Loading...
HomeMy WebLinkAboutL.C. Paving and Sealing Inc; 2016-06-28; PWS16-108TRANRECORDED REQUESTED BY CITY OF CARLSBAD AND WHEN RECORDED PLEASE MAIL TO: City Clerk City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 DOC# 2016-0709593 llllllllllllllllllllllllllllllllllllllllllllllllllllllllllllll\1111111 Dec 27, 2016 04:12PM OFFICIAL RECORDS Ernest J. Dronenburg, Jr , SAN DIEGO COUNTY RECORDER FEES: $0.00 PAGES: 1 Space above this line for Recorder's use. PARCEL NO: N/A ------------------- NOTICE OF COMPLETION Notice is hereby given that: 1. The undersigned is owner of the interest or estate stated below in the property hereinafter described. 2. The full name of the undersigned is City of Carlsbad, a municipal corporation. 3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. 4. The nature of the title of the undersigned is: In fee. 5. A work or improvement on the property hereinafter described was completed on Sept. 8, 2016. 6. The name of the contractor for such work or improvement is L.C. Paving & Sealing, Inc. 7. The property on which said work or improvement was completed is in the City of Carlsbad, County of San Diego, State of California, and is described as follows: Barrio ADA/Pedestrian Improvements, Project No. 4080. 8. The street address of said property is on Grand Avenue in the City of Carlsbad. ~ity VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, California, 92008; the City Manager of said City on Dcc..-emt;;?Ey ZO , 20k, accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on 'Dec-er"Yl~ 22, 20 l (p , at Carlsbad, California. Word\Masters\Forms\Notice of Completion (City) 3/9/98 CITY OF CARLSBAD ACCEPTANCE OF PUBLIC IMPROVEMENTS COMPLETION OF PUBLIC IMPROVEMENTS The contractor has constructed the improvements required for Project No. 4080, Barrio ADA/Pedestrian Improvements, and has requested that the City of Carlsbad accept the public improvements. City forces have inspected the public improvements and found them to be satisfactory. The public improvements consist of: IMPROVEMENTS VALUE Curb ramps and ADA improvements $100,173 PUBLIC WORKS DIRECTOR CERTIFICATION OF COMPLETION OF IMPROVEMENTS ~ubi~ Date CITY MANAGER'S ACCEPTANCE OF PUBLIC IMPROVEMENTS The construction of the above described public improvements is deemed complete and hereby accepted. The City Clerk is hereby authorized to record the Notice of Completion and release the bonds in accordance with State Law and City Ordinances. The City of Carlsbad is hereby directed to commence maintaining the above described improvements. APPROVED AS TO FORM: CELIA BREWER, City Attorney By:~ Deputy City Attorney Word\Masters\Forms\Acceptance of Public Improvements (City) Date 3/9/98 CITY OF CARLSBAD CONTRACT CHANGE ORDER TRANSMITTAL-C/0 # 1 Project: 4080, Barrio ADA/Pedestrian Improvements Date Routed: Reasons for changes: To: Construction Management & Inspection Department Head Finance Director R,M___ City Manager/Mayor Construction Management & Inspection Item 1: City traffic engineering department requested that the contractor remove and replace the existing driveway entrance at Taylor Street Apartments which was intended to be grinded. The driveway was replaced to avoid trip hazards. Item 2: The city directed the contractor to construct an 18-inch curb wall to maintain ADA compliance and accommodate exiting conditions not shown on the plans. The wall installation included a modification to the existing irrigation at Carlsbad Community Church and skate board deterrents to accommodate a resident request. Item 3: The actual measured quantity for Bid Item #5, "Grind Concrete Lip per Detail A in plans", is less than the original estimate. Decrease Bid Item #5 by 10 SF. COST ACCOUNTING SUMMARY: Total amount this C/0 $6,464.45 Total amount of previous C/O's $0.00 Total C/O's to date $6,464.45 New Contract Amount $100,173.45 Total C/O's as% of original contract 6.90% Contingency amount encumbered $6,464.45 Contingency increase I decrease $0.00 Contingency Subtotal $6,464.45 Total C/O's to date $6,464.45 Contingency balance $0.00 *Note: funds to be encumbered once change order is fully executed. Rroject: #4080, Barrio ADNPedestrian Improvements Change Order No. 1 CITY OF CARLSBAD CONTRACT CHANGE ORDER NO. 1 Project: 4080 -Barrio ADA/Pedestrian Improvements CONTRACT NO. 4080 ACCOUNT NO. 39170009060/408019066 CONTRACTOR: LC Paving & Sealing, Inc. ADDRESS: 996 Borden Rd San Marcos. CA 92069 P.O. NO. P132513 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work including charges for field overhead, extended home office overhead, delays, disruptions, cumulative impacts, loss of efficiency, extended equipment costs and overtime premium costs and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. This change order is not effective unless signed by the City Manager and/or the Mayor or his/her designee. Pursuant to Section 3 of the General Provisions of this contract, perform the following: Item 1: Item 2: Item 3: Remove and replace driveway per SDRSD G-14D at Taylor Street Apartments. Increase to contract cost ................................................................. $4,877.85 Construct 18-inch curb wall with skate deterrents and modify existing irrigation at Carlsbad Community Church. Increase to contract cost ................................................................ $2,836.60 Decrease Bid Item A-5 "Grind Concrete Lip" by 10 SF. Decrease to contract cost ............................................................. ($1 ,250.00) Project: #4080, Barrio ADA/Pedestrian Improvements Change Order No. 1 TOTAL INCREASE TO CONTRACT COST ............................................... $6,464.45 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE INCREASED BY 5 WORKING DAYS AS A RESULT OF THIS CHANGE ORDER. MUNIC PROJECTS MANAGER (DATE) r . _ ~ 11-)0·1!. ~'-t)EPU~ (DATE) ~11~ !d·/-lt DEPARTMENliEAD (DATE) f<(~ ~'-'-" l;js-};t, FINANCE DIRECTOR (DATE) DISTRIBUTION: APPROVED BY: INSPECTION FILE (ORIGINAL), PURCHASING, CONTRACTOR, DEPUTY DIRECTOR DESIGN 11/23/2016 (DATE) (DATE) CITY OF CARLSBAD San Diego County California CONTRACT DOCUMENTS AND SUPPLEMENTAL PROVISIONS FOR BARRIO ADA/PEDESTRIAN IMPROVEMENTS CONTRACT NO. 4080 DBE PARTICIPATION Bid No. PWS16-108TRAN ., \.4#' DBE-02/29/2016 Contract No. 4080 Page 1 of 196 Pages TABLE OF CONTENTS NOTICE INVITING BIDS ................................................................................................................... 6 CONTRACTOR'S PROPOSAL ........................................................................................................ 1 0 EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION ............................................................ 13 PUBLIC CONTRACT CODE ............................................................................................................ 14 NONCOLLUSION AFFIDAVIT ......................................................................................................... 16 DEBARMENT AND SUSPENSION CERTIFICATION ...................................................................... 17 NONLOBBYING CERTIFICATION FOR FEDERAL-AID CONTRACTS ........................................... 18 DISCLOSURE OF LOBBYING ACTIVITIES .................................................................................... 19 INSTRUCTIONS FOR COMPLETION OF SF-LLL, .......................................................................... 20 BID SECURITY FORM .................................................................................................................... 30 BIDDER'S BOND TO ACCOMPANY PROPOSAL ........................................................................... 31 FEDERAL LOBBYING RESTRICTIONS .......................................................................................... 33 DISADVANTAGED BUSINESS ENTERPRISE (DBE) ..................................................................... 34 GUIDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS" AND "DESIGNATION OF OWNER OPERATOR/LESSOR AND AMOUNT OF OWNER OPERATOR/LESSOR WORK" FORMS ............................................. 35 DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS .... 37 DESIGNATION OF OWNER OPERATOR/LESSOR AND AMOUNT OF OWNER OPERA TOR/LESSOR WORK ......................................................................................................... 38 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY .......................................................... 39 BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE ........................................ .40 BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION ................................... .41 BIDDER'S STATEMENT RE DEBARMENT .................................................................................... .42 BIDDER'S DISCLOSURE OF DISCIPLINE RECORD .................................................................... .43 CONTRACT PUBLIC WORKS ......................................................................................................... 45 LABOR AND MATERIALS BOND .................................................................................................... 51 FAITHFUL PERFORMANCE/WARRANTY BOND ........................................................................... 53 OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION ........ 55 ., f.;; DBE-02/29/2016 Contract No. 4080 Page 2 of 196 Pages SUPPLEMENTAL PROVISIONS-PART 1 SECTION 1 --TERMS, DEFINITIONS ABBREVIATIONS AND SYMBOLS 1-1 TERMS .............................................................................................................................. 59 1-2 DEFINITIONS .................................................................................................................... 59 1-3 ABBREVIATIONS .............................................................................................................. 60 SECTION 2 --SCOPE AND CONTROL OF THE WORK 2-3 SUBCONTRACTS ............................................................................................................. 61 2-4 CONTRACT BONDS ......................................................................................................... 61 2-5 PLANS AND SPECIFICATIONS ........................................................................................ 62 2-9 SURVEYING ..................................................................................................................... 63 2-10 AUTHORITY OF BOARD AND ENGINEER. .................................................................... 64 SECTION 3 --CHANGES IN WORK ~~-2 CHANGES INITIATED BY THE AGENCY ......................................................................... 65 3-3 EXTRA WORK ................................................................................................................... 65 ~~-4 CHANGED CONDITIONS ................................................................................................. 66 ~~-5 DISPUTED WORK ............................................................................................................ 66 SECTION 4 -CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP .................................................................................. 69 4-2 MATERIALS TRANSPORTATION, HANDLING AND STORAGE ...................................... 70 SECTION 5--UTILITIES 5-1 LOCATION ........................................................................................................................ 70 5-4 RELOCATION ................................................................................................................... 70 SECTION 6--PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. .............................. 71 6-6 DELAYS AND EXTENSIONS OF TIME. ............................................................................ 73 6-7 TIME OF COMPLETION ............................. ' ....................................................................... 73 6-8 COMPLETION AND ACCEPTANCE. ................................................................................ 73 6-9 LIQUIDATED DAMAGES ........ , .......................................................................................... 74 SECTION 7--RESPONSIBILITIES OF THE CONTRACTOR 7-3 LIABILITY INSURANCE .................................................................................................... 74 7-4 WORKERS' COMPENSATION INSURANCE. ................................................................... 74 7-5 PERMITS ........................................................................................................................... 74 7-7 COOPERATION AND COLLATERAL WORK .................................................................... 74 7-8 PROJECT SITE MAINTENANCE ...................................................................................... 75 7-10 PUBLIC CONVENIENCE AND SAFETY .......................................................................... 75 7-13 LAWS TO BE OBSERVED .............................................................................................. 79 7-15 PREVAILING WAGE ....................................................................................................... 79 ., f.+r DBE-02/29/2016 Contract No. 4080 Page 3 of 196 Pages 7-16 PUBLIC SAFETY ............................................................................................................. 80 7-19 REMOVAL OF ASBESTOS AND HAZARDOUS SUBSTANCES ..................................... 81 7-20 SUBCONTRACTOR AND DBE RECORDS ..................................................................... 81 7-23 SUBCONTRACTING ....................................................................................................... 82 7-24 PROMPT PROGRESS PAYMENT TO SUBCONTRACTORS ......................................... 82 7-25 PROMPT PAYMENT OF WITHHELD FUNDS TO SUBCONTRACTORS ....................... 83 SECTIION 8 --FACILITIES FOR AGENCY PERSONNEL 8-·1 GENERAL ......................................................................................................................... 83 SECTIION 9 --MEASUREMENT AND PAYMENT ........................................................................... 83 9-·1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK ......................................... 83 9-·3 PAYMENT ......................................................................................................................... 83 9-·4 BID ITEMS ......................................................................................................................... 85 SUPPLEMENTAL PROVISIONS, PART 2 SECTION 200 -ROCK MATERIALS 200-2 UNTREATED BASE MATERIALS ................................................................................. 87 SECTION 201 -CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE .............................................................................. 88 SECTION 203-BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE. .................................................................................................. 88 SECTION 210-PAINT AND PROTECTIVE COATINGS 2'10-1 PAINT ............................................................................................................................ 89 SUPPLEMENTAL PROVISIONS-PART 3 SECTION 301-TREATED SOIL, SUBGRADE PREPARATION AND PLACEMENT OF BASE MATERIALS 301-1 SUBGRADE PREPARATION ........................................................................................ 91 302-5 ASPHALT CONCRETE PAVEMENT. .............................................................................. 91 SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS, AND DRIVEWAYS ........................................... 92 SECTION 310-PAINTING 310-5 PAINTING VARIOUS SURFACES ................................................................................. 94 310-7 PERMANENT SIGNING ................................................................................................ 95 •"\ f.., DBE-02/29/2016 Contract No. 4080 Page 4 of 196 Pages SECTION 312-PAVEMENT MARKER PLACEMENT AND REMOVAL 312-1 PLACEMENT ................................................................................................................. 95 SECTION 313-TEMPORARY TRAFFIC CONTROL DEVICES 313-1 TEMPORARY TRAFFIC PAVEMENT MARKERS ......................................................... 95 313-2 TEMPORARY TRAFFIC SIGNING ................................................................................ 96 STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS ...................................................................................................... 97 APPENDICES ................................................................................................................................ 