C)"Pi8 SHAKESPEAREN TUFF PC 500023X3TENON- DK Shakespeare BRONZE (RAL8010}MOD ANCHOR PLATE-2PIECE v m 3 14.407 X 24D I 12.WWX Integral Power Supply LEDs Included with Lurnimire 58 24 1 pole Mount 14.5 Cass-� I� Paseo Relighting / R-1002 LUMINAIRE City of Santa Clarita TYPE 25217 Avenue Tstaft LUMINAIRE AND CONTROL SPECIFICATIONS sar11a Clams, CA 01355 Addendum Specifications P 2 0 2 Phone: 681.n5.7750 Fms881.775. 708 DATE: 6/12/2014 Email: infoGadeuMtedssurnat PAGE 7 OF 9 REVISION: - d Round Tapered Composite Tuff -Poles' m Tenon Top Direct Burial and Anchor Base N 02 N @ N Tenon Top Poles t0 c Ins "edea Haw 25' and e5 @ sari ha20' mm mx zrung v heights) y N TBROMS:P/:, 3, a' 00, if pole dimensbns E Perm[ learns are Also To aluminon or p[d hat-dipgahranlmtl steet, and are O O v.Ranle m all:mnmrd.nes; mr other Q v notional terms crntazt Shakda,are. lost tap fiat—, Brod fights, or br.kats momt On eith ease, y M y r� c�3 v cd A Meunn,g T Z' @� n BOB Nose H."i (SHh LeMtM1) 2 GMe Moen @ _@ NNgM SWC _ L1 lN� i @@ -a SBWre IN- @ W 8 Shan Bos Length Circdle a i o 0 ac + Start C @ siryart Nw cU Anchor Base Dimensions Yo v _n MNNNr ma N cv A 11.125- 113 C-5,6 -SM. It*'a tr 1a•xl%- It*'civ le 6 14• B 1e.Y =WE 1%'ar 14N' B 13.1 a E U d lW 2- 15- B 13S r y'3 1Vx 15Ye' B IP IM'r 2' N Yftl •.: > E m a 2 >0 c� o' o e.. M. I rri E c 6@m .WCHOR BASF: Cast A35636 aluminum, prlyureMane cwted H mtoM1 ode adw. ` np tlymtl awha boltscaedl). WtM1 nuts(1)and Mash¢rs R1 aeeSupp%¢¢staMaN ('/: x21'x3', 1'x30'x{',a Y= C O IV Wdependngo 1'4' x 36' x b' depending on the pole specified). @ -poles' NOTE I Shakespeare Compmite I,—,— . ROrIN Tapered Tuff a Page 18 I foot nominal) composite, round tapered (4 inch to 5 inch) with top mounted LED pathway luminaire providing Type III on integral 0-10V dimmable driver. Dark Bronze (RAL8019). LIL (or equivalent) listed for wet location. WATTAGE WITH BALLAST I TRANSFORMER NUFACTURER NAME PART NUMBER TRANSFORMER I DRIVER VOLTAGE DIMENSIONS INFORMATION %615228 VFLW3 10dSurge Protect OK BRONZE 14.487 X ightng USA, LLC 58 240 1299'WX Integral Pvaer Supply18.5.1 I (RAL8019) � 111110 % xxxSHAKESPEARETUFF POLE' M S0002J X 3 TENON. OK peare BRONZE IRAL519}MOO ANCHOR PLATE-2PIECE HR D MANUFACTURER AND PART NUMBER WATTAGEI VOLT IM PER LUMINAIRE MOUNTING INFORMATION WEIGHT LEDs Induded with Luminaire 58 ?~ 1 Pole Mount 14.5 Paseo Relighting / R-1002 LUMINAIRE _VNfulkdrdn TYPE C"'"'.City of Santa Clarita 25217 AvelweTibbft LUMINAIRE AND CONTROL SPECIFICATIONS Santa clans, CA 9135 Addendum Specifications P2U2 Phone: 661.]]5.]]5% Fax 561.775.7708 DATE: 6/12/2014 EmaB: intp®NBueltertein.net PAGE 8 OF 9 REVISION. - Tenon Top Composite Tuff -Poles' AS and BS Series, Anchor Base and Direct Burial Base Round Tapered MM tw, fwts A9. Anwl iy 2a(mul(na s "su(a(snonAxw,w iosu(oamx( MIM1[e wn sex,way,(iq 4.6 Be', U rth cast UhielM I 12.5 r 1 rne,u as.m (M9M (M• FM• a(IA'aa(iA•X IR.1 IX.1 haul Ilml prvl M.I IIIc) IN.InI Iv. hl IN RI Un rcl m, human .71 MM tw, fwts A9. Anwl iy "now... rawer pMAgMY1110TY 1M4lll( eniwl wraly NI,rgM 10•' ]0 22 2.9 4.6 IB ISO 16.3 12.5 9.9 6.7 8 BIO Town TW only II•' 12 25 2.9 4.911 150 13.6 10.3 0.1 S.3 8 U12 Teres Top only 11' I4 26 2.9 5.3 18 150 9.8 7.2 5A 3.6 8 ASI4 Taxon Top only I6" I6 30 2.9 5.5 IB 1M 6.8 49 3.7 2.2 85 AS16 Tenon I, may 18^ 18 34 2.9 5a 18 100 6.7 4.9 3.8 2A 0.5 818 ienou Top only YO•• 20 as 2.9 6.1 IB 100 5.7 4.0 3.1 Lfi 8.5 ASID Tenon Tap only >S•' 11 sa 2A 6.8 IB IN 4.0 1.0 1.1 OA OS M25 Troon Lw only "Not emboli.(appM 6o rot use AS Series below 25'.ntln9hei9ht for ante mount applkanms, aaith tenon mounted suns.. for multiple Secure applications Ilse AO Sears, instead. 100 &1 4.6 3.5 L2 4 B24 Nobyalkbk DOOM N d T [Spend [1P I w a s, SXM a 6, Ammr I, "now... rawer pMAgMY1110TY 1M4lll( eniwl wraly NI,rgM AN( ka SToo Nq[ XanaMe toad's igtl WMM PoNIX 100 aMMM xaEW wxh SuRuraN Rural Ytl( 09 63 Ilrq'n WOM for 4i M1en4 'aaM Orilla 54 150 10.7 7.9 6.1 4.1 her LL It -NRI I6h (K4- Nst-foods Capped sYM(e N N d T [Spend [1P I w a s, SXM a 6, Ammr I, (Q IC 10^ 13 23 21 SO 54 150 163 125 09 63 1 K63 law and a. CappM 6 12'• 15 25 7. 9 5.3 54 150 10.7 7.9 6.1 4.1 3 BIS Nst-foods Capped N 13•' 17 D 2.9 5.6 66 ISO 10.2 7.6 5.9 3.9 4 837 Nat swilkbk ppped N 14• 16 79 2.9 53 66 ISO 9.7 7.1 SO 3.7 4 K18 Not avaiUbk CaPPad 16•' 20 3S 2.9 6.1 66 100 7.3 5.3 4.2 2.7 4 5620 Not anikble lipped 20•• 24 M 2.9 6.6 66 100 &1 4.6 3.5 L2 4 B24 Nobyalkbk DOOM do "Not her aide Ca - do Out use IS Series heron 2amoun height Capped [Mg 9 for side mount applka[bm,mwim teres mounted arms of la multiple C.N name •wn..umn - use w smk., k,t-d. ae R far Capped poles, and poles sultabk fm side mounter arm examined fixtures, see Round tapered Poll far poles with arms, see Nast Alm Poles. • $taadild bandhole: E4' x 5' ant. All handM1Ok covers are polymeMane mated b w[(A pale rotor. v •All EPA recommendations are based on poles with handbotes, and Include a 30x C r po gust factor Inc all wind speeds, including 120 mph O U2 [ SM1despeare Cemposiee SamWres a Round TaWned Tuff'Paks•' a Poge 19 ] NO e (12 foot nominal) composite, round tapered (4 inch to 5 inch) with top mounted LED pathway luminaire providing Type III ribution integral 0-1 OV dimmable driver. Dark Bronze (RAL8019). UL (or equivalent) listed for wet location. WATTAGE WITH e4LLAST/TRANSFORM MANUFACTURER NAME PART NUMBER TRANSFORMER/DRIVER VOLTAGE DIMENSIONS. INFORMATION 661RAL8019) 5228 VFL530.f IWSurge Protect OK BRONZE 14'48TX Vrb-Ef U9Ming USA, LLC 58 240 I 12.99"1 Integral Power Supply 18.5PL milmeaQW)m X�tliQ XX)X"* )@( 3i�Q4i�QiQ/t SHAKESPEARE' TUFF POLE' k S0002 -3X 3 TENON -DK Shakespeare BRONZE (RAUW19)-MOD ANCHOR PLATE-2PIECE LEDs Included xddl Lumineife 58 24 � 1 PDI' Mount 14.5 \� Paseo Relighting / R-1002 LUMINAIRE �13Mr xr,aaa TYPE City of Santa Clarita 25217 Ava llueTibbtls LUMINAIRE AND CONTROL SPECIFICATIONS P2�2 Santa Clarita. CA 91355 Addendum Specifications Phone: 661.775.7758 Fax 661.775.7DB DATE: 6/12/2014 Email: inforam uaeeramn.net PAGE 9 OF 9 REVISION: - Ecopy SECTION C: PROPOSAL FOR PASEO PATHWAY LIGHTING CONVERSION TO LIGHT EMITTING DIODE (L.E.D) Project #R1002 (Bid # LMD-14-15-R1002A) TO THE CITY OF SANTA CLARITA, AS AGENCY: In accordance with AGENCY's NOTICE INVITING BIDS, the undersigned BIDDER hereby proposes to furnish all materials, equipment, tools, labor, and incidentals required for the above -stated project as set forth in the plans, specifications, and contract documents therefore, and to perform all work in the manner and time prescribed therein BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, INSTRUCTIONS TO BIDDERS, and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following BID SCHEDULE. