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current lights are more than 25 years old, use outdated inefficient High Pressure Sodium (HPS)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