102 •"'\ f.., DBE-02/29/2016 Contract No. 4080 Page 5 of 196 Pages CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS UNTIL 2:00PM ON MAY 26, 2016, the City shall accept sealed bids, clearly marked as such, at the Faraday Center, 1635 Faraday Avenue, Carlsbad, CA 92008-7314, Attn: Purchasing Officer, by mail, delivery service or by deposit in the Bid Box located in the first floor lobby, at which time they will be opened and read, for performing the work as follows: removal and replacement of curb ramps and cross gutters, concrete lip grinding, installing detectable warning surfaces on pedestrian ramps, installing city-provided, solar-powered rectangular rapid flashing beacons, and installing high-visibility crosswalks. BARRIO ADA/PEDESTRIAN IMPROVEMENTS CONTRACT NO. 4080 BID NO. PWS16-108TRAN This bid and the terms of the Contract Documents and Supplemental Provisions constitute an irrevocable offer that shall remain valid and in full force for a period of ninety (90) days and such additional time as may be mutually agreed upon by the City of Carlsbad and the Bidder. The work shall be performed in strict conformity with the plans and specifications as approved by the City Council of the City of Carlsbad on file with the Public Works Department. The specifications for the work include the City of Carlsbad Engineering Standards and the Standard Specifications for Public Works Construction, 2015 Edition, all hereinafter designated "SSPWC" as issued by the Southern California Chapter of the American Public Works Association and as amended by the supplemental provisions sections of this contract. Reference is hereby made to the plans and specifications for full particulars and description of the work. The City of Carlsbad encourages the participation of minority and women-owned businesses. The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators and contractors to utilize recycled and recyclable materials when available, appropriate and approved by the Engineer. The City of Carlsbad may disqualify a contractor or subcontractor from participating in bidding when a contractor or subcontractor has been debarred by the City of Carlsbad or another jurisdiction in the State of California as an irresponsible bidder. No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law. The bidder's security of the second and third next lowest responsive bidders may be withheld until the Contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten (1 0) days after the Contract is awarded. Pursuant to the provisions of law (Public Contract Code section 1 0263), appropriate securities may be substituted for any obligation required by this notice or for any monies withheld by the City to ensure performance under this Contract. Section 10263 of the Public Contract Code requires monies or securities to be deposited with the City or a state or federally chartered bank in California as the Escrow Agent. The Escrow Agent shall maintain insurance to cover negligent acts and omissions of the agent in connection with the handling of retentions under this section in an amount not less than $100,000 per contract. -~ '-I DBE-02/29/2016 Contract No. 4080 Page 6 of 196 Pages The documents which comprise the Bidder's proposal and that must be completed and properly executed including notarization where indicated are: 1. Contractor's Proposal 2. Bidder's Bond 3. Noncollusion Declaration 4. Designation of Subcontractors and Amount of Subcontractor Bid 5. Designation of Owner Operator/Lessors & Amount of Owner Operator/Lessor Work 6. Bidder's Statement of Financial Responsibility 7. Bidder's Statement of Technical Ability and Experience 8. Acknowledgement of Addendum( a) ENGINEER'S ESTIMATE 9. Certificate of Insurance. The riders covering the City, its officials, employees and volunteers may be omitted at the time of bid submittal but shall be provided by the Bidder prior to award of this contract 10. Bidder' s Statement Re Debarment 11. Bidder's Disclosure of Discipline Record 12. Escrow Agreement for Security Deposits - (optional, must be completed if the Bidder wishes to use the Escrow Agreement for Security) 13. Sample Certificate of Insurance All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. Actual quantities may be adjusted in the field in accordance with project funding limits, field conditions, and project timeline. The Engineer's Estimate is $123,000. ACCEPTABLE LICENSE TYPES Except as provided herein a bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to the Business and Professions Code shall be considered nonresponsive and shall be rejected by the City. In all contracts where federal funds are involved, no bid submitted shall be invalidated by the failure of the bidder to be licensed in accordance with California law. Where federal funds are involved the contractor shall be properly licensed at the time the contract is awarded. In all other cases the contractor shall state their license number, expiration date and classification in the proposal, under penalty of perjury. This invitation to bid does involve federal funds. The following classifications are acceptable for this contract: A-General Engineering. ESCROW AGREEMENT If the Contractor intends to utilize the escrow agreement included in the contract documents in lieu of the usual 5% retention from each payment, these documents must be completed and submitted with the signed contract The escrow agreement may not be substituted at a later date. OBTAINING PLANS AND SPECIFICATIONS Sets of plans, various supplemental provisions, and Contract documents may be obtained at the Cashier's Counter of the Faraday Center located at 1635 Faraday Avenue, Carlsbad, California 92008- 7314, for a non-refundable fee of twenty five dollars ($25) per set. If plans and specifications are to be mailed, the cost for postage should be added. INTENT OF PLANS AND SPECIFICATIONS Any prospective bidder who is in doubt as to the intended meaning of any part of the drawings, specifications or other contract documents, or finds discrepancies in or omissions from the drawings and specifications may submit to the Engineer a written request for clarification or correction. Any response will be made only by a written addendum duly issued by the Engineer a copy of which will be mailed or delivered to each person receiving a set of the contract documents. No oral response will be made to such inquiry. Prior to the award of the contract, no addition to, modification of or interpretation of any provision in the contract documents will be given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. No bidder may rely on directions given by any agent, employee or contractor of the City of Carlsbad except as hereinbefore specified. l' -~ DBE-02/29/2016 Contract No. 4080 Page 7 of 196 Pages REJECTION OF BIDS The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. DISADVANTAGED BUSINESS ENTERPRISES (DBE) This project has a goal of zero percent disadvantaged business enterprise (DBE) participation due to the extremely limited subcontracting opportunities for work of this size and scope. The City of Carlsbad affirms that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation. DAVIS-BACON PREVAILING WAGE TO BE PAID The Davis-Bacon rate of wages for each craft or type of worker needed to execute the Contract shall be those as determined by the Secretary of Labor. The wage determination and the Davis Bacon poster (WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by workers. Wage determinations are included in Appendix "G" and from the U.S. Department of Labor's web site, www.dol.gov. See Appendix "G" for all Davis Bacon Requirements." Attention is directed to the Federal minimum wage rate requirements in the "Proposal and Contract" books. If there is a difference between the minimum wage rates predetermined by the Secretary of Labor and the general prevailing wage rates determined by the Director of the California Department of Industrial Relations for similar classifications of labor, the Contractor and subcontractors shall pay not less than the higher wage rate. The Department will not accept lower State wage rates not specifically included in the Federal minimum wage determinations. This includes "helper" (or other classifications based on hours of experience) or any other classification not appearing in the Federal wage determinations. Where Federal wage determinations do not contain the State wage rate determination otherwise available for use by the Contractor and subcontractors, the Contractor and subcontractors shall pay not less than the Federal minimum wage rate, which most closely approximates the duties of the employees in question. PRE BID MEETING A pre-bid meeting and tour of the project site will not be held. UNIT PRICES AND COMPUTATION OF BIDS All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. All prices must be in ink or typewritten. Changes or corrections may be crossed out and typed or written in with ink and must be initialed in ink by a person authorized to sign for the Contractor. ADDENDUMS Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of bid. BOND AND INSURANCE REQUIREMENTS The Contractor shall provide bonds to secure faithful performance and warranty of the work in an amount equal to one hundred percent (100%) of the Contract price on this project. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to one hundred percent (100%) of the total amount payable by the terms of the contract. These bonds shall be kept in full force and effect during the course of this project, and shall extend in full force and effect and be retained by l" • .., DBE-02/29/2016 Contract No. 4080 Page 8 of 196 Pages the City until they are released as stated in the General Provisions section of this contract. All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to be accompanied by the following documents: 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the City may require copies of the insurer's most recent annual statement and quarterly statement filed with the Department of Insurance pursuant to Article 10 (commencing with section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Code, within ten (1 0) calendar days of the insurer's receipt of a request to submit the statements. Insurance is to be placed with insurers that: 1) Have a rating in the most recent Best's Key Rating Guide of at least A-:VII 2) Are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Auto policies offered to meet the specification of this contract must: 1) Meet the conditions stated above for all insurance companies. 2) Cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. Workers' compensation insurance required under this contract must be offered by a company meeting the above standards with the exception that the Best's rating condition is waived. The City does accept policies issued by the State Compensation Fund meeting the requirement for workers' compensation insurance. The Contractor shall be required to maintain insurance as specified in the Contract. Any additional cost of said insurance shall be included in the bid price. The award of the contract by the City Council is contingent upon the Contractor submitting the required bonds and insurance, as described in the contract, within ten (1 0) days of bid opening. If the Contractor fails to comply with these requirements, the City may award the contract to the second or third lowest bidder and the bid security of the lowest bidder may be forfeited. BUSINESS LICENSE The prime contractor and all subcontractors are required to have and mai Business License for the duration of the contract. May 10, 2016 Date {'\ • ., DBE-02/29/2016 Contract No. 4080 Page 9 of 196 Pages CITY OF CARLSBAD BARRIO ADA/PEDESTRIAN IMPROVEMENTS CONTRACT NO. 4080 City Council City of Carlsbad 1200 Carlsbad Vlliage Drive Carlsbad, California 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans, Specifications, Supplemental Provisions and addenda thereto, and hereby proposes to furnish all labor, materials, equipment, transportation, and services required to do al! the work to complete Contract No. 4080 in accordance with the Plans, Specifications, Supplemental Provisions and addenda thereto and that he/she will take in full payment therefor the following unit prices for each item complete, to wit Item No. Description (Unit Price in Words) 2 Traffic Control and Public Notification at 7d /!eli 1:tta5+/Z'/J ll&~ tAAfl--5 (Lump Sum Price in Words) 3 Remove and Replace Curb Approximate Quantity and Unit Not to Exceed $7,000 LS 7 Each Ramp per Ca!trans Standard Plan A88A including curb, gutter and sidewalk at ,... httK 1#ot~c;//,t4J .f>¢11-r J/w,f/,'1tt-F'JJ 5r!JJP£/!)' Htll'/ (Unit Price in Words) /J;J-J ... Jt~J! 5 Unit Price $ 5J DtJ, C'J D $ '1,9C6J.OO DBE-02/29/20 16 Contract No. 4080 $ :;·)Of), () 0 $ 300L~ 00 Page 1 0 of i 96 Pages Item No. Description 4 Remove and Replace Curb Ramp per Ca!trans Standard Plan A88A including curb, Approximate Quantity and Unit gutter and sidewalk and 4 Each Remove and Replace Cross Gutter per Carlsbad Engineering Standards at . ..,-~-·--,; / th~-.~.,-}' llfiZt''t" !t;N,<;f9;~ i? bl7f!'< h-uJ<·hl/J1 z;z, fPtj /;:ll/11-/) 6-U.!UI.. S (Unit Price In Words) 5 Grind Concrete lip per Detail 6 , A ir;_plans at ll ;:b·t{l( /lt1J1(!5.4Yi/tq 1/./t)ltJtJL) (Unit Price in Words) Install Truncated Dome Detectable Warning Surfaces on Existing Ramps per Caltrans Standard Plan A88A and Caltrans Standard 32 SF 267 SF Speciflcat~s at kilr[cl'/ /;ttwsArVJJ /-~elf'/ ?;;;t.t!"f ------,------=ll /..)....1'/l..-5 (Unit Price in Words) 7 Install City-Provided Solar- Powered Rectangular Rapid Flashing Beacons (RRFB) 4 Each per Manufacturer's ! nstructions at ..--:- h 1/ C /iczlf5/JJv'0, C1vh-flu .. ~IJil£11 ~,;.t-,-'f --,------c-:--,----Lh:-"'"'.!l...'f...:;.._,Vl. Vi! ).J.../Hi s (Unit Price in Words) 8 Install High-Visibility Crosswalk on Existing 4 Each Pavement per plans at h?i.t't ·r;;Ot/,2.-4Jv;J {bur l!m&,frlr •J l'Jtu.J-.lx'? (Unit Price in Words) 9 Remove Existing Signs and Re-lnstal! after Concrete improvements per plqps at fd~rpz limo 1211 f/J J/ t?l t. Atl/) (Unit Price in Words) 4 Each Unit Price $ 5f66'], oo $ asoo $ f%00 $[DJ-.5.oo $ /0{? 00: l' ~{II DBE-02/29/2016 Contract No. 4080 $ .Jj{J00 oo $ ,5'/AiOO $ f/o{l,OO Page 1 i of 196 Pages Tota! amount of bid in words: t/u1 r l Y ·ldttFtt JitJt6i}P/J )EJ/erj 1/lfttl#!i!'lj ff{l?F /)n..t./1117 CI:)UTS amount in are for of No(s)._t.....;;;!J/-;- 7 /L, __ , __ _ I in The Undersigned has carefully and understands that the wm not be responsible for error or r.ml!c::<::w"·' ''"'""'"''·""'"'"' in this 6 Contract No. 4080 i2 of 196 :heck A License -License Detail -Contractors State License Board Page 1 of Contractor's License Detail for License# 621610 DISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this information, you should be aware of the following limitations. CSLB complaint disclosure is restricted by law (B&P 7124.6) If this entity is subject to public complaint disclosure, a link for complaint disclosure will appear below. Click on the link or button to obtain complaint and/or legal action information. Per B&P 7071.17, only construction related civil judgments reported to the CSLB are disclosed. Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. Due to workload, there may be relevant information that has not yet been entered onto the Board's license database. Business Information L C PAVING & SEALING INC 996 BORDEN ROAD SAN MARCOS, CA 92069 Business Phone Number:(760) 752-1743 license is current and active. AND PAVING ENGINEERING CONTRACTOR BUILDING CONTRACTOR Entity Corporation Issue Date 06/08/1991 Reissue Date 08/12/2010 Expire Date 08/31/2016 License Status Classifications Bonding Information Contractor's Bond license filed a Contractor's Bond with SURETEC INDEMNITY COMPANY. Number: 5121688 Amount: $15,000 !l=ff'<>rt·hl<> Date: 01/01/2016 Bond of Qualifying Individual The qualifying individual JOSE ANDRIS SALINAS certified that he/she owns 10 percent or more of the voting stock/membership interest of this company; therefore, the Bond of Qualifying Individual is not required. Effective Date: 03/09/2011 BQI's Bond History The qualifying individual LOUIE JOHN CABRERA certified that he/she owns 10 percent or more of the voting stock/membership interest of this company; therefore, the Bond of Qualifying Individual is not required. Effective Date: 04/29/2011 Workers' Compensation ttps :/ /www2.cslb.ca.gov /OnlineServices/CheckLicenseii/LicenseDetail.aspx?LicNum=62161 0 6/1/201 California Department of Industrial Relations -Contact DIR ~­Go to Search Page 1 of 1 Home Labor Law Gal/OSHA -Safety & Health Workers' Comp Self Insurance Apprenticeship Director's Office Boards Public Works ----------- Public Works Contractor (PWC) Registration Search This is a listing of current and active PWC registrations pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720 of the California Labor Code.) Enter at least one search criteria to display active registered public works contractor(s) matching your selections. Registration Year: Current Fiscal Year: 2015/16 PWC Registration Number: Contractor Legal Name: Contractor License Lookup License Number: County: Search Results One registered contractor found. Details Legal Name View L.C. PAVING & SEALING, INC. About DIR Who we are DIR Divisions, Boards & Commissions Contact DIR Work with Us Registration County Number 1000004325 SAN DIEGO Licensing, registrations, certifications & permits Notification of activies Public Records Act Export as: Excel I PDF City : Registration Expiration :Date Date SAN MARCOS 06/12/2015 06/30/2016 v2.201601 01 Learn More Site Map Frequently Asked Questions Jobs at D!R Conditions of Use Privacy Policy Disclaimer Disability accommodation Site Help Copyright© 2015 State of California https://efiling.dir.ca.gov/PWCR/Search.action 5/27/2016 1 ) is or nRF-0?!?~/?()iR 100 ) is the Executive or Cnntr~r:t Nn 40RO PU Note: --~--- PUBLIC CODE SECTION 1 In conformance with Public penalty following '"'"'"'''"'""'""t~''"' ;,.,,t.:::.r.:>"'t in a if answer is explain in 6 14 of 196 PUBLIC CONTRACT CODE 10232 STATEMENT In conformance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the immediately preceding two year period because of the Contractor's failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labor Relations Board. Note: The above Statement and Questionnaire are part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. {'\ .... DBE-02/29/2016 Contract No. 4080 Page 15 of 196 Pages Note: 6 Contract No. 4080 16 of 196 ------------------------- The penalty of associated therewith in the capacity If are any wm responsibility. 6 or in 17 of 196 NONLOBBYING CERTIFICATION FOR FEDERAL-AID CONTRACTS The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: I) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities," in conformance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. l' • .., DBE-02/29/2016 Contract No. 4080 Page 18 of 196 Pages TO 31 U.S.C. 1352 b. initial award b. material change c. post-award For Material 0 Prime Subawardee ___ , if known ~,;ong;ressao·na! District, if known CFDA Number, if ap~l!ic<abl€) ---------- 8. Federal Action Number, if known: 9. Award Amm.ml:, if known: 1 0. a. Name and Address of Lobby Entity (If individual, last name, first name, M!) b. individuals Performing Services (including address if different from No. 1 Oa) Actual planned 12. a. cash b. in-kind; specify: nature -------value _____ _ (last name, first name, M!) a. retainer b. one-time fee c. commission d. contingent fee e deferred f. other, 14. Brief Description of Services Performed or to be "'"''fnrm"'ri of Service, lnch.!ding or member{s) contected, Pa••m;!'mt ktdir.l'l'tAd item 11: 15. Contim.1ation attached: "'"' '~" Hi. Information requested through this form is authorized by 1 - (attachyC::tlnuaticm Sh::(s) if~:ecessa~ryv.) l- Title 3i U.S.C. Section 1352. This disclosure of Signature: +-1-v-:..:.....