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the proposal guarantee accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in BID SCHEDULE are solely for the purpose of comparing bids, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO INCREASE OR DECREASE THE AMOUNT OF ANY QUANTITY SHOWN AND TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, and fees. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. If awarded the contract, the undersigned further agrees that in the event of the Bidders default in executing the required contract and filing the necessary bonds and insurance certificates within ten working days after the date of the AGENCY's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY s option, be considered null and void. BIDDER agrees that the price bid for the project shall include all cost covering the performance of work, including the furnishing of labor, materials, tools, and equipment. BIDDER further agrees that the cost of work necessary for the completion of a particular Bid Schedule item has been included in the price bid for that item unless the work is specifically included in another item; and if there is no bid item for a particular item of work, full compensation for such work shall be considered as included in the price bid for other items of work. Contractor Name: EXPRESS ENERGY SERVICES INC Contractor Address: 10610 HUMBOLT ST. LOS ALAMITOS, CA 90720 By DOC RIVERS Print Name Title: CEO Signature: Date: Bid # LMD-1415-R1002A C - I BID SCHEDULE PASEO PATHWAY LIGHTING CONVERSION TO LIGHT EMITTING DIODE (L.E.D) Project #81002 (Bid # LMD-1415-R1002A) BID ITEMS The following quantdes are approximate only and the City reserves Me right to Increase or decrease the quantiles.. Bid pricing shall remain effective and honored by the CONTRACTOR throughout the duraton of the contract. ABBREVIATIONS LEGEND EA Each LS Lump Sum QTY Quantity LF Linear Feet SF Square Feet TBD To Be Determined CY Cubic Yards QTY Quantity N/A Not Applicable ITEM DESCRIPTION UNITS QTY. UNIT PRICE EXTENDED NO. TOTAL General 1 Mobilization and demobilization LS 1 $20,000 $ 20,000 2 Group 1 installations (61 complete units, E2.0 LS 1 $1458.17 $ 88948.30 and E2.1 in Exhibit D) 3 Group 2 installations (58 complete units, E2.0 LS 1 $ 1458.17 $84573.79 in Exhibit D) 4 Group 3 installations (65 complete units, E2.0 LS 1 $1458.17 $94780.97 and E2.1 in Exhibit D) 5 Group 4 installations (63 complete units, E2.1 LS 1 $ 1458.17 $ 91864.64 and E2.2 in Exhibit D) 6 Group 5 installations (65 complete units, E2.1 LS 1 $ 1458.17 $94780.97 in Exhibit D) 7 Group 6 installations (62 complete units, E2.2 LS 1 $ 1458.17 $ 90406.47 in Exhibit D) DEMOLITION ITEMS 8 Existing light pole concrete footing removal and EA $ 533.09 $ 2665.43 disposal 5 9 Removal and disposal of miscellaneous debris, EA $ 6512 $ 24354.86 existing poles and luminaires 374 TRAFFIC ITEMS 10 Traffic Control (as needed) TL7 1 $1736.53 $1736.53 Bid 0 LMD-14-15-137002A C-2 11 Pedestrian safety and delineation (daily) LS 1 $2107.67 $2107.67 COMPONENTS 12 Composite Poles: CIRCLE ONE- Option #1 CMT or option #2 Shak sperm (Exhibit D, H/E3.0) EA 374 $ 555.99 $ 207941.90 13 Anchor bolt replacements ( Exhibit D, E3.0/F) EA 10 $130.24 $1302.40 14 Concrete light pole bases replacement/installation ( Exhibit D, E3.0/G) EA 5 $736.50 $3682.50 15 Replace damaged or compromised electrical wiring within pole LF 60 $ 79.79 $ 4767.34 MISCELLANEOUS 16 "Virticus" control system set up (commissioning) LS 1 $ 8981.45 $ 8981.45 17 "Virticus" control system central web interface training LS 1 $10048.72 $ 10048.72 OTHER 18 Any additional costs to complete passo light pole removal/installations. Please attach explanation to this document. LS 1 $ 0.00 $ 0.00 TOTAL: $833,026.97 Total Base Bid in Words: Eight hundred thirty-three thousand and twenty six dollars and ninety-seven cents. Contractor name: EXPRESS ENERGY SERVICES, INC. Bid # LMS-14-15-R1002A C-3 DESIGNATION OF SUBCONTRACTORS PASEO PATHWAY LIGHTING CONVERSION TO LIGHT EMITTING DIODE (L.E.D) Project #81002 (Bid # LMD-1416-R1002A) 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 Y of 1 percent of the prime contractor's total bid. The form MUST be returned with bid, filled in or annotated with "No Subcontractors" if none will be used. For projects receiving federal funds DBE type certifying agency, age of firm and annual gross receipts are ONLY required if sub contractor is participating as a QBE Subcontractor: % of Contract Work: NO SUBCONTRACTORS Exp. Date: / / Phone License No.: Ex . Date: ! ! Phone Location of Place of Business: DBE,,itatus YES or NO Bid Schedule Item No's: Description of Work inq agencv: DBE status YES or NO DBE type: DBE $ Value of Work: Certifying _Kenc A e of firm: Annual gross recei ts: Subcontractor: % of Contract Work: License No.: Exp. Date: / / Phone Location of Place of Business: Bid Schedule Item No's: Description of Work DBE,,itatus YES or NO DBE type: 7Annual DBE $Value of Work: inq agencv: Age of firm: ross recei ts: NOTE For public construction projects ONLY: Total percentage of work by subcontractors may not exceed 50% unless otherwise specified in this document. Bid # LMD-14-15-R1002A C - 4 DESIGNATION OF SUBCONTRACTORS PASEO PATHWAY LIGHTING CONVERSION TO LIGHT EMITTING DIODE (L.E.D) Project #81002 (Bid # LMD-14-15-R1002A) City of Santa Clarita, California Subcontractor: Exp- Date: % of Contract Work: X Bid Schedule Item No's: Description of Work License No.: Exp. Date: 1 ! Phone Location of Place of Business: Bid Schedule Item No's: Description of Work DBE status YES or NO DBE type: f Work: =Annual Certifying agency: A e of firm: receipts: Subcontractor: License No.: Exp- Date: % of Contract Work: Location of Place of Business: I Bid Schedule Item No's: Description of Work DBE status YES or NO Certifying agency: DBE type: Age of firm: alue of Work: [Annualross recei ts: Subcontractor: License No.: 7ExpD.te: ! 