----::---------- reliance was placed by the tier above when ~ 11'\ ;:::;-~,---; transaction was made or entered into. This disclosure is Print Name:X?Sl Pr · ';;;:;>.A£4 !Qii .J required pursuant to 31 U.S. C. 1352. This information will \}r ,I _1 be reported to semiannually and will be Title:_.JoJ\""'<_--'\.··-"'it--.&9a.·l~tt~~..&..lul-::::a..IZJL....l-'-----------;;--- available for public inspection. Any person who fails to file . 1 . the required disclosure shall be subject to a civil Telephone No.:":l.;Q/ 1Sl "'(J'-(3. Date· v of not less than $10,000 and not more than each such failure. Standard Form LLL Rev. 09-12-97 Contract No. 4080 Authorized for Local Reproduction Standard Form -LLL 19 INSTRUCTIONS FOR COMPLETION OF SF-LLL, DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity, whether subawardee or prime Federal recipient, at the initiation or receipt of covered Federal action or a material change to previous filing pursuant to title 31 U.S.C. section 1352. The filing of a form is required for such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency, a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with a covered Federal action. Attach a continuation sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. 1) Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence, the outcome of a covered Federal action. 2) Identify the status of the covered Federal action. 3) Identify the appropriate classification of this report. If this is a follow-up report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last, previously submitted report by this reporting entity for this covered Federal action. 4) Enter the full name, address, city, state and zip code of the reporting entity. Include Congressional District if known. Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient. Identify the tier of the subawardee, e.g., the first subawardee of the prime is the first tier. Subawards include but are not limited to subcontracts, subgrants and contract awards under grants. 5) If the organization filing the report in Item 4 checks "Subawardee" then enter the full name, address, city, state and zip code of the prime Federal recipient. Include Congressional District, if known. 6) Enter the name of the Federal agency making the award or loan commitment. Include at least one organization level below agency name, if known. For example, Department of Transportation, United States Coast Guard. 7) Enter the Federal program name or description for the covered Federal action (item 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans and loan commitments. 8) Enter the most appropriate Federal identifying number available for the Federal action identification in item 1 (e.g., Request for Proposal (RFP) number, Invitation for Bid (IFB) number, grant announcement number, the contract grant. or loan award number, the application/proposal control number assigned by the Federal agency). Include prefixes, e.g., "RFP-DE-90-001." 9) For a covered Federal action where there has been an award or loan commitment by the Federal agency, enter the Federal amount of the award/loan commitments for the prime entity identified in item 4 or 5. 1 0) (a) Enter the full name, address, city, state and zip code of the lobbying entity engaged by the reporting entity identified in item 4 to influenced the covered Federal action. (b) Enter the full names of the individual(s) performing services and include full address if different from 10 (a). Enter Last Name, First Name and Middle Initial (MI). 11) Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity (item 4) to the lobbying entity (item 1 0). Indicate whether the payment has been made (actual) or will be made (planned). Check all boxes that apply. If this is a material change report, enter the cumulative amount of payment made or planned to be made. 12) Check the appropriate box(es). Check all boxes that apply. If payment is made through an in-kind contribution, specify the nature and value of the in-kind payment. 13) Check the appropriate box(es). Check all boxes that apply. If other, specify nature. 14) Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform and the date(s) of any services rendered. Include all preparatory and related -~ ~~ DBE-02/29/2016 Contract No. 4080 Page 20 of 196 Pages -------------------------- activity not just time spent in actual contact with Federal officials. Identify the Federal officer(s) or employee(s) contacted or the officer(s) employee(s) or Member(s) of Congress that were contacted. 15) Check whether or not a continuation sheet(s) is attached. 16) The certifying official shall sign and date the form, print his/her name title and telephone number. Public reporting burden for this collection of information is estimated to average 30 minutes per response, including time for reviewing instruction, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348-0046), Washington, D.C. 20503. By my signature on this proposal I certify, under penalty of perjury under the laws of the State of California, that the foregoing questionnaire and statements of Public Contract Code Sections 10162, 10232 and 10285.1 are true and correct and that the bidder has complied with the requirements of Section 8103 of the Fair Employment and Housing Commission Regulations (Chapter 5, Title 2 of the California Administrative Code). {'\ ·~ DBE-02/29/2016 Contract No. 4080 Page 21 of 196 Pages EXHIDIT NOTE: PLEASE LOCAL AGENCY: u T"j d( PROJECT DESCRIPTION: ~J..ffiy TOTAL CONTRACT DBE GOAL: ------------ ----------------·r------·-------TEM Of WORK AND DESCRIPTION . E CERT NO. OR SERVICES TO BE · ND EXPIRATION Sli13CONTRACTED OR MATERIALS DATE BE PROVIDED (or contracted if the is aDBE) THIS FORM ····--·····-···-···· ___ .. ___ ... _____ . ___ , __ .. _____ , ____ ,t·-----···"--------------+-----·--!r--·--............. ____ ,, ___ +--------------------------~ -----·-···---·--................ 1--··--->-·--··---i··--·---·····-·--·--·--·---j-------·------···--·--------"----~ For Local Agency Contract Number: R ws-/6_-/ttK_d_f}Jj(___ Federal-aid Project Number: _/325.:::::.flfl.-::_~___£_ ~ 3 __ Federal Share: /0 0 ~ Contract Award Date: ____ \.l\J.Y),.£.,_1:£.-1--Z 0\LQ Local Agency ce1tifies that aU DBE certifications have been verified and Total Claimed DBE Participation $~j5lk~0 l % ~jj;'d_~~~ . ~' O (-COO<)Td.No. mow~, ~~ Da« \: , J± s II < Local Agency Representative c-Yz( .tL~4 VI. if.. ) .. ---- {Area Code) Telephone Number: .. 2..fi (} ~ Ww t/ U 1? Distribution: {i) Original -of Carlsbad files 6 Person to Contact (Please Type or Print) Local Agency Bidder DBE Commitment (Construction Colltracls) (Rev 6/26/09) 22 of 196 Ow~~k' :JOSE SAlJN.AS Bkkiilllilil$11 Sil:$'kkd:~~·e t SOLE PROPRlETORSHU) ~~!!mtn~~~e1~11:'~ z~mt $mltlli1lr~kk i$ tt~ Cllillim:©w~~~ U~~~~ C~wt1fi%~~ti©~Th h~t£•·mlrn1 Cl<'R ~~ P~wt u ~1~y be ft)~· il:~il ft)l~m~~~~~}fl NAICS "";'"'""'v NA~CS ~t~tie * 238990 .AU Other ~p1emtHt\l Trade Connct(lJ:S C3SXH C3930 .ASPHALT CONCRETE PAVEMENT REl]',iJ<ORCING FABRIC CER1'lfYING AGENCY: DEPARTMEN1' OF 'TRANSI'ORTATION Hs23 14TH MS 79 CA. 95~H4 tiDVO H iw C!J{;%"'& ~li&y mnd ~l.l$~~~ hl moo !!~lllllt<{m!u Ill ~v;)l &;{Ill .U1lll<il~~$lillllll~lo'' h1 ~M llll1l'llffl 1<~1lll©l${@!1lltl!@ll !@f ll.~ DOT C39H! C~W1 P.A VJNG ASPHALT U·\cu•n.•'' FAVEMEN~f SUBSE.ALING & ,lACKING ~)!l~:lll!l ~;~~~i~l'iila <Ill :!:'!N.~~·~J..ald ;:<~tt*rads. W1! ~Wlll!ro ~~m~"~ l!~~'<i >:~n ~l!IJ n'tJ!lil~m%u~ llf 4'> t;n* l'llrtll :n lln® ~*· 20{)7 Unified Certification Program ' ' Back To Query Fonn Query Criteria Firm ID: 20499 Ethnicity: HISPANIC Firm Ty e: DBE Firm 10 Firm/DBA Name Address Line1 Address Line2 City State Zip Code1 Zip Code2 Mailing Address Line1 Mailing Address Line2 Mailing City Mailing State Mailing Zip Code1 Mailing Zip Code2 Certification Type EMail Contact Name Area Code one Number Area Code Alt Phone Number Fax Area Code Fax Phone Number Agency Name Counties Districts DBE NAICS ACDBE NAICS Work Codes Licenses Trucks Gender Ethnicity Firm Type 20499 L C PAVING & SEALING, INC. 996 BORDEN RD. SAN MARCOS CA 92069 DBE marisa@lcpaving.com JOSE SALINAS ( 760) 752-1743 () ( 760) 752-1674 DEPARTMENT OF TRANSPORTATION 19;30;33;36;37; 07;08; 11 ; 12; 238110;238120;238990; 6/27/16 9:16AM C3901 ASPHALT CONCRETE; C3910 PAVING ASPHALT (ASPHALT CONCRETE); C3930 PAVEMENT REINFORCING FABRIC; C4101 PAVEMENT SUBSEALING & JACKING; A General Engineering Contractor; B General Building Contractor; C12 Earthwork and Paving Contractor; M HISPANIC DBE Back To Query Form http:/ /www.dot.ca.gov/ucp/QuerySubmit.do Page 1 of 1 PLEASE NOTE: This information may be submitted with your bid. If it is not, and you are the apparent low bidder or the second or third low bidder, it must be submitted and received as specified in the Special Provisions. Failure to submit the required DBE commitment will be grounds for finding the bid nonresponsive The form requires specific information regarding the construction contract: Local Agency, Location, Project Description, Total Contract Amount, Bid Date, Bidder's Name, and Contract DBE Goal. The form has a column for the Contract Item Number and Item of Work and Description or Services to be Subcontracted or Materials to be provided by DBEs. Prime contractors shall indicate all work to be performed by DBEs including, if the prime is a DBE, work performed by its own forces, if a DBE. The DBE shall provide a certification number to the Contractor and expiration date. Enter the DBE prime's and subcontractors' certification numbers. The form has a column for the Names of DBE contractors to perform the work (who must be certified on the date bids are opened and include the DBE address and phone number). IMPORTANT: Identify all DBE firms participating in the project regardless of tier. Names of the First-Tier DBE Subcontractors and their respective item(s) of work listed should be consistent, where applicable, with the names and items of work in the "List of Subcontractors" submitted with your bid. There is a column for the DBE participation dollar amount. Enter the Total Claimed DBE Participation dollars and percentage amount of items of work submitted with your bid pursuant to the Special Provisions. (If 100% of item is not to be performed or furnished by the DBE, describe exact portion of time to be performed or furnished by the DBE.) See Section "Disadvantaged Business Enterprise (DBE)," of the Special Provisions (construction contracts), to determine how to count the participation of DBE firms. Exhibit 15-G must be signed and dated by the person bidding. Also list a phone number in the space provided and print the name of the person to contact. Local agencies should complete the Local Agency Contract Award, Federal-aid Project Number, Federal Share, Contract Award Date fields and verify that all information is complete and accurate before signing and filing. l'\ •fi' DBE-02/29/2016 Contract No. 4080 Page 23 of 196 Pages EXHIBIT 15-H DBE INFORMATION -GOOD FAITH EFFORTS DBE INFORMATION-GOOD FAiTH EFFORTS Federal-aid Project No. 13 -/)-:::-1'1 e-O&r-tJ.S?£' 5' Bid Opening Date Slz ~ I l ( The City of Carlsbad established a Disadvantaged Business Enterprise (DBE) goal of 0% for this project. The information provided herein shows that a good faith effort was made. Lowest, second lowest and third lowest bidders shall submit the following information to document adequate good fatth efforts. Bidders should submit the following information even if the "Local Agency Bidder DBE Commitmenf' form indicates that the bidder has met the DBE goaL This will protect the bidder's eligibility for award of the contract if the administering agency determines that the bidder failed to meet the goal for various reasons, e.g., a DBE firm was not certified at bid opening, or the bidder made a mathematical error. Submittal of only the "Local Agency Bidder DBE Commitment" form may not provide sufficient documentation to demonstrate that adequate good faith efforts were made. The following items are listed in the Section entitled "Submission of DBE Commitmenf' of !he Special Provisions: A. The names and dates of each publication in which a request for DBE participation for this project was placed by the bidder (please attach copies of advertisements or proofs of publication): Publications Dates of Advertisement B. The names and dates of written notices sent to certified DBEs soliciting bids for this project and the dates and methods used for following up initial solicitations to determine with certainty whether the DBEs were interested (please attach copies of solicitations, telephone records, fax confirmations, etc.): Names of DBEs Solicited §lt'Jir ts, DBE-02/29/2016 Date of Initial Solicitation Contract No. 4080 Follow Up Methods and Dates Paae 24 of 196 Paaes The names, bidder's rejection of firms Names, 6 numbers reasons the ~eGted for the Contract No. 4080 Paae 25 of 1 !=In P;:;oes; in -----------------.----- (use NOTE: 1) 2) That same work, or complete. (1) business is (1) is surname of ------ l ncorporated City and VY\t{ ~~LOS cAr i (6) ACKNOWlEDGMENT OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of _____________ , On 05/26/2016 before me, MARISA HAAS, NOTARY PUBLIC name and title of the officer) personally appeared --:-J_Oc-S_E-:----::----:--::-----,--,-------------..,..-,-c-c--- who 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 PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. (Seal) names of partnership, all genera! partners __ }:>Sf A, ~Ufl(l~ --vres, t1 Y, St~c .. if a if a BID SECURITY FORM (Check to Accompany Bid) BARRIO ADA/PEDESTRIAN IMPROVEMENTS CONTRACT NO. 4080 (NOTE: The following form shall be used if check accompanies-bid.) Accompanying this proposal is a *Certified *Cashier's check payable to the order of CITY OF CARLSBAD,infuesumcl~~~~~~~~~~~~~~~~~~~~~~~~~ ~~~-------------------dollars($ , this amount being ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of the City provided this proposal shall be accepted by the City through action of its legally constituted contracting authorities and the undersigned shall fail to execute a contract and furnish the required Performance, Warranty and Payment Bonds and proof of insurance coverage within the stipulated time; otherwise, the check shall be returned to the undersigned. The proceeds of this check shall also become the property of the City if the undersigned shall withdraw his or her bid within the period of fifteen (15) days after the date set for the opening thereof, unless otherwise required by law, and notwithstanding the award of the contract to another bidder. BIDDER *Delete the inapplicable word. (NOTE: If the Bidder desires to use a bond instead of check, the Bid Bond form on the following pages shall be executed--the sum of this bond shall be not less than ten percent (10%) of the total amount of the bid.) ('\ •+' DBE-02/29/2016 Contract No. 4080 Page 30 of 196 Pages BIDDER'S BOND TO ACCOMPANY PROPOSAL BARRIO ADA/PEDESTRIAN IMPROVEMENTS CONTRACT NO. 4080 KNOW ALL PERSONS BY THESE PRESENTS: That we, L.C. Paving & Sealing, Inc. , as Principal, and Allied World Insurance Comoanv , as Surety are held and firmly bound unto the City of Carlsbad, California, in an amount as follows: (must be at least ten percent (10%) of the bid amount) Ten Percent (10%) ofthe Total Amount Bid for which payment, well and truly made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above- bounden Principal for: BARRIO ADA/PEDESTRIAN IMPROVEMENTS CONTRACT NO. 4080 in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly enter into and execute a Contract including required bonds and insurance policies within ten (1 0) days from the date of award of Contract by the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event Principal executed this bond as an individual, it is ·agreed that the death of Principal shall not exonerate the Surety from its obligations under this bond. Executed by PRINCIPAL this "] .. V PRINCIPAL: day of (\'\ 6L~j '20...1§_. Executed by SURETY this _...!;2~5t.u..h ___ day of May , 20 16 . SURETY: Allied World Insurance Company (name of Surety) 199 Water Street. New York. NY 10038 (address of Surety) Tara Bacon (printed name of Attorney-in-Fact) (Attach corporate resolution showing current power of attorney.) (Proper notarial acknowledgment of execution by PRINCIPAL and SURETY must be attached.} (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: CELIA A. BREWER City Attorney / (I~~ ~,--;:-~,," By: li--1-CC:?cL&Cv(cPt Deputy City Attorney · ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of SAN DIEGO On 05/26/2016 before me, MARISA HAAS, NOTARY PUBLIC (insert name and title of the officer) personally appeared JOSE A. SALINAS who 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 PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and (Seal) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document State of California County of San Diego On May 25, 2016 ) before me, Maria Hallmark, Notary Public (insert name and title of the officer) personally appeared __ T_a_ra_B_a_c_o_n ____________________ _ who 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 PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. MARIA HALLMARK WITNESS my hand and official seal. ~ Commission # 1986082 ~ ;;".._~ Notary Public -California ~ z . . San Diego County ~ J. • ·:o~·· • .Ml toT"!· ;x~r:s !u2 t2-J~1tl (Seal) Al .. l.ied \1\f~rld Surety Division of AlliedWorld lnsurc:mce Company ·•. 30s~17trr.st., suite sio Philadelphia, PA 19103 Issue Date: Aprill, 2016 No. 22400-Al525 Single Transaction Limit: $10,000,000 .. KNOWALLMEN BY THESEPRESENTS: All.ie~ •. VIforl~·lnsl.lrahpe Cqmp~~y. 9 N~w Hamp~hire cqnygratiqq (the "C.gmpany")qq~$her§~Y .pppoint •··· NAME(s): FIRM: Its true and lawful Attorney(s)-in-Fact, with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity a~d writings obligatory in thenatpre thereof, issuedi~ the course ofits business, and to bindth.E:l Company thereby. This Power of Attorney shall remain inJull force and .effect forone.year[rom the issu~g date above"referenced and shall expire §ii close of bysine.ss of the first ~rn.lv~rsary of such Issue Date. / •·•·•····· · T , / r T ..•... · . . · . ..... ..••.