1 % of Contract Work: Phone Location of Place of Business: Bid Schedule Item No's: Description of Work DBE status YES or NO Certifying agency: DBE type: A e of firm:7 BE Value of Work: al ross recei ts: NOTE For Dublic construction projects ONLY: Total percentage of work by subcontractors may not exceed 50% unless otherwise specified in this document. Bid # LMD-14-15-R7002A C-5 DESIGNATION OF SUBCONTRACTORS PASEO PATHWAY LIGHTING CONVERSION TO LIGHT EMITTING DIODE (L.E.D) Project #81002 (Bid # LMD-1415-R1002A) City of Santa Clarita, California Subcontractor: ExD. Date: / ! % of Contract Work: Subcontractor: License No.: Location of Place of Business: Bid Schedule Item No's: License No.: Ex . Date: 1 ! Phone Location of Place of Business: Bid Schedule Item No's: Description of Work DBE status YES or NO DBE type: DBE $Value of Work: Certi in a enc : A e of firm: Annual aMLT22ts: Subcontractor: License No.: ExD. Date: / ! % of Contract Work Phone Subcontractor: License No.: Location of Place of Business: Bid Schedule Item No's: Description of Work DBE status YES or NO Certifying agency: DBE type: A e of firm: DBE $Value of Work: Annual qross receipts: Subcontractor: License No.: Ex . Date: ! ! % of Contract Work: Phone Location of Place of Business: Bid Schedule Item No's: Description of Work DBE status YES or NO Certi in a enc : E type: ]Aeof firm: DBE $ Value of Work: Annual ross recei is: NOTE For public construction Proiects ONLY: Total percentage of work by subcontractors may not exceed 50% unless otherwise specified in this document. Bid # LMD-141SRIMA C-6 BIDDER'S INFORMATION AND CERTIFICATION Bidder certifies that the representations of the bid are true and correct and made under penalty of perjury. EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE Bidder certifies that in all previous contracts or subcontracts, all reports which may have been due under the requirements of any AGENCY, State, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. AFFIRMATIVE ACTION CERTIFICATION Bidder certifies that affirmative action has been taken to seek out and consider minority business enterprises for those portions of the work to be subcontracted, and that such affirmative actions have been fully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, Bidder certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. Bidder's Name: EXPRESS ENERGY SERVICES INC. Business Address: 10610 HUMBOLT ST. LOS ALAMITOS, CA 90720 Telephone No.: (714) 650-8870 State CONTRACTOR's License No. & Class: CALIFORNIA 719566 C10 & C31 Original Date: 3/1/1996 Expiration Date: 4/30/2015 The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and/or corporate officers having a principal interest in this proposal: DOC RIVERS (CEO) SUSAN RIVERS (VP) JACOB WILLIAMS (EA) 10610 HUMBOLT ST. LOS ALAMITOS, CA 90720 (714)650-8870 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal, or any firm, corporation, partnership or joint venture of which any principal having an interest in this proposal was an owner, corporate officer, partner or joint venture are as follows: Bid # LMO-14-15-RID02A C-9 All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals of all aforementioned principals this 17TH day of Nov 2014 . BIDDER EXPRESS ENERGY SERVICES INC. I Subscribed and swom to this Notary Public ------------------ Qae�kMy VERONICA LETICIA BARRERACommission N 1985995 16Notary Public -California zz Orange Caunty Comm. Expues Jul 23, 2016 day of I-1 , 20-1- -I Ji 011 lli IGS SW O LMD-14-15-R1002A C- to PROPOSAL GUARANTEE BID BOND PASEO PATHWAY LIGHTING CONVERSION TO LIGHT EMITTING DIODE (L.E.D) PROJECT # R1002 (BID #LMD-14-15-R1002A) City of Santa Clarita, California KNOW ALL MEI BYi. THESE PREL$ENTS that Express Energy Services, Inc as BIDDER, and ure Be nsurance ompanyas are held d {{�rml bo nto t e ty o an a ar a, as in the penal sum of Pen Pere nt ou�id fimoun dollars ($ ° which is ten percen o t o tota amount i o AGENCY for theabove-stated project, for the payment of which sum, BIDDER and SURER agree to be bound, jointly and severally, firmly by these presents. THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to submit a bid to AGENCY for the above -stated project, if said bid is rejected, or if said bid is accepted and the contract is awarded and entered into by BIDDER in the manner and time specified, then this obligation shall be null and void, otherwise it shall remain in full force and effect in favor of AGENCY. IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this 14th BIDDER SURETY` November 2014 EXPRESS ENERGY SERVICES, INC. SURETEC INSURANCE COMPANY 3033 5th Street, Suite 300, San Diego, CA 92103 619-400-4107 Kyle Wilson, Attorney -in -Fact Subscribed and sworn to this (see below for contact information) day of 20_ NOTARY PUBLIC SEE ATTACHED NOTARY ACKNOWLEDGEMENT `Provide BIDDER and SURETY name, address, and telephone number and the name, title, address, and telephone number for authorized representative. IMPORTANT - Surety Companies executingBonds must appear on the Treasury Departments most current list (Circular 570, as amendedand be authorized to transact business in the State where the project is located. Surety Authorized Representative: Kyle Wilson, Attorney -in -Fact Arthur J. Gallagher 45 E. River Park Place West, Suite 605 Fresno, CA 93720 Bid # LM0-14-15-R1002A C - 12 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of FRESNO On November 14, 2014 before me, KIMBERLY WILSON, NOTARY PUBLIC, personally appeared Kyle Wilson, proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under the PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. KIMBERLY WILSON Commission 02062659 Notary puDlic - California Z Fresno Counly M Comm. Ex Ires A 110, 2018 r WITNESS my hand and official seal. Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER ❑ PARTNER(S) ❑ LIMITED ® ATTORNEY-IN-FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) CA-0CW 24 (7/0) DESCRIPTION OF ATTACHED DOCUMENT POA a: 510075 SureTee Insurance Company LIMITED POWER OF ATTORNEY Know AH Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint Cynthia Sauceda, OeAnna E. Slater, Kyle Wilson, Wayne Lamb its true and lawful Attorney-in-fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety for: Five Million and 001100 Dollars ($5,000,000.00) and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attomey-in-Fact may do in the premises. Said appointment shall continue in force until 12/31/2015 and is made under and by authority of the following resolutions of the Board of Directors of the SureTee lnsurance Company: Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney -in -Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or Indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attomey-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 1001 of April. 1999.) /n Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal to be hereto affixed this 21st day of March, A.D. 2013. SURETEC INSURANCE COMPANY 0011A1,1 By'Jobn ox Jr. resident State of Texas ss: County of Harris On this 21st day of March, A.D. 2013 before me personally came John Knox Jr., to me (mown, who, being by me duly swom, did depose and say, that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above Instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his time thereto by like order. +V, JACQUEL� Notary MALDONADO �JJf:(L NaGry nWas State of Taxes �' '�� my comm Exp snerzolr JacqVielyn Maldonado, Notary Public My commission expires May 18, 2017 1, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, which is still in full force and effect; and furthermore, the resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect. Given under my hand and the seal of said Company at Houston, Texas this 1 a I -t, day of _._NqV a_mI1.04T_. A.D. Brelft Beaty, Assistant Secretary Any Instrument Issued in excess of the penalty stated above Is totally void and without any validity. For verification of the authority of this power you may call (713) 812.0800 any business day between 8:00 am and 8:00 pm CST. NON -COLLUSION AFFIDAVIT PASEO PATHWAY LIGHTING CONVERSION TO LIGHT EMITTING DIODE (L.E.D) PROJECT # R1002 (BID #LMD-1416-R1002A) City of Santa Clarita, Califomia TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES )) § being first duly swom, depose and state that I am —�— of —�—, the party making the foregoing bid, that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Signature of bidder's representative making the statement JURAT State of California Countyof Subscribed and sworn to (or affirmed) before me on this day of 1)1)1)i>Y 201 by Jc(bI% personally known to me or proved to me on the basis of satisfactory evidence to be the person (s) who appeared before me. Ise VERONICA LETICIA' BARRERA Commlealon # 1985995 44Cornrn, Notary Public - CaHlornla i Orange County Ee ires M 23, 2016 Signature ��..4?�Ll�lll tiiil'Ll a Bid # LMD-141 SRIO02A C - 13 BIDDER'S QUESTIONNAIRE PASEO PATHWAY LIGHTING CONVERSION TO LIGHT EMITTING DIODE (L.E.D) PROJECT # R1002 (BID #LMD-14-15-R1002A) City of Santa Clarita, California If the bidder has answered the questionnaire within the past year and there are no significant changes in the information requested, then the bidder need not file a new questionnaire. If then= are changes, indicate those changes. Should the space provided not be adequate, so indicate and complete information on a separate page(s) and attach hereto. Submitted by: DOC RIVERS Telephone: (714)650-8870 Principal Office Address: 10610 HUMBOLT ST. LOS ALAMITOS, CA 90720 2. Type of Firm: CORPORATION Corporate: x Other: Individual: Partnership: 3a. If a corporation, answer these questions: Date of Incorporation:JANUARY 2001 State of Incorporation: President's Name: DOC RIVERS Vice -Presidents Name: SUSAN RIVERS Secretary or Clerk's Name: Treasurer's Name: CALIFORNIA 3b. If a partnership, answer these questions: Date of organization: State Organized in: Name of all partners holding more than a 10% interest: Designate which are General or Managing Partners. 4. Name of person holding CONTRACTOR's license: EXPRESS ENERGY SERVICES INC. Licensenumber: 719566 Class: C10&C31 ExpirationDate: 4/30/2015 Bid # LMD-14-15-R1002A C - 14 BIDDER'S QUESTIONNAIRE (cont'd) PASEO PATHWAY LIGHTING CONVERSION TO LIGHT EMITTING DIODE (L.E.D) PROJECT # R1002 (BID #LMD-14-15-R1o02A) City of Santa Clarita, California 5. CONTRACTOR's Representative: Title: CEO Alternate: Title: DOC RIVERS 6. List the major construction projects your organization has in progress as of this date: Owner: (A) CITY OF PALO ALTO (6) Project Location: MULTIPLE Type of Project: LED NEW FIXTURE SID PELSTON INSTALLATION Bid # LM0.14-15-R1GG2A C - 15 ADDENDUM #1 For City of Santa Clarita Invitation to Bid LMD-14-15-R1002A PASEO PATHWAY LIGHTING CONVERSION TO LIGHT EMITTING DIODE (L.E.D) Project # R1002 October 1, 2014 This addendum should be acknowledged via Planet Bids and MUST be included with the bid response as well. 1. Can the Class A work be done by a subcontractor we partner