•. . :.. ·······•··•··• •· ··· / .. F IN WITNESS WHEREOF, ALLIED WORLD INSURANCE COMPANY has caused these presents to be executed by the officer named below, who is duly authorized and empowered to execute on the Company's behalf. This 1st cjayofApril, 49±§ ·State Q~ P¢1')flsyhl~l'liiil ·•·•• Cjj)!Jnty•of rhila~el[!hia On this 1st day of April, 2016, me came the above-named officer of ALLIED WORLD INSURANCE COMPANY, to me personally known to be the individual and officer described ~erein, and ~c~~Q\e'.d.eqgedtb.a~heexe~ute?the forll!:Oing in~trumept and affi~ed the seals of said cor.po~F~ionthllretotly autporityqf his office/ Notary My §pmmission Expires: 08/05/2018 Excerpt of Resolution adopted by the Board of Directors of the ALLIED WORLD INSURANCE COMPANY (the "Corporation"), on December 31, 2012: · R8SOLV~D. tha!Jpe p Officers') pe. an~ ~F (underthecommon ratiQii, the head of qppointone or mor tM Corporaflon, ifapprbptiaJe) bonds,.undertakiri ess lin~ for the c6iporation an~ thSirapptJirted des~m!es{~ch aD "~Wthonz:ed ()ffioer' and collectively, the "AuthOrized tp represent and ~cl for and on .brhalf oft~e Corpqration in the transaction Of the Company's surety business to execute nizaoces and other contracts of indemnity and writings obligatoryihtl\e nature the reef. · RESOLVED, that in connection with the Corporation's transaction of surety business, the signatures and attestations of the Authorized Officers and the seal of the Corporation may be affixed to any such .Power of AMmey or to oertific?te rel~ting thereto by facsimile, pnd ilrY such Power of ~ttomey or c~rtificate.beating such facsimile oignatures or facsimile seal §hall be valid and binding upon the . . Corporation WIJ.en so reSpect to ariybord; unpertakirig, t(l(;ognizanoe or othercmlriicl ofindemnity orwdung obligatory in the nature thereof, RESOLVE~, that;~ Cdiih~tioll wffhthe COrpdiatiori·~ ;~sacti6n ~!surety buslness,tl1e fa~simlle ormecha~lcally reprod~:d signatu$oiany Aili~~rized bmeer, wil~ther made heretofore or hereafter, wherever appearing upon a ocpy of any Powerof Attorney of the Corporation, with signatures affixed as next above noted, shall be valid and binding upon the Corporation with the same force and effect as though manually affixed. RESOLVE:D, tha!iJ1 co~ ... insert in su~h certiJicauon t n wlth the Corporii~~h'~ transaction ot~ilirety busineSs, .~hy such. Atlb~~Y,in-F act deliventig a secreJarialor other qertiftcafioo thaHhe foregoing resolutions still be in effect may !hereof; $oid dat~ to be not later .than th~date of9eliyery thefecfpysuch Attomey~DcFact. RESOLVED, that the Authorized Officers be, and each hereby is, authorized to execute (under the ocmmon seal of the Corporation, if appropriate), make, file and deliver in the name and on behalf of the Corporation any and all consents, certificates, agreements, amendments, supplements, instruments and other documents whatsoever, and do any and all other things whatsoever in connection with the . Corporation's!J:<lnsactioqpf Au(bod<;ed Oflioershallin his or her at)solute .QiS®tion deerp or dete1111ine appropriate an~ any otlhe foregoing resolutions, the transactions cortemplatEj(j 1~reby anr;lan ~oct/or tOG<lny oUttrye purposes and intentlhereo(such r;leemiQgor determination to be conclusfV!ily ev,[denoed by any such execution or the taking of any such actionbysuchAuth · ··· ····· ······ ··· · · · · · · I, Timothy J. Curry, Secretary of the ALLIED WORLD INSURANCE COMPANY, do hereby certify that the foregoing excerpts of Resolution adopted by the Board of Directors of this corpor~~ion, ang the Power ofAtt issued pureuant thereto, are true and ~orrect, and that!Joththe Resqlution and the Pq\IV~rofAttorney are in full force and ····· l'!ffect. ·••··• IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of the corporation, this .2..5..J1ily of __ -"M"'a'J'Y----'' 20_1.6__ . . 4.~.'~········· ... · ..... ·· .. ··········. ~~·'··· .. 0:::·'":/'·.;~ Timothy J. Curry, Secretary Company Profile Company Profile Company Search Company Information Old Company Names Agent for Service Reference Information NAIC Group List Lines of Business Workers' Compensation Complaint and Request for Action/ Appeals Contact Information Financial Statements PDF's Annual Statements Quarterly Statements Company Complaint Company Performance & Comparison Data Company Enforcement Action Composite Complaints Studies Additional Info Find A Company Representative In Your Area View Financial Disclaimer COMPANY PROFILE Company Information ALLIED WORLD INSURANCE COMPANY 199 WATER STREET, 24TH FLOOR NEW YORK, NY 10038 Old Company Names ALLIED WORLD REINSURANCE COMPANY CONVERIUM INSURANCE (NORTH AMERICA) INC. RE CAPITAL REINSURANCE CORPORATION ZC INSURANCE COMPANY Agent For Service KARISSA LOWRY 2710 GATEWAY OAKS DRIVE SUITE 150N SACRAMENTO CA 95833 Reference Information INAIC #: I California Company ID #: I Date Authorized in California: 1122730 113186-4 1112/21/1988 Effective Date 05/22/2013 04/29/2009 12/28/1995 08/16/2002 I I I I License Status: II UNLIMITED-NORMAL I I Company Type: II Property & Casualty I I State of Domicile: II NEW HAMPSHIRE I back to top NAIC Group List NAIC Group #: 3239 Allied World Assur Holding Grp Lines Of Business The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossary. AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY COMMON CARRIER LIABILITY CREDIT FIRE LIABILITY MARINE MISCELLANEOUS PLATE GLASS SPRINKLER SURETY TEAM AND VEHICLE WORKERS' COMPENSATION back to top © 2008 California Department of Insurance Page 1 of 1 https://interactive.web.insurance.ca.gov/companyprofile/companyprofile?event=companyPr... 6/1/2016 Allied World Insurance Company-Company Profile-Best's Credit Rating Center Page 1 of2 A.M. Best Rating Services -Welcome Back Graham Jordan 1 My Member Center 1 Log Out About 1 Careers 1 Events I Support 1 Contact A.M. Best Company I A.M. Best Rating Services 1 A.M. Best Information Services Rating Services Home Ratings » Recent Rating Activity » Search for a Rating Regional Centers Rating Process & Definitions >> Understanding Best's Ratings >> Guide to Best's Ratings >> Financial Strength Rating Guide » Issuer Credit Rating Guide >> Issue Rating Guide >> National Scale Rating Guide >> Country Risk Information >> Market Segment Outlook Rating Methodology Industry Research Industry & Market Centers Contact an Analyst Conferences & Events Awards & Recognitions Data Submission Center Regulatory Information Rating Search: a;§r¢tJ . .J >> Advanced Search iQiprint this page Allied World Insurance Company <1> A.M. Best#: 013865 NAIC #: 22730 FEIN#: 061182357 Administrative Office 199 Water Street View Additional Address Information Assigned to insurance companies that have, New York, NY 10038 United States Web: www.awac.com Phone: 646-794-0500 Fax: 212-635-5532 in our opinion, an excellent ability to meet their ongoing insurance obligations. Based on A.M. Best's analysis, 058218-Allied World Assurance Co Holdings AG is the AMB Ultimate Parent and identifies the topmost entity of the corporate structure. View a list of operating insurance entities in this structure. FimtnaarstrenQth R~tin-~~~n---------------·--] , Rating: A (Excellent) I Affiliation Code: g (Group) I Financial Size Category: XV ($2 Billion or greater) Outlook: Stable 'I Action: Affirmed Effective Date: February 11, 2016 Initial Rating Date: March 27, 2008 p:.ong:rermiSsuer·credit -~'!~!l_g ___ View Definition ' Long-Term: a+ Outlook: Stable Action: Affirmed Effective Date: February 11, 2016 Initial Rating Date: March 27, 2008 !Fiilancial Strength I Effective Date Rating 12111/2016 A li~il L~ Long~ Term 1S_~uer 9"~ Effective Date Rating i 2/11/2016 a+ I 12/16/2014 a+ I i 11/13/2013 a+ j11/15/2012 a t10/25/20..!_1 ___ a ___ _ Chirico, CPA View A.M. Best'sRating Disclosure Form A.M. Best Affirms Ratings of Allied World Assurance Company Holdings, AG and Its Subsidiaries February 11, 2016 AMB Credit Report -includes Best's Financial Strength Rating and rationale along with comprehensive analytical commentary, detailed business overview and key financial data. Report Revision Date: 3/21/2016 (represents the latest significant change). Historical Reports are available in AMB Credit Report Archive. View additional news, reports and products for this company. Press Re:~eases Feb 11, 2016 Dec 16,2014 Nov 13,2013 Nov 15, 2012 Oct 25,2011 Aug 24,2010 Jul15, 2009 Oct 24,2008 Mar 27,2008 A.M. Best Affirms Ratings of Allied World Assurance Company Holdings AG and Its Subsidiaries A.M. Best Affirms Ratings of Allied World Assurance Company Holdings, AG and Its Subsidiaries A.M. Best Upgrades Issuer Credit Ratings of Allied World Assurance Company Holdings, AG and Its Subsidiaries A.M. Best Affirms Ratings of Allied World Assurance Company Holdings AG and Its Subsidiaries A.M. Best Revises Issuer Credit Rating Outlook to Positive for Allied World Assurance Company, Ltd. and Its Operating Affiliates A.M. Best Affirms Ratings of Allied World Assurance Company Ltd and Its Operating Affiliates A.M. Best Affirms Ratings of Allied World Assurance Company, Ltd. and Its Operating Affiliates A.M. Best Upgrades Ratings of Darwin Group and Its Members· Affirms Ratings of Allied World and Its Affiliates A.M. Best Assigns Ratings to Allied World Reinsurance Company http:/ /www3 .ambest.com/ratings/entities/CompanyProfile.aspx?ambnum= 13 865& URA TIN ... 6/1/2016 Allied World Insurance Company-Company Profile-Best's Credit Rating Center Page 2 of2 European Union Disclosures A.M. Best-Europe Rating Services Limited (AMBERS), a subsidiary of A.M. Best Rating Services, Inc., is an External Credit Assessment Institution (ECAI) in the European Union (EU). Therefore, credit ratings issued and endorsed by AMBERS may be used for regulatory purposes in the EU as per Directive 2006/48/EC. Australian Disclosures A.M. Best Asia-Pacific Limited (AMBAP), Australian Registered Body Number (ARBN No.150375287), is a limited liability company incorporated and domiciled in Hong Kong. AMBAP is a wholesale Australian Financial Services (AFS) Licence holder (AFS No. 411 055) under the Corporations Act 2001. Credit ratings emanating from AMBAP are not intended for and must not be distributed to any person in Australia other than a wholesale client as defined in Chapter 7 of the Corporations Act. AMBAP does not authorize its Credit Ratings to be disseminated by a third-party in a manner that could reasonably be regarded as being intended to influence a retail client in making a decision in relation to a particular product or class of financial product. AMBAP Credit Ratings are intended for wholesale clients only, as defined. Credit Ratings determined and disseminated by AMBAP are the opinion of AMBAP only and not any specific credit analyst. AMBAP Credit Ratings are statements of opinion and not statements of fact. They are not recommendations to buy, hold or sell any securities or any other form of financial product, including insurance policies and are not a recommendation to be used to make investment /purchasing decisions. Important Notice: A.M. Best's Credit Ratings are independent and objective opinions, not statements of fact AM. Best is not an Investment Advisor, does not offer investment advice of any kind, nor does the company or its Ratings Analysts offer any form of structuring or financial advice. AM. Best's credit opinions are not recommendations to buy, sell or hold secur'1ties, or to make any other investment decisions. For additional infonnation regarding the use and limitations of credit rating opinions, as well as the rating process, infonnation requirements and other rating related terms and definitions, please view Understanding Best's Credit Ratings. About A.M. Best 1 Site Map I Customer Service I Member Center I Contact Info I Careers I Terms of Use I Privacy Policy Security 1 Legal & Licensong Regulatory Affairs-Form NRSRO-Code of Conduct-Rating Methodology-Historical Peliormance Data Copyright© 2016 A.M. Best Company, Inc. and/or its affiliates ALL RIGHTS RESERVED. http://www3 .ambest.com/ratings/entities/CompanyProfile.aspx?ambnum= 13 865& URA TIN ... 6/1/2016 FEDERAL LOBBYING RESTRICTIONS Section 1352, Title 31, United States Code prohibits Federal funds from being expended by the recipient or any lower tier subrecipient of a Federal-aid contract to pay for any person for influencing or attempting to influence a Federal agency or Congress in connection with the awarding of any Federal-aid contract, the making of any Federal grant or loan, or the entering into of any cooperative agreement. If any funds other than Federal funds have been paid for the same purposes in connection with this Federal-aid contract, the recipient shall submit an executed certification and, if required, submit a completed disclosure form as part of the bid documents. A certification for Federal-aid contracts regarding payment of funds to lobby Congress or a Federal agency is included in the Proposal. Standard Form -LLL, "Disclosure of Lobbying Activities," with instructions for completion of the Standard Form is also included in the Proposal. Signing the Proposal shall constitute signature of the Certification. The above referenced certification and disclosure of lobbying activities shall be included in each subcontract and any lower-tier contracts exceeding $100,000. All disclosure forms, but not certifications, shall be forwarded from tier to tier until received by the Engineer. The Contractor, subcontractors and any lower-tier contractors shall file a disclosure form at the end of each calendar quarter in which there occurs any event that requires disclosure or that materially affects the accuracy of the information contained in any disclosure form previously filed by the Contractor, subcontractors and any lower-tier contractors. An event that materially affects the accuracy of the information reported includes: 1) A cumulative increase if $25,000 or more in the amount paid or expected to be paid for influencing or attempting to influence a covered Federal action; or 2) A change in the person(s) or individual(s) influencing or attempting to influence a covered Federal action; or 3) A change in the officer(s}, employees(s), or Member(s) contacted to influence or attempt to influence a covered Federal Action. l' •+' DBE-02/29/2016 Contract No. 4080 Page 33 of 196 Pages DISADVANTAGED BUSINESS ENTERPRISE {DBE) This project is subject to Part 200.321, Title 2, Code of Federal Regulations entitled "Contracting with Small and Minority Businesses, Women's Business Enterprises, and Labor Surplus Area Firms." The Regulations in their entirety are incorporated herein by this reference. It is the policy of the City that disadvantaged business enterprises (DBEs}, as defined in Part 200.321, Title 2 CFR, shall be encouraged to participate in the performance of Contracts financed in whole or in part with federal funds. The Contractor should ensure that DBEs, as defined in Part 200.321, Title 2 CFR, have the opportunity to participate in the performance of this Contract and shall take all necessary and reasonable steps, as set forth in Part 200.321, Title 2 CFR, for this assurance. The Contractor shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of subcontracts. Failure to carry out the requirements of this paragraph shall constitute a breach of Contract and may result in termination of this Contract or other remedy the City may deem appropriate. Bidders shall be fully informed respecting the requirements of the Regulations and are urged to obtain DBE participation in this project, although there is no specific goal for DBE participation. ~~ •iF DBE-02/29/2016 Contract No. 4080 Page 34 of 196 Pages GUIDE FOR COMPLETING THE "DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOR'S BID ITEMS" AND "DESIGNATION OF OWNER OPERATOR/LESSOR AND AMOUNT OF OWNER OPERATOR/LESSOR WORK" FORMS REFERENCES Prior to preparation of the following Subcontractor and Owner Operator/Lessor disclosure forms Bidders are urged to review the definitions in section 1-2 of the SSPWC and of the Supplemental Provisions to this Contract especially, "Bid", "Bidder", "Contract", "Contractor", "Contract Price", "Contract Unit Price", "Engineer", "Subcontractor" and "Work" and the definitions in section 1-2 of the Supplemental Provisions especially "Own Organization" and "Owner Operator/Lessor." Bidders are further urged to review sections 2-3 SUBCONTRACTS of the SSPWC and section 2-3.1 of these Supplemental Provisions. CAUTIONS These forms will be used by the Agency to determine the percentage of work that the Bidder proposes to perform. Bidders are cautioned that failure to provide complete and correct information may result in rejection of the bid as non-responsive. Any bid that proposes performance of more than 50 percent of the work by subcontractors or owner operator/lessors or otherwise to be performed by forces other than the Bidder's own organization will be rejected as non-responsive. Specialty items of work that may be so designated by the Engineer on the "Contractor's Proposal" are not included in computing the percentage of work proposed to be performed by the Bidder. INSTRUCTIONS The Bidder shall set forth the name and location of business of each and every subcontractor or Owner Operator/Lessor who the Bidder proposes to perform work or labor or render service in or about the work or improvement, and every subcontractor or Owner Operator/Lessor licensed as a contractor by the State of California who the Bidder proposes to specially fabricate and install any portion of the work or improvement according to detailed drawings contained in the plans and specifications in excess of one-half of one percent (0.5%) of the Bidder's total bid or ten thousand dollars ($10,000) whichever is greater. Said name(s) and location(s) of business of subcontractor(s) shall be set forth and included as an integral part of the bid offer. Bidder shall use separate disclosure forms for each Subcontractor or Owner Operator/Lessor of manpower and equipment that it proposes to use to complete the Work. Additional copies of the forms must be attached if required to accommodate the Contractor's decision to use more than one Subcontractor or Owner Operator/Lessor. All items of information must be completely filled out. These forms must be submitted as a part of the Bidder's sealed bid. Failure to provide complete and correct information may result in rejection of the bid as non-responsive. Neither the amount, in dollars, of work performed by the Bidder's own forces (as Contractor) nor the Bidder's overhead and profit for subcontracted items of the work is included to compute the percentage of the work performed by Subcontractors or Owner Operators/Lessors. When the Bidder proposes that any bid item will installed by a Subcontractor or Owner