with? A. Yes. / 11/17/2014 Contr o S representative Date EXPRESS ENERGY SERVICES INC. Company Name Bid # PR-14-i5-R1002A.A0D1 ADDENDUM #2 For City of Santa Ciarita Invitation to Bid LMD•14-15-R1002A PASEO PATHWAY LIGHTING CONVERSION TO LIGHT EMITTING DIODE (L.E.D) October 14, 2014 This addendum must be acknowledged via Planet Bids and should be included with the bid response. NOTICE The City of Santa Clarita will accept "or equal" submissions for the following item Virticus Lichtinq Control Svstem All submissions shall be sent via email to ikillian(&santa-clarita.com in Portable Document Format (PDF). To be considered, all submissions shall meet or exceed the minimum requirements of the currently proposed "Virticus Lighting Control" system (Exhibits C, C2, D, and Bid Schedule). Submissions shall include performance documentation, installation details and drawings that can be reviewed for functionality and feasibility. It is the responsibility of the submitting contractor to ensure the drawings and details are "construction ready". Incomplete submissions will not be considered for review. Only one (1) submission per contractor will be accepted. Questions received for this solicitation 1 _ 1 see you are giving an option to find a LED pole that is comparable to WEEF lighting that is spec for original job... do you need a physical sample of this light, or spec sheets will do? A. The City is not accepting "or equal" for light poles. Submitting vendors have a choice between two versions (see bid Schedule) but no additional options are being reviewed. 2. Is there any DBE goal or Good Faith Effort required for the project mentioned above? A. No. 3. 1 have a question in regards to the "equal to" fixture option .... if an equal to is proposed that meets the lumen output, beam spread, etc.. ..does it have to be equal to or less wattage than the original specified fixture? A. Answered 0 -the 6"' 011et on E-5. Less than 91 watts. ' 11/17/2014 Co i- P' representative Date -- EXPRESS ENERGY SERVICES INC. Company Name Bid # PR-14-15-R7002AADD2 ADDENDUM #3 For City of Santa Clarita Invitation to Bid LMD-14-15-R1002A PASEO PATHWAY LIGHTING CONVERSION TO LIGHT EMITTING DIODE (L.E.D) Project # R1002 October 21, 2014 This addendum should be acknowledged via Planet Bids and MUST be included with the bid response as well. 1. Can you tell me what the standard distance is between paseo light fixtures? (Either in feet or yards.) A. The average is 70 feet. 2. [just wanted to confirm that a C-10 License Holder can bid this project as Prime. Below is the verbiage within the Special Provisions that states a Class A License holder can bid but on the Planet Bids website under License Requirements it lists a C-10 license as a requirement. Can you please clarify? A. The City will accept -either an A or C-10 license. 11/17/2014 Date EXPRESS ENERGY SERVICES INC. Company Name Bid R PR-14-15-R1002A,ADD3 ADDENDUM #4 For City of Santa Clarita Invitation to Bid LMD-14-15-R1002A PASEO PATHWAY LIGHTING CONVERSION TO LIGHT EMITTING DIODE (L.E.D) Project # R1002 November 5, 2014 This addendum should be acknowledged via Planet Bids and MUST be included with the bid response as well. The City of Santa Clarita has thoroughly reviewed the "or equal" submissions and has reached the following conclusions: 1. The luminaire submission does not meet the requirement for DesignLights Consortium (DLC) listing for qualified products listing. The DLC listing requirement is a critical factor in the City of Santa Clarita's ability to qualify this project (R1002A) for Southern California Edison electricity and energy efficiency rebates. 2. The central control system submission does not meet or exceed the product functionality of the originally specified "Virticus" lighting control system. 11/17/2014 representative Date EXPRESS ENERGY SERVICES INC. Company Name Bid 0 PR -14-1 SR 1002A,ADD4 ATTACHMENTA PROPOSED MATERIALS, EQUIPMENT, AND PRODUCTS Paseo Pathway Lighting Conversion to Light EmIdIng Diode (L.E.D.), LMD-14-15-R1002A PROJECT NO. R1002 The proposed 'or equal' luminaire shall meet the following specifications: • DesignLights Consortium (DLC) listed on qualified products list • Lamp fife hours z 100,000 • Color Rendering Index (CRI) t 80 CRI • Color temperature 3000k maximum • Ingress Protection (IP) z IP65 • Wattage s 91W • Lumens x 5100 • Lumens per watt z 78 • Voltage. 240V • IES Classification: Type 11 or III, medium • Integral 0-10V dimmable, electronic LED driver 120-277V • Factory wired with 14 feel of black, 5 conductor, flexible SEOW mrd for power connection at hand hole in pole base • SP10: 10KVsurge protection device (IP65 rated), wired in-line with 5 conductor cable at the pole base, meeting ANSI 062.41.2 • Suitable for pole -top mounting. Pole top tenon requirement: 3.0' e x 3.15' long • Powder coated finish in Dark Bronze RALS019 • UL, c UL listed for wet locations. international Protection: IP66 • International Dark Sky Association (IDA) approved • Backlight, Uptight 8 Glare (BUG) Rating: s 81-1.12-G7 • Silicone gasket on luminaire enciosurs • Fully enclosed or covered "optics" I1<8 - 10 impact rating • Field changeable optics with hinged cover and captive fasteners an>wo-tatsntomn E-5 Bidder shall check one of the following: ,L The specified materials, equipment, and products will be provided on this projacL An 'or equal' Is proposed for this project. 'Or equals- will not be pennitted on items designated on the Plans as -No Substitutes.' It an 'or equal' is proposed, submit By of the following information In a clear and concise manner, Bad in sufficient detail that permits the Agency to fully evaluate the proposed equivalent. otherwise, the Bid will be deemed non-responsive and the Bidder will be disqualified. The Agency will be the sole Judge as to whether a proposed 'or equal' is equivalent to the specified material, equipment, or product. See 'Luminaire Warranly' page to follow. Vendor must also provide the following: • Luminaire sample to be delivered to City of Santa Glarus (as noted in the Specifications) on or before 12:00 noon, October 28,2014. • A summary sheet listing (In tabular form) all specified materials, equipment, and products; and the corresponding material, equipment and product being proposed as the "or equal.' • Manufacturer's descriptive date; delivery, storage, handling, Installation, and warranty information. • Drawings showing shop details. • Color charts displaying manufacturer's color selections and finishes, and identifying those colors and finishes proposed for use on the project. • A certification from the manufacturer stating that the specified materials will be on site within 8 weeks of order placement (Note that the Contractor takes full responsibility for materiel recelpt In time to support the rime of Completion.) • Preferably meets -Buy American' standards within American Recovery and Reinvestment Act of 2009 (ARRA) Bid#WD6 "IA E-6 SbA+ Of California w=.,CONTRACTORS STATE LICENSE BOARD M , ACTIVE LICENSE ,.._....719566 CORP ....y EXPRESS ENERGY SERVICES INC s....,.., C10 C31 F.. o. 04130/2015 www.cslb.ca.40v S T A T E O F C A L I F 0 R N I A CONTRACTORS STATE LICENSE BOARD Pursuant to Chapter 9 of Division 3 of the Business and Professions Code and the Rules and Regulations of the Contractors State License Board, the Registrar of Contractors does hereby issue this license to: EXPRESS ENERGY SERVICES INC License Number 719566 to engage in the business or act in the capacity of a contractor in the following class ication(s): Joan M. Hancock, Board Chair C10 - ELECTRICAL C31 - CONSTRUCTION ZONE TRAFFIC CONTROL Witness my hand and seal this day, November 5, 2013 Issued March 1, 1996 Reissued April 24, 2001 This license is the property of the Registrar of Contractors, is not transferable, and shall be returned to the Registrar upon demand when suspended, revoked, or invalidated for any reasea. it Src omos vtid F.+e!rerrwed Stephen P. Sands, Registrar of Contractors CAPITAL IMPROVEMENT PROJECT AGREEMENT Contract 14-00449 PASEO PATHWAY LIGHTING CONVERSION TO LIGHT EMITTING DIODE (L.E.D.) This AGREEMENT is made and entered into for the above -stated project this _ day of 20_, BY AND BETWEEN the CITY OF SANTA CLARITA, as CITY, and EXPRESS ENERGY SERVICES, INC. as CONTRACTOR. CITY and CONTRACTOR have mutually agreed as follows: ARTICLE I That contract documents for the aforesaid project shall consist of the Notice Inviting Bids, Instructions to Bidders, Proposal, General Specifications, Standard Specifications, Special Provisions, Plans, and all referenced specifications, details, standard drawings, special drawings, appendices, and City's Labor Compliance Program; together with this AGREEMENT and all required bonds, insurance certificates, permits, notices, and affidavits; and also including any and all addenda or supplemental agreements clarifying or extending the work contemplated as may be required to insure its completion in an acceptable manner. All of the provisions of said AGREEMENT documents are made a part hereof as though fully set forth herein. ARTICLE II For and in consideration of the payments and agreements to be made and performed by CITY, CONTRACTOR agrees to furnish all materials and perform all work required for the above - stated project, and to fulfill all other obligations as set forth in the aforesaid contract documents. ARTICLE III CONTRACTOR agrees to receive and accept the prices set forth in the Proposal as full compensation for furnishing all materials, performing all work, and fulfilling all obligations hereunder. Said compensation shall cover all expenses, losses, damages, and consequences arising out of the nature of the work during its progress or prior to its acceptance including those for well and faithfully completing the work and the whole thereof in the manner and time specified in the aforesaid contract documents; and also including those arising from actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the work, suspension or discontinuance of the work, and all other unknowns or risks of any description connected with the work. ARTICLE IV CITY hereby promises and agrees to employ, and does hereby employ, CONTRACTOR to provide the materials, do the work, and fulfill the obligations according to the terms and conditions herein contained and referred to, for the prices aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the contract documents. Revised 1/2012 Page 1 of 7 ARTICLE V City and its respective elected and appointed boards, officials, officers, agents, employees, and volunteers (individually and collectively, "Indemnitees") shall have no liability to CONTRACTOR or any other person for, and CONTRACTOR shall indemnify, defend, protect, and hold harmless Indemnitees from and against, any and all liabilities, claims, actions, causes of action, proceedings, suits, damages, judgments, liens, levies, costs, and expenses of whatever nature, including reasonable attorney's fees and disbursements (collectively, "Claims"), which Indemnitees may suffer or incur or to which Indemnitees may become subject by reason of or arising out of any injury to or death of any person(s), damage to property, loss of use of property, economic loss, or otherwise occurring as a result of or allegedly caused by the CONTRACTOR'S performance of or failure to perform any services under this Agreement, or by the negligent or willful acts or omissions of CONTRACTOR, its agents, officers, directors, or employees, committed in performing any of the services under this Agreement. If any action or proceeding is brought against Indemnitees by reason of any of the matters against which CONTRACTOR has agreed to indemnify Indemnitees as provided above, CONTRACTOR, upon notice from City, shall defend Indemnitees at its expense by counsel acceptable