Operator/Lessor the amount, in dollars, of the bid item installed by each Subcontractor or Owner Operator/ Lessor must be entered under the columns "Amount of Subcontracted Bid Item Including Subcontractor's Overhead & Profit" or" Amount of Owner Operator/Lessor Bid Item Including Owner Operator/Lessor's Overhead & Profit " unless the dollar amount of all work performed by any Subcontractor or Owner Operator/Lessor is less than one-half of one percent (0.5%) of the Bidder's total bid or ten thousand dollars ($1 0,000) whichever is greater. If a Subcontractor or Owner Operator/Lessor installs or constructs any portion of a bid item the entire amount of the Contract Unit l'l •+i DBE-02/29/2016 Contract No. 4080 Page 35 of 196 Pages Price, less the Bidder's overhead and profit, shall be multiplied by the Quantity of the bid item that the Subcontractor or Owner Operator/Lessor installs to compute the amount of work so installed. Suppliers of materials from sources outside the limits of work are not subcontractors. The value of materials and transport of materials from sources outside the limits of work, as shown on the plans, shall be assigned to the Contractor, the Subcontractor, or the Owner Operator/Lessor, as the case may be, that the Bidder proposes as installer of said materials. The value of material incorporated in any Subcontractor or Owner Operator/Lessor installed bid item that is supplied by the Bidder shall be included as a part of the work that the Bidder proposes to be performed by the Subcontractor or Owner Operator/Lessor installing said item. The item number from the "CONTRACTOR'S PROPOSAL" (Bid Sheets) shall be entered in the "Bid Item No." column. When a Subcontractor or Owner Operator/Lessor has a Carlsbad business license the number must be entered on the form. If the Subcontractor does not have a valid business license enter "NONE" in the appropriate space. Bidders shall make any additional copies of the disclosure forms as may be necessary to provide the required information. The page number and total number of additional form pages shall be entered in the location provided on each type of form so duplicated. When the Bidder proposes using a subcontractor or owner operator/Lessor to construct or install less than 100 percent of a bid item the Bidder shall attach an explanation sheet to the designation of subcontractor or designation of Owner Operator/Lessor forms as applicable. The explanation sheet shall be provided by the Contractor to clearly apprise the Agency of the specific facts that show the Bidder proposes to perform no less than fifty percent (50%) of the work with its own forces. Determination of the subcontract and Owner Operator/Lessor amounts for purposes of award of the Contract shall be determined by the City Council in conformance with the provisions of the Contract documents and the Supplemental Provisions. The decision of the City Council shall be final. l'\ •+' DBE-02/29/2016 Contract No. 4080 Page 36 of 196 Pages DESIGNATION OF SUBCONTRACTOR AND AMOUNT OF SUBCONTRACTOReS BID ITEMS BARRIO ADA/PEDESTRIAN IMPROVEMENTS CONTRACT NO. 4080 The Bidder certifies that it has used the sub-bid of the following listed subcontractor in preparing this bid for the Work and that the listed subcontractor will be used to perform the portions of the Work as designated in the list in accordance with applicable provisions of the specifications and section 41 00 et seq. of the Public Contracts Code "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of than one-half of one percent (0.5%) of the Bidder's total bid or ten thousand dollars ($10,000) whichever is greater and that no changes in the subcontractors listed work will be made except upon the prior approval of the Agency. Full Company Name ~f Subcont~actor: ~V\l){' .J?A_~-t'~Y~:Cv~<--t ~):tl,{'LA,V\j f Subcontractor's Locat1on of Bus mess ~ 2 31 L 6 ... 1 ~ (-t 55 Str -cr i (_,.,., .. . C~LL Street Address t?l >1 ~?V'-<S5 . /n 1 rD ltJ 3d City State Zip *Subcontractor's Telephone Number including Area Code: ( '1 )lf ) '1_ t( S-0! l {) (l *Subcontractor's California State Contractors License No. and Classification: 'l\li 3{) (£) 1 & '32 1 (-:' 31 *Subcontractor's Carlsbad Business License No.: 1J\~ ~~.~------------------------------- *Subcontractor's D!R Registration No.:--!\~C:::..:''l(:=::..)::::::..{)~{;;_;;){):::..· _l_Y_\.....!.::::U ___________ _ SUBCONTRACTOR'S BID ITEMS* Bid Amount of Subcontracted Amount of Work In Bid item Bid item Including Item Performed by No. Subcontractor's Overhead Contractor Excluding & Profit Overhe~d & Profit ~ $ G\ ':J..VD; • c 0 $ J2;J $ $ $ $ $ $ $ $ $ $ Explanation: Column 1 -Bid Item No. from the bid proposal, pages 10 through 11, inclusive. Column 2 -The dollar amount of the item to be pertormed by the Subcontractor. Column 3 -The dollar amount of the item to be pertormed by Contractor's own forces. Amount of Contractor's Overhead & Profit In Bid Item $ 0_ $ ,. $ $ $ $ Column 4 -The dollar amount of the Contractor's overhead and profit for work done by both the Contractor's and the Subcontractor's forces on the item. Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the item on bid proposal pages NN through NN, inclusive. Page ~ of ...J.L_ pages of this Subcontractor Designation form * Pursuant to section 4104 (a){2)(A) California Public Contract Code, receipt of the portions of the information preceded by an asterisk required on this document may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids." tit' :heck A License -License Detail -Contractors State License Board Page 1 of Contractor's License Detail for License # 776306 DISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this information, you should be aware of the following limitations. license is current and active. Business Information SUPERIOR PAVEMENT MARKINGS INC 5312 CYPRESS ST CYPRESS, CA 90630 Business Phone Number:(714) 995-9100 Entity Corporation Issue Date 03/17/2000 Reissue Date 08/13/2007 Expire Date 08/31/2017 License Status Classifications C32-PARKING AND HIGHWAY IMPROVEMENT C31 -CONSTRUCTION ZONE TRAFFIC CONTROL Bonding Information Contractor's Bond """'""-'"'""""'""~~~~-"""'"""""""-'"""'""'""= --~""'""""""'"~" NA'"A''"'""'""=-~ '"'""'""'-~""""-~----~~~-~'"'""""'' ~~~~i~~~eb~l~d1~~~~~~~or's Bond with AMERICAN CONTRACTORS INDEMNITY COMPANY. !sond Amount: $15,000 iEffective Date: 01/01/2016 !S:.9ntractor's Bond History Bond of Qualifying Individual ~~~~-~~·····················~············-·· . ··········~·······~~~~-········~·~·~·· ·················~·······~~·········· [fhe qualifying individual JOHN MATTHEW LUCAS certified that he/she owns 10 percent or more of the voting stock/membership interest of this company; therefore, the Bond of Qualifying Individual is not required. !Effective Date: 10/26/2011 Workers' Compensation •••"""''~·<=«<=~"'''"""""~"~'c""""'~~~' •««~<~~'""' "Y "'"'"''''''~'~'~""~=•""" """'""'""' < "'''''"""''''"""'"'-""'"==«='<~~""'" [This license has workers compensation insurance with the STATE COMPENSATION INSURANCE FUND ;Policy Number:91 01102 !Effective Date: 06/01/2014 'Expire Date: 06/01/2016 Y..~.~ker~:.g~'!JP~~~~!i~':l__l::l~~~~t".~·-··· ·········~-------.......... ~~-··~·~.w ........................ ~~~~ .. -· .................. ~ .... ~ ................. . Miscellaneous Information 08/13/2007-LICENSE REISSUED TO ANOTHER ENTITY ttps:/ /www2.cslb.ca.gov/OnlineServices/CheckLicenseii/LicenseDetail.aspx?LicNum=7763 ... 5/27/201, California Department of Industrial Relations -Contact DIR Page 1 of 1 I-Go to Search Home labor law Gal/OSHA -Safety & Health Workers' Comp Self Insurance Apprenticeship Director's Office Boards Public Works ~~-~~-~---~---- Public Works Contractor (PWC) Registration Search This is a listing of current and active PWC registrations pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720 of the California Labor Code.) Enter at least one search ctitetia to display active registered public works contractor(s) matching your selections. Registration Year: PWC Registration Number: Contractor legal Name: Contractor License Lookup license Number: County: Search Results One registered contractor found. Details Legal Name View SUPERIOR PAVEMENT MARKINGS About DIR Who we are DIR Divisions, Boards & Commissions Contact DIR Reset ·County ORANGE Work with Us Licensing, registrations, certifications & permits Notification of activies Public Records Act Export as: Excel I PDF City Registration Expiration Date Date CYPRESS 06/22/2015 06/30/2016 v2.201601 01 Learn More Site Map Frequently Asked Questions Jobs at DIR Conditions of Use Privacy Policy Disclaimer Disability accommodation Site Help Copyright© 2015 State of California https://efiling.dir.ca.gov/PWCR/Search.action 5/27/2016 DESIGNATION OF SUBCONTRACTOR AN AMOUNT OF SUBCONTRACTORwS BID ITEMS BARRIO ADA/PEDESTRIAN IMPROVEMENTS CONTRACT NO. 4080 The Bidder certifies that it has used the sub-bid of the foiiowing listed subcontractor in preparing this bid for the Work and that the listed subcontractor will be used to perform the portions of the Work as designated in the list in accordance with applicable provisions of the specifications and section 4100 et seq. of the Public Contracts Code "Subletting and Subcontracting Fair Practices Act." The Bidder further certifies that no additional subcontractor will be allowed to perform any portion of the Work in excess of than one-half of one percent (0.5%) of the Bidder's total bid or ten thousand dollars ($10,000) whichever is greater and that no changes in the subcontractors listed work wm be made except upon the prior approval of the Agency. City State Zip *Subcontractor's Telephone Number including Area Code: (di51 ) 'l"5l -'lll1 ~ *Subcontractor's California State Contractors License No. and Classification:et't l2Ll'( 1 L.-.3 2-' ~~~~.~~~-- *Subcontractor's Carlsbad Business License No.: _:_W_1 -I-\_t_,f\...._ ______________ _ *Subcontractor's Dl R Registration No. :_\..L.:::.0--'0_,(""'"'')=().....::· 0"-)_,'7-::::...=3>_,'2-:;;__C\!..--_________ _ SUBCONTRACTOR'S BID ITEMS* Bid Amount of Subcontracted Amount of Work In Bid item Bid Item hu;iuding Item Performed by No, Subcontractor's Overhead Contractor Excluding & Profit Overhead & Profit Lt' $ i) 5541.-0 ~~ {.) $ a $ $ $ $ $ $ $ $ $ $ Explanation: Column 1 -Bid Item No. from the bid proposal, pages 10 through 11, inclusive. Column 2 -The dollar amount of the item to be performed by the Subcontractor. Column 3 -The dollar amount of the item to be performed by Contractor's own forces. Amount of Contractor's Overhead & Profit ~n Bid Item $ \ I I C'(l . {)() $ $ $ $ $ Column 4 -The dollar amount of the Contractor's overhead and profit for work done by both the Contractor's and the Subcontractor's forces on the item. Total dollar amount of Columns 2, 3, and 4 must be equal to the dollar amount in the bid price of the item on bid proposal pages NN through NN, inclusive. Page ~of ~ pages of this Subcontractor Designation form * Pursuant to section 4104 (a)(2)(A) California Public Contract Code, receipt of the portions of the information preceded by an asterisk required on this document may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids." I' :heck A License-License Detail-Contractors State License Board Page 1 of Contractor's License Detail for License# 991209 DISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this information, you should be aware of the following limitations. license is current and active. information below should be reviewed. Business Information FALCON STRIPING 260 GLIDER CIRCLE CORONA, CA 92880 Business Phone Number:(951) 737-7748 Entity Sole Ownership Issue Date 03/13/2014 Expire Date 03/31/2018 license Status Classifications Bonding Information Contractor's Bond his license filed a Contractor's Bond with SURETEC INDEMNITY COMPANY. ond Number: 121094 ond Amount: $15,000 ffective Date: 01/01/2016 ontractor's Bond Workers' Compensation frhi;iiZe~~~·h~~~;~k~rs compensati;~ insur~nce with-the EVEREST NATIONAL"l.NSURANCE COMPANY Policy Number:7600014542 !Effective Date: 03/03/2016 1 xpire Date: 03/03/2017 orker~:.<;;ompe!:J~9:ti9QJ=!i.!5!9!X . ttps:/ /www2.cslb.ca.gov/OnlineServices/CheckLicenseii/LicenseDetail.aspx?LicNum=9912... 5/27/201, California Department of Industrial Relations -Contact DIR Page 1 of 1 , .. Go to Search Home Labor Law Cai/OSHA -Safety & Health Workers' Comp Self Insurance Apprenticeship Director's Office Boards Public Works Public Works Contractor (PWC) Registration Search This is a listing of current and active PWC registrations pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720 of the California Labor Code.) Enter at least one search criteria to display active registered public works contractor(s) matching your selections. Registration Year: PWC Registration Number: Contractor Legal Name: Contractor License Lookup License Number: County: Search Search Results One registered contractor found. View FALCON STRIPING INC. About DIR Who we are DIR Divisions, Boards & Commissions Contact DIR Reset Work with Us Licensing, registrations, certifications & permits Notification of activies Public Records Act Export as: CORONA Excel! PDF Expiration Date 06/30/2016 v2.201601 01 Learn More Site ~iap Frequently Asked Questions Jobs at DIR Conditions of Use Privacy Policy Disclaimer Disability accommodation Site Help Copyright© 2015 State of California https:/ /efiling.dir.ca.gov/PWCR/Search.action 5/27/2016 Owner Street Address State *Owner *Owner $ $ $ $ $ $ $ Column i -Bid Item No. from the bid proposal, 11, inclusive. Column 2 -The dollar amount of the item to be n<>ruwrn"'" by Owner Column 3 -The dollar amount of the item to be by Contractor's own forces. Column 4 -The dollar amount of the overhead and for work done by both the Contractor's and the Owner forces on the item. Total dollar amount of Columns 2, 3, and 4 must be pages NN through NN, inclusive. __ of __ to the dollar amount in the bid * Pursuant to section 4i04 (a)(2)(A) California Public Contrac-t Code, receipt of the portions of the information preceded by an asterisk required on this document may be submitted by the Bidder up to 24 hours after the deadline for submitting bids contained in the "Notice Inviting Bids." "' under separate cove~, ma)ke~ CONF!D~~T!AL -:\" 1, Set:-aztblC hn -----------·----· ················-·-~--··--·-·-····-··---·········-···--····-~--~~-----~----···------------·····---·····-j--------1-- L.C. PAVING SEALING, INC. REFERENCES THE HOLT GROUP JUNY MARMOLEJO 760.337.3883 TEL 1601 N. IMPERIAL AVENUE jmarmolejo@theholtg roup. net EL CENTRO, CA 92243 **ICAC PARKING LOT IMPROVEMENTS BUREAU OF LAND MANAGEMENT SAl SYHAPHOM 22835 CALLE SAN JUAN DE LOS LOGOS,_ _ _._,._._._-·~·-·-·---"''-"'-"-'-·-'-"'-"'-~­ MORENO VALLEY, CA 92553 **SANTA ROSA VISITOR CENTER BERG ELECTRIC TOMMY BADILLO 650 OPPER STREET ESCONDIDO, CA 92026 **P1093/1094 ELECTRICAL UTILITY US NAVY JUAN RODRIGUEZ CONTRACT PRICE: $1,092,093.00 951.697.5367 TEL CONTRACT PRICE: $200,000.00 619.571.7231 CONTRACT PRICE: $3,000,000.00 619.545.8450 PO BOX 357007 juan.f.rodriguez2@navy.mil SAN DIEGO, CA 92135-7007 GRIND & PAVE VARIOUS ROADS $2,100,000.00 CYBER PROFESSIONAL SOLUTIONS GREGORY CABELLO 619.789.9861 3441 MAIN STREET, STE. 104 CHULA VISTA, CA 91911 **FT IRWIN CIVIL REPAIR CONTRACT PRICE: $2,000,000.00 BIG TOP MANUFACTURING BOBBY EDWARDS 3255 N. US 19 PERRY, FL 3234 7 **MCAS YUMA FLIGHT LINE-HARPER HELIX WATER DISTRICT BILLY GASTON 7811 UNIVERSITY AVENUE LA MESA, CA 91942 **LAKE JENNINGS PAVEMENT IMPROVEMENTS 850.672.9392 CONTRACT PRICE: $100,000.00 619.944.1042 CONTRACT PRICE: $182,000.00 BIDDER'S CERTIFICATE OF INSURANCE FOR GENERAL LIABILITY, EMPLOYERS' LIABILITY, AUTOMOTIVE LIABILITY AND WORKERS' COMPENSATION (To Accompany Proposal) BARRIO ADA/PEDESTRIAN IMPROVEMENTS CONTRACT NO. 4080 As a required part of the Bidder's proposal the Bidder must attach either of the following to this page. 1) Certificates of insurance showing conformance with the requirements herein for each of: 0 Comprehensive General Liability o Automobile Liability 0 Workers Compensation 0 Employer's Liability 2) Statement with an insurance carrier's notarized signature stating that the carrier can, and upon payment of fees and/or premiums by the Bidder, will issue to the Bidder Policies of insurance for Comprehensive General Liability, Automobile Liability, Workers Compensation and Employer's Liability in conformance with the requirements herein and Certificates of insurance to the Agency showing conformance with the requirements herein. All certificates of insurance and statements of willingness to issue insurance for auto policies offered to meet the specification of this Contract must: 1) Meet the conditions stated in The Notice Inviting Bids, the Standard Specifications for Public Works Construction and the Supplemental Provisions for this project for each insurance company that the Contractor proposes. 2) Cover any vehicle used in the performance of the Contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. l' • ., DBE-02/29/2016 Contract No. 4080 Page 41 of 196 Pages ACORDC} CERTIFICATE OF LIABILITY INSURANCE I DATE (MMIDDIYYYY) ..__...... 6/20/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER($), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the pollcy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER i ~2~CT J1INA CLARK HARTLEY CYLKE PACIFIC-#0574253 !~~g~Jo.E~\: (619)295-5155 I r~ No): (619)291-0912 INSURANCE SERVICES, INC. ~tDAJ~ss: 2747 UNIVERSITY AVENOE INSURER($) AFFORDING COVERAGE NAICII SAN DIEGO CA 92104-4068 INSURERA:NAVIGATORS SPECIALTY INSURANCE INSURED INSURER B :NATIONWIDE INSURANCE COMPANY 23787 L.C. Paving & Sealing, Inc. INSURER c :GRANITE STATE INSURANCE COMPANY 996 Borden Road INSURERD: INSURERE: San Marcos CA 92069 INSURER F: COVERAGES CERTIFICATE NUMBER·CL1622441330 REVISION NUMBER· THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTVIIITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE lrili;in :~M%~ ,~ffifi<fi~~ UMITS LTR lwvn POUCY NUMBER X COMMERCIAL GENERAL UABILITY EACH OCCURRENCE $ 1,000,000 -0 CLAIMS-MADE [i] OCCUR ~~~~J9e~~~nce 50,000 A s ,---- X SFl6CGL017l75IC 2/18/2016 2/18/2Dl7 MED EXP (Any one person) $ 5,000 !-- r--PERSONAL & ADV INJURY $ 1,000,000 ~LAGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE s 2,000,000 POLICY 0 ~f8r 0 LOC PRODUCTS· COMP/OP AGG $ 2,000,000 OTHER: $ AUTOMOBILE UABIUTY fE~~~~~~SINGLE LIMIT $ 1,000,000 r-- B ~ ANYAUTO BODILY INJURY (Perpcrsoo) $ AlL OWNED ,-SCHEDULED X ACP7B73877894 2/18/2016 2/18/2017 BODILY INJURY (Per accident) $ AUTOS AUTOS -,....