to City, such acceptance not to be unreasonably withheld. Indemnitees need not have first paid for any of the matters to which Indemnitees are entitled to indemnification in order to be so indemnified. The limits of the insurance required to be maintained by CONTRACTOR in this Agreement shall not limit the liability of CONTRACTOR hereunder. The provisions of this section shall survive the expiration or earlier termination of this agreement. The provisions of this section do not apply to Claims occurring as a result of the City's active negligence or acts of omission. ARTICLE VI CONTRACTOR affirms that the signatures set forth hereinafter in execution of this AGREEMENT represent all individuals, firm members, partners, joint venturers, or corporate officers having principal interest herein. ARTICLE VII Nature of Relationship CONTRACTOR shall not be subject to day-to-day supervision and control by CITY employees or officials. CONTRACTOR shall perform services in accordance with the rules, regulations and policies of CITY respecting such services, and in accordance with appropriate standards of professional conduct, if any, applicable to the services provided. CITY shall not be responsible for withholding any payroll or other taxes on behalf of CONTRACTOR. It is understood and agreed that the CONTRACTOR is, and at all times shall be, an independent CONTRACTOR and nothing contained herein shall be construed as making the CONTRACTOR, or any individual whose compensation for services is paid by the CONTRACTOR, an agent or Revised 1/2012 Page 2 of 7 employee of the CITY, or authorizing the CONTRACTOR to create or assume any obligation of liability for or on behalf of the CITY. ARTICLE VIII CONTRACTOR shall maintain and submit certificates of all applicable insurance including, but not limited to, the following and as otherwise required by law. The terms of the insurance policy or policies issued to provide the above insurance coverage shall provide that said insurance may not be amended or canceled by the carrier, for non-payment of premiums or otherwise, without thirty (30) days prior written notice of amendment or cancellation to the CITY. In the event the said insurance is canceled, the CONTRACTOR shall, prior to the cancellation date, submit to the City Clerk new evidence of insurance in the amounts established. Liability Insurance During the entire term of this agreement, the CONTRACTOR agrees to procure and maintain General Liability insurance at its sole expense to protect against loss from liability imposed by law for damages on account of bodily injury, including death therefrom, suffered or alleged to be suffered by any person or persons whomsoever, resulting directly or indirectly from any act or activities, errors or omissions, of the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction, and also to protect against loss from liability imposed by law for damages to any property of any person caused directly or indirectly by or from acts or activities of the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction. Such public liability and property damage insurance shall also provide for and protect the CITY against incurring any legal cost in defending claims for alleged loss. Such General, Public and Professional liability and property damage insurance shall be maintained in full force and effect throughout the term of the AGREEMENT and any extension thereof in the amount indicated above or the following minimum limits: A combined single limit liability policy in the amount of $2,000,000 or a commercial general liability policy with a $2,000,000 occurrence limit and a $4,000,000 aggregate limit will be considered equivalent to the required minimum limits. All of such insurance shall be primary insurance and, shall name the City of Santa Clarita as additional insured. A Certificate of Insurance and an additional insured endorsement (for general and automobile liability), evidencing the above insurance coverage with a company acceptable to the City's Risk Manager shall be submitted to City prior to execution of this Agreement on behalf of the City. Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance required by this Agreement, City may obtain covera¢e at CONTARCTOR'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, City may cancel the Aereement immediately with noep nalty. Revised 1@012 Page 3 of 7 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. If the operation under this Agreement results in an increased or decreased risk in the opinion of the City Manager, then the CONTRACTOR agrees that the minimum limits herein above designated shall be changed accordingly upon request by the City Manager. The CONTRACTOR agrees that provisions of this paragraph as to maintenance of insurance shall not be construed as limiting in any way the extent to which the CONTRACTOR may be held responsible for the payment of damages to persons or property resulting from the CONTRACTOR's activities or the activities of any person or persons for which the CONTRACTOR is otherwise responsible. Worker's Compensation Insurance The CONTRACTOR shall procure and maintain, at its sole expense, Worker's Compensation Insurance in the amount of $1,000,000 per occurrence or in such amount as will fully comply with the laws of the State of California and which shall indemnify, inure and provide legal defense for both the CONTRACTOR and the CITY against any loss, claim or damage arising from any injuries or occupational diseases happening to any worker employed by the CONTRACTOR in the course of carrying out the work within the AGREEMENT. Such insurance shall also contain a waiver of subrogation naming the City of Santa Clarita. Automotive Insurance The CONTRACTOR shall procure and maintain, at its sole expense, throughout the term of this AGREEMENT, and any extension thereof, public liability and property damage insurance coverage for automotive equipment with coverage limits of not less than $1,000,000 combined single limit. All such insurance shall be primary insurance and shall name the City of Santa Clarita as an additional insured. Fire and Extended Coverage Insurance (Services involving real property only) CONTRACTOR also agrees to procure and maintain, at its sole expense, during the term of this Agreement, and any extension thereof, a policy of fire, extended coverage and vandalism insurance. ARTICLE IX Pursuant to Senate Bill 542, chaptered in 1999, the Employment Development Department (EDD) of the State of California requires that a W-9 Form be filed by all vendors for all AGREEMENTS entered into with the City. CONTRACTOR agrees to complete all required forms necessary to comply with EDD regulations. Revised 1/2012 Page 4 of 7 ARTICLE X Term This AGREEMENT shall be effective for a period beginning on the date shown in the Notice to Proceed, and ending on 35 days after the date of recordation of the Notice of Completion unless sooner terminated. Modification/Termination No modification, amendment or other change in this AGREEMENT or any provision hereof shall be effective for any purpose unless specifically set forth in writing and signed by duly authorized representatives of the parties hereto. This AGREEMENT may be terminated with or without cause by CITY giving CONTRACTOR thirty (30) days advance written notice. Any reduction of services shall require thirty (30) days advance written notice unless otherwise agreed in writing between CONTRACTOR and CITY. In the event of termination, CONTRACTOR shall be entitled to compensation for all satisfactory services completed and materials provided to the date of the notice of termination. Conflict of Interest CONTRACTOR will comply with all conflict of interest laws and regulations including, without limitation, CITY's conflict of interest regulations. Non -Effect Waiver CONTRACTOR's or CITY's failure to insist upon the performance of any or all of the terms, covenants, or conditions of this Agreement, or failure to exercise any rights or remedies hereunder, shall not be construed as a waiver or relinquishment of the future performance of any such terms, covenants, or conditions, or of future exercise of such rights or remedies, unless otherwise provided for herein. Severability In the event that any one or more of the provisions contained in this AGREEMENT shall for any reason be held to be unenforceable in any respect by a court of competent jurisdiction, such holding shall not affect any other provisions of this AGREEMENT, and the AGREEMENT shall then be construed as if such unenforceable provisions are not a part hereof. Governing Law This AGREEMENT shall be construed and interpreted and the legal relations created thereby shall be determined in accordance with the laws of the State of California. Revised 1/2012 Page 5 of 7 Compliance with Law CONTRACTOR shall comply with all applicable laws, ordinances, codes, and regulations of the federal, state, and local government, including City's Labor Compliance Program. CONTRACTOR shall comply with all aspects of the National Pollutant Discharge Elimination System (NPDES) in order to prevent pollution to local waterways. Failure to implement NPDES Requirements shall result in project delays through City issued Stop Work Notices and/or fines levied against the CONTRACTOR. Prevailing Wages If required by applicable state law including, without limitation Labor Code §§ 1720 (as amended by AB 975 (2001)), 1771, 1774, 1775, and 1776, CONTRACTOR must pay its workers prevailing wages. It is CONTRACTOR's responsibility to interpret and implement any prevailing wage requirements and CONTRACTOR agrees to pay any penalty or civil damages resulting from a violation of the prevailing wage laws. In accordance with Labor Code § 1773.2, copies of the prevailing rate of per diem wages are available upon request from CTI'Y's Engineering Division or the website for State of California prevailing wage determination at www.dir.ca.govIDLSR/PWD. A copy of the prevailing rate of per diem wages must be posted at the job site. This contract is subject to state prevailing wage requirements of the California Labor Code including Sections 1770 and 1773, and the City's California Department of Industrial Relations (DIR) approved Labor Compliance Program. All covered work classifications required in performance of this contract will be subject to prevailing wage provisions. The Contractors and its subcontractors shall pay not less than the state wage rates. Contractor shall further adhere to the requirements contained in the City of Santa Clarita's Labor Compliance Program. A copy of the Labor Compliance Program is available for review upon request at the Office of the City Clerk. All pertinent state statues and regulations, including, but not limited to those referred to in this contract and in the City's Labor Compliance Program, are incorporated herein as though set forth in their entirety. Additionally, the Contractor is responsible for obtaining a current edition of all applicable state statues and regulations and adhering to the latest editions of such. 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. Revised 12012 Page 6 of 7 The parties hereto for themselves, their heirs, executors, administrators, successors, and assigns do hereby agree to the full performance of the covenants herein contained and have caused this AGREEMENT to be executed in duplicate by setting hereunto their names and titles this day of 20. CONTRACTOR: CONTRACTOR Name: Address: Phone & Fax No. ALL SIGNATURES MUST BE Signed By: NITNESSED BY NOTARY CITY: Attest: Approved as to Form: Print Name & CONTRACTOR's License No. Class Mayor/City Manager of the City of Santa Clarita City Clerk of the City of Santa Clarita City Attorney of the City of Santa Clarita Date: Date: Date: Revised 112012 Page 7 of 7