-NON..OWNED _l;ROPERTY DAMAGE HIRED AUTOS AUTOS COM!? DED: $250 Per accident $ ,----f---COLL OED: $500 Medical pavments s 5,000 UMBRELLA UAB HOCCUR EACH OCCURRENCE $ -EXCESS UAB CLAIMS-MADE AGGREGATE $ OED I I RETENTIONs $ WORKERS COMPENSATION X I ~~~TUTE I I ~~H-AND EMPLOYERS' UABIUTY YIN ANY PROPRIETORIPARTNERIEXECUTIVE 0 N/A E.L EACH ACCIDENT $ 1 DOO 000 OFACERIIIEMBER EXCLUDED? c (M!Uidatory In NH) WC01939700615 9/12/2015 9/12/2016 E.L DISEASE -EA EMPLOYEE $ 1 000 000 ~~~~~ ~PERATIONS belcw E.L. DISEASE -POUCY LIMIT $ 1 000 000 B COMMERCIAL PROPERTY ACP7B73877894 2/18/2016 2/18/2017 BPP: $14,700 DED: $500 INLAND MARINE LEASED/RENTED EQUIP $100,000 DESCRIPTION OF OPERATIONS I LOCATIONS /VEHICLES (ACORD 101, Adelltiona! Remarks Schodulo, may be ottacllod II moro opaco Is required) The City of Car1sbad, its off:icia1s, employees and vo1unteers are named as additional insured hereunder as respects to liabi1ity arising out of activities performed by our on beha1f of the Named Insured. Coverage under this po1icy sha11 be primary insurance as respects to the City I its officials, emp1oyees and vo1unteers • *10 day notice of cancellation for non-payment of premium shall apply. *30 day notice of canca1lation for all reasons excluding non-payment. CERTIFICATE HOLDER City of Carlsbad Attn: Graham Jordan Pub1ic Works Contract Administration 1635 Faraday Avenue Carlsbad, CA 92008-7314 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ~:c.:::z. MICHAEL HARTLEY/JANA ~ © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) INS025 (201401) The ACORD name and logo are registered marks of ACORD COMMERCIAL GENERAL LIABILITY CG 20 38 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS-AUTOMATIC STATUS FOR OTHER PARTIES WHEN REQUIRED IN WRITTEN CONSTRUCTION AGREEMENT This endorsement modifies insurance provided under the following: COMMERCIAl GENERAL LIABILITY COVERAGE PART A. Section II -Who Is An Insured is amended to include as an additional insured: 1. Any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy; and 2. Any other person or organization you are required to add as an additional insured under the contract or agreement described in Paragraph 1. above. Such person(s) or organization(s) is an additional insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: a. Your acts or omissions; or b. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured. However, the insurance afforded to such additional insured described above: a. Only applies to the extent permitted by law; and b. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. A person's or organization's status as an additional insured under this endorsement ends when your operations for the person or organization described in Paragraph 1. above are completed. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to: 1. "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: a. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of, or the failure to render, any professional architectural, engineering or surveying services. 2. "Bodily injury" or "property damage" occurring after: a. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or CG 2038 0413 ©Insurance Services Office, Inc .. 2012 Page 'I of2 b. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. C. With respect to the insurance afforded to these additional insureds, the following is added to Section Ill -Limits Of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement described in Paragraph A.1.; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable limits of Insurance shown in the Declarations. CG2038 0413 © Insurance Services Office, Inc., 2012 Page 2 of2 POLICY NUMBER:SF16CGL0171751C COMMERCIAL GENERAL LIABILITY CG 20 37 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFUlLY. ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS -COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) ~ocation And Description Of Completed Operations Any person or organization for whom you are performing "commercial construction" during the period of this policy and have agreed in a written contract to add as an additional insured for products-completed operations. "Commercial construction" does not include any habitational or residential construction other than hotels or apartments. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II -Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the B. With respect to the insurance afforded to these additional insureds, the following is added to Section Ill -limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. CG 20 37 0413 ©Insurance Services Office, Inc., 2012 Page 1 of2 insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 2037 0413 ©Insurance Services Office, Inc., 2012 Page2 of2 COMMERCIAL GENERAl liABILITY CG 20 01 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY- OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. (1) The additional insured is a Named Insured under such other insurance; and CG 20 01 0413 ©Insurance Services Office, Inc., 2012 Page 1 of1 COMMERCIAL AUTO AC 01 02 0310 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO EXTENSION ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM A. CHANGES FOR TRAILERS AND FARM EQUIPMENT 1. Under the COVERED AUTOS SECTION, the following are added to Paragraph C. Certain Trailers, Mobile Equipment and Temporary Substitute Autos: 4. "Trailers" designed to be towed by a pri- vate passenger type "auto" or a pickup, panel truck or van if not used for busi- ness purposes, other than farming or ranching. 5. Farm wagons or farm implements while being towed by a covered "auto". B. CHANGES FOR ADDffiONAL NEWLY ACQUIRED VEHICLES 2. Paragraph 8.2 of the COVERED AUTOS SECTION is replaced by the following: 2. !f Symbol(s) 7 or 67 is entered next to coverage in Item Two of the Declara- tions, an "auto" you acquire will be a covered "auto" for that coverage only if: a. We already cover at least one "auto" you own for that coverage or it rep- laces an "auto" you previously owned that had that coverage; and b. You tell us within 30 days after you acquire it that you want us to cover it for that coverage. The most we will pay for Physical Damage Coverage for "loss" under this Coverage Ex- tension is $100,000 per "auto", subject to the largest deductible applicable to any "au- to" for that Coverage. C. BLANKET ADDITIONAL INSURED Any person or organization which you have agreed to name as an additional insured in a written contract, executed prior to an acci- dent, other than a contract for the lease or rental of a vehicle is an "insured" for Liability Coverage, but only to the extent that person or organization qualifies as an "insured" un- der the Who Is An Insured Provision con- tained in the LIABILITY COVERAGE SECTION of the Coverage Form D. REPlACED EXCLUSIONS The Expected or Intended Injury Exclusion in the liABiliTY COVERAGE SECTION is replaced by the following: Expected or Intended lnjur:y "Bodily injury" or "property damage" which is expected or intended by the "insured". This exclusion applies even if the resulting "bodi- ly injury" or "property damage": a. is of a different kind, quality or degree than initially expected or intended; or b. is sustained by a different person, entity, real property, or personal property than that initially expected or intended. E. ADDITIONAL EXCLUSIONS The following exclusions are added to the LIABILITY COVERAGE SECTION: Damage to Named Insured's Property Any claim or "suit" for "property damage" by you or on your behalf against any other per- son or entity that is also a Named Insured under this policy. Abuse or Molestation "Bodily injury" or "property damage" arising out of: a. The actual or threatened abuse or molestation by anyone or any person while in the care, custody or control of any "insured", or b. The negligent: 1) Employment; AC01 020310 includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of4 AC 01 02 03 10 2) Investigation; 3) Supervision; 4) Reporting to the proper authorities, or failure to so report; or 5) Retention; of a person for whom any "insured" is or ever was legally responsible and whose conduct would be excluded by Para- graph a. above. Abuse means an act which is committed with the intent to cause harm. Explosives "Bodily injury" or "property damage" caused by the explosion of explosives you make, sell or transport. Roning Stores If a covered «auto" is a rolling store, "bodily injury" or ''property damage" resulting from the handling, use or condition of any item the "insured" makes, sells or distributes if the injury or damage occurs after the "in- sured" has given up possession of the item. Wrong Delivery of Liquid Products "Bodily injury" or "property damage" result- ing from the delivery of any liquid into the wrong receptacle or to the wrong address, or from the delivery of one liquid for another, if the "bodily injury" or "property damage" occurs after the delivery has been com- pleted. Delivery is considered completed even if fur- ther service or maintenance work; or correc- tion, repair or replacement is required be- cause of wrong delivery. Professional Services "Bodily injury": a. Resulting from the providing or the fail- ure to provide any medical or other pro- fessional.services. b. R.esulting from food or drink furnished with these services. "Bodily injury" or "property damage" result- ing from the handling of.corpses. F. MOTOR HOME CONTENTS COVERAGE 1. For a covered "auto" that is a motor home the following exclusions are added to the PHYSICAL DAMAGE COVERAGE SECTION: Motor Home Contents This insurance does not apply to: a. "Loss" to the covered "auto's" contents, except equipment usual to trucks or pri- vate passenger "autos". b. "Loss" to TV antennas, awnings or ca- banas. c. "Loss" to equipment designed to create added living facilities. However, these exclusions do not apply if Miscellaneous Personal Property Coverage is provided by endorsementto this policy. G. ACCIDENTAL AIRBAG DISCHARGE COVERAGE Under Paragraph B.3.a. of the PHYSICAL DAMAGE SECTION, the following is added: Mechanical breakdown does not include the ac- cidental discharge of an alrbag. H. PHYSICAL DAMAGE LIMIT OF INSURANCE Under PHYSICAL DAMAGE COVERAGE SECTION, Paragraph C., Limit of Insurance is replaced by the following: C. Limit Of Insurance 1. The most we will pay for "loss" in any one '"accident" is the lesser of: a. The actual cash value of the damaged or stolen property as of the time of the "loss", or b. The cost of repairing or replacing the damaged or stolen property. 2. $i ,000 is the most we will pay for "loss" in any one "accident" to all electronic equip- ment that reproduces, receives or transmits audio, visual or data signals which, at the time of "loss", is: a. Permanently installed in or upon the covered "auto" in a housing, opening or other location that is not normally used by the "auto" manufacturer for the instal- lation of such equipment b. Removable from a permanently installed housing unit as described in Paragraph 2.a. above or is an integral part of that equipment; or c. An integral part of such equipment. 3. An adjustment for depreciation and physical condition will be made in determining actual cash value in the event of a total "loss". Page 2 of 4 Includes copyrighted material of Insurance Services Office, Inc., with its permission. AC01 020310 4. The cost of repairing or replacing may: a. Be based on an estimate which includes parts furnished by the original equip- ment manufacturer or other sources in- cluding non-original equipment manu- facturers and b. Include a deduction for betterment for a part or parts that are normally subject to repair or replacement during the useful life of the "auto", such as, but not limited to tires and batteries. Betterment means the difference be- tween the actual cash value of a part immediately before the "loss" and the cost to replace that part with a new part. 5. If we offer to pay the actual cash value of the damaged or stolen property, we will val- ue auto advertising wraps, paint customiza- tion, and similar business related advertising modifications. in addition to the actual cash value of the property. Auto advertising wraps, paint customization, and similar business related advertising modifications will be valued at the cost to replace them with an adjustment made for depreciation and physical condition. I. GLASS REPAIR -WAIVER OF DEDUCTIBLE Under Paragraph D. Deductible of the PHYSICAL DAMAGE COVERAGE SECTION, the following is added: No deductible applies to glass damage if the glass is repaired rather than replaced. J. AMENDED DUTIES IN EVENT OF ACCIDENT, CLAIM, SUIT, OR LOSS The requirement in Loss Condition 2.a. Duties In the Event Of Accident, Claim, Suit Or loss -of the BUSINESS AUTO CONDITIONS SECTION and the MOTOR CARRIER CONDITIONS SECTION that you must notify us of an "acci- dent", "claim", "suir, or "loss· applies only when the "accident", "claim", "suit", or "loss· is known to: 1. You, if you are an individual 2. A partner, if you are a partnership; 3. An executive officer or the employee desig- nated by you to give such notice if you are a corporation; or AC 01 02 0310 4. A member, if you are a limited liability com- pany. K. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS The BUSINESS AUTO CONDITIONS SECTION and MOTOR CARRIER CONDITIONS SECTION-B.2. are amended by the addition of the following: If you unintentionally fail to disclose any hazards existing at the inception date of your policy, we will not deny coverage under this Coverage Form because of such failure. However, this provision does not affect our right to collect addi- tional premium or exercise our right of cancella- tion or nonrenewal. L. AUTOS HIRED OR RENTED BY EMPLOYEES If hired or rented "autosn are covered uautos" on this policy, the following provisions apply: A. Changes In Liability Coverage The following is added to the Who Is An In- sured Provision in the LIABILITY COVERAGE SECTION: An "employee" of yours is an "insured" while operating an "auto" hired or rented under a contract or agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your busi- ness. B. Changes In General Conditions Paragraph 5.b. of the Other Insurance Condition in the Business Auto Coverage Form and Paragraph 5.f.of the Other Insur- ance Condition in the Motor Carrier Cover- age Form are replaced by the following: For Hired Auto Physical Damage Coverage, the following are deemed to be covered "au- tos" you own: 1. Any covered "auto" you lease, hire, rent or borrow; and 2. Any covered "auto" hired or rented by your "employee" under a contract in that individual "employee's" name, with your permission, while performing duties re- lated to the conduct of your business. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". AC01 02 0310 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 3 of4 AC01 020310 M. EMERGENCY LOCKOUT PRIVATE PASSENGER VEHICLES We will reimburse you up to $50 for reasonable expense incurred for the services of a locksmith to gain entry into your covered "auto" of the pri- vate passenger type subject to these provisions: 1. Your door key or key entry pad has been lost, stolen or locked in your covered "auto" and you are unable to enter such "auto" , or 2. Your key or key entry pad has been lost or stolen and you have changed the lock to prevent an unauthorized entry; and 3. Original copies of receipts for services of a locksmith must be provided before reim- burse ment is payable. N. UBERAUZA TION Paragraph 3, of the General Conditions is re- placed by the following: If we adopt any revision that would broaden the coverage under this policy without additional premium within 60 days prior to or during the policy period, the broadened coverage will im- mediately apply to this policy. All terms and conditions of this policy apply unless modified by this endorsement. Page4of4 Includes copyrighted material of Insurance Services Office, Inc., with its permission. AC 01 02 0310 1) If what debarment( s)? iJa~-----debarred _(_ofj__ LOSURE NE 1) -----fa-yes 2) Has the or ever yes + 5) If answer to disciplined, the the \ _j_ D If answer discipline was of BY CONTRACT PUBLIC WORKS This agreement is made this 20-tY'J day of \j LAY1e , 20~, by and between the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and L.C. Paving & Sealing, Inc., a California corporation whose principal place of business is 996 Borden Road, San Marcos, CA 92069 (hereinafter called "Contractor"). City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the Contract documents for: BARRIO ADA/PEDESTRIAN IMPROVEMENTS CONTRACT NO. 4080 (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents. 3. Contract Documents. The Contract Documents consist of this Contract, Notice Inviting Bids, Contractor's Proposal, Bidder's Bond, Designation of Subcontractors, Designation of Owner Operator/Lessors, Bidder's Statements of Financial Responsibility, Technical Ability and Experience, Re Debarment, Noncollusion Declaration, Escrow Agreement, Release Form, the Plans and Specifications, the Supplemental Provisions, addendum(s) to said Plans and Specifications and Supplemental Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, and all bonds for the project; all of which are incorporated herein by this reference. Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicated, specified, and implied by the Contract Documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the City will be the interpreter of the intent of the Contract Documents, and the City's decision relative to said intent will be final and binding. Failure of the Contractor to apprise subcontractors and materials suppliers of this condition of the Contract will not relieve responsibility of compliance. 4. Payment. For all compensation for Contractor's performance of work under this Contract, City shall make payment to the Contractor per section 9-3 PAYMENT of the Standard Specifications for Public Works Construction (SSPWC) 2015 Edition, hereinafter designated "SSPWC", as issued by the Southern California Chapter of the American Public Works Association, and as amended by the Supplemental Provisions section of this contract. The Engineer will close the estimate of work completed for progress payments on the last working day of each month. 5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions at the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The Contract price includes payment for all work that may be done by Contractor, whether anticipated or not, in order to overcome underground conditions. Any •"' f.l DBE-02/29/2016 Contract No. 4080 Page 45 of 196 Pages information that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractor's convenience only, and City does not warrant that the conditions are as thus indicated. Contractor is satisfied with all job conditions, including underground conditions and has not relied on information furnished by City. 6. Hazardous Waste or Other Unusual Conditions. If the Contract involves digging trenches or other excavations that extend deeper than four feet below the surface Contractor shall promptly, and before the following conditions are disturbed, notify City, in writing, of any: A. Hazardous Waste. Material that Contractor believes may be material that is hazardous waste, as defined in section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class Ill disposal site in accordance with provisions of existing law. B. Differing Conditions. Subsurface or latent physical conditions at the site differing from those indicated. C. Unknown Physical Conditions. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the contract. City shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in contractor's costs of, or the time required for, performance of any part of the work shall issue a change order under the procedures described in this contract. In the event that a dispute arises between City and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the contractor's cost of, or time required for, performance of any part of the work, contractor shall not be excused from any scheduled completion date provided for by the contract, but shall proceed with all work to be performed under the contract. Contractor shall retain any and all rights provided either by Contract or by law which pertain to the resolution of disputes and protests between the contracting parties. 7. Immigration Reform and Control Act. Contractor certifies it is aware of the requirements of the Immigration Reform and Control Act of 1986 (8 USC sections 1101-1525) and has complied and will comply with these requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors, and consultants that are included in this Contract. 8. Prevailing Wage. Pursuant to the California Labor Code, the director of the Department of Industrial Relations has determined the general prevailing rate of per diem wages in accordance with California Labor Code, section 1773 and a copy of a schedule of said general prevailing wage rates is on file in the office of the City Engineer, and is incorporated by reference herein. Pursuant to California Labor Code, section 1775, Contractor shall pay prevailing wages. Contractor shall post copies of all applicable prevailing wages on the job site. Contractor shall comply with California Labor Code, section 1776, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require all subcontractors to comply with Section 1776. See section 7-15 of the Supplemental Provisions for additional information regarding Federal minimum wage requirements. 9. Indemnification. Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those relating to safety {'\ •+' DBE-02/29/2016 Contract No. 4080 Page 46 of 196 Pages and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. Contractor shall also defend and indemnify the City against any challenges to the award of the Contract to Contractor, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. Contractor shall also defend and indemnify the City against any challenges to the award of the Contract to Contractor, arising in whole or in part from alleged inaccuracies or misrepresentation by the Contractor, whether intentional or otherwise, and Contractor will pay all costs, including defense costs for the City. Defense costs include the cost of separate counsel for City, if City requests separate counsel. 10. Insurance. Contractor shall procure and maintain for the duration of the Contract insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his or her agents, representatives, employees or subcontractors. Said insurance shall meet the City's policy for insurance as stated in Resolution No. 91-403. (A) Coverages and Limits Contractor shall maintain the types of coverages and minimum limits indicted herein: a. Comprehensive General Liability Insurance: $2,000,000 combined single limit per occurrence for bodily injury and property damage. If the policy has an aggregate limit, a separate aggregate in the amounts specified shall be established for the risks for which the City or its agents, officers or employees are additional insured. b. Business Automobile Liability Insurance: $2,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The auto insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. c. Workers' Compensation and Employers' Liability Insurance: Workers' compensation limits as required by the Labor Code of the State of California and Employers' Liability limits of $1,000,000 per incident. Workers' compensation offered by the State Compensation Insurance Fund is acceptable to the City. (B) Additional Provisions. Contractor shall ensure that the policies of insurance required under this agreement with the exception of Workers' Compensation and Business Automobile Liability Insurance contain, or are endorsed to contain, the following provisions. a. The City, its officials, employees and volunteers are to be covered as additional insured as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the contractor; premises owned, leased, hired or borrowed by the contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officials, employees or volunteers. All additional insured endorsements must be evidenced using separate documents attached to the certificate of insurance; one for each company affording general liability, and employers' liability coverage. -~ f.l DBE-02/29/2016 Contract No. 4080 Page 4 7 of 196 Pages b. The Contractor's insurance coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees or volunteers shall be in excess of the contractor's insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officials, employees or volunteers. d. Coverage shall state that the contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. (C) Notice of Cancellation. Each insurance policy required by this agreement shall be endorsed to state that coverage shall not be nonrenewed, suspended, voided, canceled, or reduced in coverage or limits except after thirty (30) days' prior written notice has been given to the City by certified mail, return receipt requested. (D) Deductibles and Self-Insured Retention {S.I.R.) Levels. Any deductibles or self-insured retention levels must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retention levels as respects the City, its officials and employees; or the contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. (E) Waiver of Subrogation. All policies of insurance required under this agreement shall contain a waiver of all rights of subrogation the insurer may have or may acquire against the City or any of its officials or employees. (F) Subcontractors. Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. Coverages for subcontractors shall be subject to all of the requirements stated herein. (G) Acceptability of Insurers. Insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:V. Insurers must also be authorized to transact the business of insurance by the State of California Insurance Commissioner as admitted carriers as evidenced by a listing in the official publication of the Department of Insurance of the State of California and/or under the standards specified by the City Council in Resolution No. 91-403. (H) Verification of Coverage. Contractor shall furnish the City with certificates of insurance and original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms approved by the City and are to be received and approved by the City before the Contract is executed by the City. (I) Cost of Insurance. The Cost of all insurance required under this agreement shall be included in the Contractor's bid. 11. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resolved in accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with section 20104) which are incorporated by reference. A copy of Article 1.5 is included in the Supplemental Provisions I section. The contractor shall initially submit all claims over $375,000 to the City using the informal dispute resolution process described in Public Contract Code subsections 20104.2(a), (c), (d). Notwithstanding the provisions of this section of the contract, all claims shall comply with the Government Tort Claim Act (section 900 et seq., of the California -~ f.l DBE-02/29/2016 Contract No. 4080 Page 48 of 196 Pages ~~ ---------~ -------------- Government Code) for any claim or cause of action for money or damages prior to filing any lawsuit for breach of this agreement. (A) Assertion of Claims. Contractor hereby agrees that any Contract claim submitted to the City must be asserted as part of the Contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. (B) False Claims. Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. (C) Government Code. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. (D) Penalty Recovery. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. (E) Debarment for False Claims. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented from further bidding on public contracts for a period of up to five years. (F) Carlsbad Municipal Code. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. (G) Debarment from Other Jurisdictions. Contractor hereby acknowledges that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in future Contract bidding. (H) Jurisdiction. Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. 1\ " I have read and understand all provisions of Section 11 above. \ ¥ in it in it 12. Maintenance of Records. Contractor shall maintain and make ~vailable at no cost to the City, upon request, records in accordance with sections 1776 and 1812 of Part 7, Chapter 1, Article 2, of the Labor Code. If the Contractor does not maintain the records at Contractor's principal place of business as specified above, Contractor shall so inform the City by certified letter accompanying the return of this Contract. Contractor shall notify the City by certified mail of any change of address of such records. 13. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with section 1720 of the Labor Code are incorporated herein by reference. 14. Security. Securities in the form of cash, cashier's check, or certified check may be substituted for any monies withheld by the City to secure performance of this Contract for any obligation established by this contract. Any other security that is mutually agreed to by the Contractor and the City may be substituted for monies withheld to ensure performance under this Contract. 15. Provisions Required by Law Deemed Inserted. Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and included herein, and if, through mistake or otherwise, any such provision is not inserted, or is not {'\ •fi DBE-02/29/2016 Contract No. 4080 Page 49 of 196 Pages correctly inserted, then upon application of either party, the Contract shall forthwith be physically amended to make such insertion or correction. 16. Additional Provisions. Any additional provisions of this agreement are set forth in the "General Provisions" or "Supplemental Provisions" attached hereto and made a part hereof. NOTARIAL ACKNOWLEDGMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED (CORPORATE SEAL) CONTRACTOR: By: ---------------------------(sign here) (print name and title) a municipal corporation of ATTEST: President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under the corporate seal empowering that officer to bind the corporation. APPROVED AS TO FORM: CELIA A. BREWER City Attorney By: Deputy City Attorney •" \.I DBE-02/29/2016 Contract No. 4080 Page 50 of 196 Pages ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of County of _____________ , On JUNE 20, personally appeared-------,---------------:-:-------,---:--:- who proved to me on the basis of satisfactory evidence to be the person(~ whose name~) is/a~ subscribed to the within instrument and to me ,that he/~~~y executed the saifle in his/h~t~r authorized capacity~), and that his/~/¥ signatur~~n the instrument the person~, or the entity upon behJif of which the person~ acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct LABOR AND MATERIALS BOND Bond No. 5001-2835 Premium included on Performance Bond WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. N/A, adopted N/A, has awarded to l.C. Paving & Sealing, Inc., a California corporation whose principal place of business is 996 Borden Road, San Marcos, CA 92069 (hereinafter designated as the "Principal"), a Contract for: BARRIO ADA/PEDESTRIAN IMPROVEMENTS CONTRACT NO. 4080 in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of their subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, l.C. PAVING & SEALING, INC., as Principal, (hereinafter designated as the "Contractor"), and Allied World Insurance Company as Surety, are held firmly bound unto the City of Carlsbad in the sum of NINETY THREE THOUSAND SEVEN HUNDRED NINE Dollars ($93,709.00}, said sum being an amount equal to: One hundred percent (1 00%) of the total amount payable under the terms of the contract by the City of Carlsbad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or his/her subcontractors fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, consistent with California Civil Code section 3181, or for amounts due under the Unemployment Insurance Code with respect to the work or labor performed under this Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to section 13020 of the Unemployment Insurance Code with respect to the work and labor, that the Surety will pay for the same, and, also, in case suit is brought upon the bond, reasonable attorney's fees, to be fixed by the court consistent with California Civil Code section 3248. This bond shall inure to the benefit of any of the persons named in California Civil Code section 3181, so as to give a right of action to those persons or their assigns in any suit brought upon the bond. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed thereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the Contract or to the work or to the specifications. ft Q DBE-02/29/2016 Contract No. 4080 Page 51 of 196 Pages ·~ In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this U) day Of ~i A)i\.JL ' 20 \ V. CONTRACTOR: L.C. Paving & Sealing, Inc. j. eCorrtraclor) By:....,;~...,...,... __________ _ (sign here) \ '. J\ (".!!• -.)O(R . t\ -.~ 1\ta \ (print name here) Vus.tA-cd ~ Sewu~-at-J (title and orgaization of signator§) By: __________________________ __ (sign here) (print name here) (title and organization of signatory) Executed by SURETY this 15th day Of' SURETY: June Allied World Insurance Company (name of Surety) 199 Water Street, New York, NY 10038 (address of Surety) '20J.L. \ \<telephone mber of Surety) By: ··"" Tara Bacon, Attorney-in-Fact (printed name of Attorney-in-Fact) (attach corporate resolution showing current power of attorney) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) {President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: CELIA A. BREWER City Attorne~ / /--',, // 0/' /. .," By: \L.l'lZ{ l f./( "l/ 1./t \ Deputy City Attorney DBE-Q2/29/2016 Contract No. 4080 Page 52 of 196 Pages State of California County of _____________ , personally appeared , who proved to me on the basis of satisfactory evidence to be the persqn{~) ':"'hose name~) is/a.rb' subscribed to the within instrument and to me that he/sh~A:h~ executed the sante in his/1\e(th)#t authorized capacity(i~, and that his/~f~ signature(~on the instrument the person~ or the entity upon behalf of which the person~ acted, executed the instrument I certify under PENAlTY OF paragraph is true and correct under the laws of the State of California that the foregoing MARISA ANN HAAS Commission# 2122991 Notary Public • California San Diego County CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Diego on June 15, 2016 before me, Maria Hallmark, Notary Public (insert name and title of the officer) personally appeared __ T_a_r_a_B_a_co_n ____________________ _ who 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 PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signa~---(Seal) Issue Date: Aprill, 2016 No. 22400-A1540 Single Transaction Limit: $10,000,000 Excerpt of Resolution adopted by the Board of Directors of the ALLIED WORLD INSURANCE COMPANY (the "Corporation"), on December 31, 2012: I, Timothy J. Curry, Secretary of the ALLIED WORLD INSURANCE COMPANY, do hereby certify that the foregoing excerpts of Resolution adopted by the Board of Directors IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of the corporation, this 15tl:iay of __ _,J""'u""n-'-"e'--_ ___J 20_l§_. ,. '· Bond No. 8001-2835 FAITHFUL PERFORMANCE/WARRANTY BOND Premium:$2.343.00 WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. N/A, adopted N/A, has awarded to L.C. Paving & Sealing, Inc., a California corporation whose principal place of business is 996 Borden Road, San Marcos, CA 92069, (hereinafter designated as the "Principal"), a Contract for: BARRIO ADA/PEDESTRIAN IMPROVEMENTS CONTRACT NO. 4080 in the City of Carlsbad, in strict conformity with the contract, the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond for the faithful performance and warranty of said Contract; NOW, THEREFORE, WE, L.C. PAVING & SEALING, INC., a California corporation whose principal place of business is 996 Borden Road, San Marcos, CA 92069, as Principal, (hereinafter designated as the "Contractor"), and Allied World Insurance Company , as Surety, are held and firmly bound unto the City of Carlsbad, in the sum of NINETY THREE THOUSAND SEVEN HUNDRED NINE Dollars ($93, 709.00), said sum being equal to one hundred percent (100%) of the estimated amount of the Contract, to be paid to City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, their heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby and in addition to the face amount specified therefor, there shall be included costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the City in successfully enforcing such obligation, all to be taxed as costs and included in any judgment rendered. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed thereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the Contract or to the work or to the specifications. ~ {.1 DBE-Q2/29/2016 Contract No. 4080 Page 53 of 196 Pages In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this lfL day of \,:ot .2o }lP. CONTRACTOR: (print name here) \ll6 .. St;p. (TitiJ and Organization of Signatory) By: __________________________ _ (sign here) (print name here) (Title and Organization of signatory) Executed by SURETY this 15th day of _________ J_un_e _____________ ,20_1_6 ____ _ SURETY: Allied World Insurance Company (name of Surety) 199 Water Street, New York, NY 10038 (address of Surety) 646-794-0500 \\ (telepho~1 umber of Surety) ) ' By: :.~-ffA/\.;;. •'2/JL L --~·- ().Signature of Attorney-in-Fact) Tara Bacon, Attorney-in-Fact (printed name of Attorney-in-Fact} (Attach corporate resolution showing current power of attorney.) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.} (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.} APPROVED AS TO FORM: CELIA A. BREWER City Attorney 0 DBE-02/29/2016 Contract No. 4080 Page 54 of 196 Pages ACKNOWlEDGMENT State of California County of _____________ , personally appeared -------------------c-----------' who proved to me on the basis of satisfactory evidence to be the person(~),whose name~ subscribed. to the within instrument and acknowledged to me that he/&l're/t~ executed the in his/h~Jt~ authorized capacity(i~ and that by his/~/tP'ntff signature~on the instrument the person(~ or the upon behaltof which the perso~JF) acted, executed the instrument. I certify under PENAlTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and MARISA ANN HAAS Commission# 2122991 Notary Public • California San Diego CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Diego ) On June 15, 2016 before me, Maria Hallmark, Notary Public (insert name and title of the officer) personally appeared __ T_a_r_a_B_a_co_n ____________________ _ who 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 PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. MARIA HALLMARK WITNESS my hand and official seal. Commission # 1986082 ~ ~ Notary Public -California ~ z San Diego County ~ J. 9 4 4 4 9Mr so~"!; :.x~r:ff cue ?}}~1~l Signatu~ (Seal) Allied World St~re~y. D.ivisionof AlliedWorld lnsu~anceCompany 30 S: 1 i" St., Suite 810 Philadelphia, PA 19103 POWER OF• ATTORNEY Issue Date: April1, 2016 No. 22400-Al541 Single Transaction Limit: $10,000,000 KNOW ALL MEN BY THESEPRESENTS: Aili~d WoriH Insurance tgrnpany, a IN~w Hampshir~ COrppratlbn.(the "Company") does hereby !'IPPDint NAME(s): FIRM: Its true and lawful Attomey(s)-in-Fact, with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity an~ writings obligatory inJhe nature thereof, issued in the course .9fits bu!)iness, and to bin~>the Cpmpanythereby.This Power of Attorney shall remain in full force and effect for one year from the issued date above-referenced ?hd shall expire on close of bws the first anniversary of such Issue Date. ···.······••· ) •.••.• ·.··.· •····.·.·.·.··········· i W i .••.... · ... •. U .... . ···•••••· ·······•·••··•• ·······•····· ·•··· . . •·.·... .. .. . . ····· ···· .•..... ·. •·· .. . · ····.·· ·....... ·· .. · ··• IN WITNESS WHEREOF, ALLIED WORLD INSURANCE COMPANY has caused these presents to be executed by the officer named below, who is duly authorized and empowered to execute on the Company's behalf. Jhis 1stg(;lyof.April, 2016 Title: Senior Vice President-Surety state bf Pennsylv~lli;;l. · counwQf~hifapelp~1a . Not?ry .... On this 1st day of April, 2016, before me came the above-named officer of ALLIED WORLD INSURANCE COMPANY, to me personally known to be the individual and officer described qerein, and ock~o\Niedged that he i;OXecutect~he foregoing instrument and;Jffixed the .seals of soid corpor~tion tq~rets i:JY autfmriW cifhis office~ Mytorrrris~ipn Expires: 08/0S/2018 ... CERTIFICA IE Excerpt of Resolution adopted by the Board of Directors of the ALLIED WORLD INSURANCE COMPANY (the "Corporation"), on December 31, 2012: !3.ESoLvED, th~\th~pibrJEl[Offi&liS OfficeiS")be,and~ch hereby is, a (underltiecommon sealofthe p~atio~.' the head oft~~ surety buSihess .. IMe for the Cdiporation an? theirappoi~too de~~nlles(~ach ~~ '~tJlh9nikd Qrlcer! and collectively, the "Authorized ?PPointpne or mo -Fact tg I'ElPI'El&entanq act for and on. behalf ofth~ CofiJ(lrati?n iptheJr$nsactiOI) of the Company's surety business to execute , 11 appropriate) bonds, reoognizances and other contracts ofindemnlty and writings obligatory in the nature thereof. · · RESOLVED, that in connection with the Corporation's transaction of surety business, the signatures and attestations of the Authorized OfficeiS and the seal of the Corporation may be affixed to any such power of Attomey.or 'nest~ relaUng there!(} by facsimile, ~nd ?nY su5h Pov;er of Attorney or certiticallil beanpg such facsimile signatures pr facsimile .seal shall be valid and .binding upon the Corporation when so r~t(} any bond; imq~rta~pg, recognizance or other ponttactof indemnity or writing obligatory in the nature thereof, RESOLVED, tha;'rn co11riecti6h linth the Corp6~~io~;~ tr~risacti6n ~f sur~ly busi~ess, th~ fa~imlle or mechanically r~produced signatu~o; ~flY Authcrized Officer, whether made heretofore or hereaffer, wherever appearing upon a copy of any Power of Attorney of the Corporation, with signatures affixed as next above noted, shall be valid and binding upon the Corporation with the same force and effect as though manually affixed. Re$0LVED, that in · insert in such ceriJflcaUon ratioh's transaction ofs[!iety b do.te to. be not later.thalithe soch Altome)!-in-F act delivertrig a ~Elbre(arial prothet certificatior lhaftlie foffigomg resolutions still be in effect may thereof by ~qch Attomey-in:Fact. ·· · · · · RESOLVED, that the Authorized OfficeiS be, and each hereby is, authorized to execute (under the common seal of the Corporation, if appropriate), make, file and deliver in the name and on behalf of the Corporation any and all consents, certificates, agreements, amendments, supplements, instruments and other documents whatsoever, and do any and all other things whatsoever in connection with the ... Gorporation'sjransaction pf syrety business, .<Js such /Wthprized. Officer shall in hisorner absolute qiscr?tion deem or determine appr~priate and .. any of the foregoing resolutions, the transactions · contemplated lhet(lbY~d any ancillary m~ttersJhereto an916ito carryoutt~e purposes aiid int~nt tliereof, Sl!CIJ deell1ing or determination to be conclusively ~vide need by any such exeoulion or the taking of any such action bysuq~.Thutlioliz¢ Officer. · ·· ··· ·· · · I, Timothy J. Curry, Secretary of the ALLIED WORLD INSURANCE COMPANY, do hereby certify that the foregoing excerpts of Resolution adopted by the Board of Directors ....... of this GR(POration, ancjthePower nn>,rrmnPv issued pursuant ther1;0to, ~r~Jrue ?nd correct, and tnatpoththe ge~pMion ~nd the are in full force and effect. ·· IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of the corporation, this 15ti'fay of __ --'J'-'u'""n'""e'-----'20}_§_. Timothy J. Curry, Secretary OPTIONAL ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between the City of Carlsbad whose address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called "City" and -------------------------------------------------------whose address is ::-::-----:----:--::----:---------------------------------------hereinafter called "Contractor" and ------------------------------------whose address is ---:~:-::-=:----:-----:-::---------------------------------------hereinafter called "Escrow Agent." For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree as follows: 1. Pursuant to section 22300 of the Public Contract Code of the State of California, the contractor has the option to deposit securities with the Escrow Agent as a substitute for retention earnings required to be withheld by the City pursuant to the Construction Contract entered into between the City and Contractor for BARRIO ADA/PEDESTRIAN IMPROVEMENTS CONTRACT NO. 4080 in the amount of dated (hereinafter referred to as the "Contract"). Alternatively, on written request of the contractor, the City shall make payments of the retention earnings directly to the Escrow Agent. When the Contractor deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notify the City within ten (1 0) days of the deposit. The market value of the securities at the time of the substitution shall be a least equal to the cash amount then required to be withheld as retention under the terms of the Contract between the City and Contractor. Securities shall be held in the name of the City and shall designate the Contractor as the beneficial owner. 2. The City shall make progress payments to the Contractor for such funds which otherwise would be withheld from progress payments pursuant to the Contract provisions, provided that the Escrow Agent holds securities in the form and amount specified above. 3. When the City makes payment of retentions earned directly to the Escrow Agent, the Escrow Agent shall hold them for the benefit of the Contractor until such time as the escrow created under this Contract is terminated. The Contractor may direct the investment of the payments into securities. All terms and conditions of this agreement and the rights and responsibilities of the parties shall be equally applicable and binding when the City pays the Escrow Agent directly. 4. The Contractor shall be responsible for paying all fees for the expenses incurred by the Escrow Agent in administering the Escrow Account and all expenses of the City. These expenses and payment terms shall be determined by the City, Contractor and Escrow Agent. 5. The interest earned on the securities or the money market accounts held in escrow and all interest earned on that interest shall be for the sole account of Contractor and shall be subject to withdrawal by Contractor at any time and from time to time without notice to the City. -~ "-I DBE-02/29/2016 Contract No. 4080 Paae 55 of 196 Paaes 6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow Account only by written notice to Escrow Agent accompanied by written authorization from City to the Escrow Agent that City consents to the withdrawal of the amount sought to be withdrawn by Contractor. 7. The City shall have a right to draw upon the securities in the event of default by the Contractor. Upon seven (7) days' written notice to the Escrow Agent from the City of the default, the Escrow Agent shall immediately convert the securities to cash and shall distribute the cash as instructed by the City. 8. Upon receipt of written notification from the City certifying that the Contract is final and complete and that the Contractor has complied with all requirements and procedures applicable to the Contract, the Escrow Agent shall release to Contractor all securities and interest on deposit less escrow fees and charges of the Escrow Account. The escrow shall be closed immediately upon disbursement of all moneys and securities on deposit and payments of fees and charges. 9 .. The Escrow Agent shall rely on the written notifications from the City and the Contractor pursuant to sections (1) to (8), inclusive, of this agreement and the City and Contractor shall hold Escrow Agent harmless from Escrow Agent's release, conversion and disbursement of the securities and interest as set forth above. Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill -~ f.l DBE-0212912016 Contract No. 4080 Page 56 of 196 Pages 10. The names of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of Contractor in connection with the foregoing, and exemplars of their respective signatures are as follows: For City: Title FINANCE DIRECTOR Name ________________________________ __ Signature ------------------------------ Address 1635 Faraday Avenue. Carlsbad. CA 92008 For Contractor: Title------------------ Name ________________________________ __ Signature ------------------------------ Address ______________________________ __ For Escrow Agent: Title ---------------------------- Name ______________________________ __ Signature ----------------------------- Address _______________________________ __ At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow Agent a fully executed counterpart of this Agreement. Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill {'\ •,r DBE-02129/2016 Contract No. 4080 Page 57 of 196 Pages IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers on the date first set forth above. For City: Title MAYOR Name _____________________________ ___ Signature ____________________________ _ Address 1200 Carlsbad Village Dr. Carlsbad. CA 92008 For Contractor: Title------------------ Name __________________________ ___ Signature ______________________ _ Address ________________ _ For Escrow Agent: Title------------------ Name _________________ ___ Signature------------------- Address _________________ _ -~ f.l DBE-02/29/2016 Contract No. 4080 Page 58 of 196 Pages SUPPLEMENTAL PROVISIONS FOR BARRIO ADA/PEDESTRIAN IMPROVEMENTS CONTRACT NO. 4080 SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 1, GENERAL PROVISIONS SECTION 1 --TERMS, DEFINITIONS ABBREVIATIONS AND SYMBOLS 1-1 TERMS Add the following section: 1-1.1 Reference to Drawings. Where words "shown", "indicated", "detailed", "noted", "scheduled", or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions, unless stated otherwise. Add the following section: 1-1.2 Directions. Where words "directed", "designated", "selected", or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended, unless stated otherwise. The word "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the Engineer," unless stated otherwise. Add the following section: 1-1.3 Equals and Approvals. Where the words "equal", "approved equal", "equivalent", and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer", unless otherwise stated. Where the words "approved", "approval", "acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. Add the following section: 1-1.4 Perform. The word "perform" shall be understood to mean that the Contractor, at its expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials that are indicated, specified or required to mean that the Contractor, at its expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools, equipment, and transportation. 1-2 DEFINITIONS. Modify as follows: The following words, or groups of words, shall be exclusively defined by the definitions assigned to them herein. Agency -the City of Carlsbad, California City Council -the City Council of the City of Carlsbad. City Manager-the City Manager of the City of Carlsbad or his/her approved representative. l~ •+' DBE-02/29/2016 Contract No. 4080 Page 59 of 196 Pages Dispute Board-persons de~signated by the City Manager to hear and advise the City Manager on claims submitted by the Contractor. The City Manager is the last appeal level for informal dispute resolution. Engineer -the Public Works Director of the City of Carlsbad or his/her approved representative. Th,. Engineer is the third level of appeal for informal dispute resolution. Minor Bid Item -a single Contract item constituting less than 10 percent (1 0%) of the original Contract Price bid. Own Organization -When used in Section 2-3.1 -Employees of the Contractor who are hired, directed, supervised and paid by the Contractor to accomplish the completion of the Work. Further, such employees have their employment taxes, State disability insurance payments, State and Federal income taxes paid and administere~d, as applicable, by the Contractor. When used in Section 2-3.1 "own organization" means construction equipment that the Contractor owns or leases and uses to accomplish the Work. Equipment that is owner operated or leased equipment with an operator is not part of the Contractor's Own Organization and will not be included for the purpose of compliance with section 2-3.1 of the Standard Specifications and these Supplemental Provisions. Owner Operator/Lessor-Any person who provides equipment or tools with an operator provided who is employed by neither the Contractor nor a subcontractor and is neither an agent or employee of the Agency or a public utility. Principal Inspector -The Senior Inspector's immediate supervisor and second level of appeal for informal dispute resolution. Project Inspector-the Engineer's designated representative for inspection, contract adm~nistration and first level for informal dispute resolution. Senior Inspector -the Project Inspector's immediate supervisor and first level of appeal for informal dispute resolution. 1-3 ABBREVIATIONS 1-3.2 Common Usage, add the following: Abbreviation Word or Words Apts ...................................... Apartment and Apartments Bldg ...................................... Building and Buildings CMWD .................................. Carlsbad Municipal Water District CSSD ................................... Carlsbad Supplemental Standard Drawings cfs ......................................... Cubic Feet per Second Comm ................................... Commercial DBE ...................................... Disadvantaged Business Enterprise DR ........................................ Dimension Ratio E ........................................... Electric G ............................................ Gas gal. ......................................... Gallon and Gallons Gar ........................................ Garage and Garages GNV ....................................... Ground Not Visible gpm ....................................... gallons per minute IE ........................................... Invert Elevation LCWD .................................... Leucadia County Water District MSL ....................................... Mean Sea Level (see Regional Standard Drawing M-12) MTBM .................................... Microtunneling Boring Machine NCTD ................................... North County Transit District l' •.,r DBE-02/29/2016 Contract No. 4080 Page 60 of 196 Pages OHE. ..................................... Overhead Electric OMWD .................................. Olivenhain Municipal Water District ROW ..................................... Right-of-Way S ........................................... Sewer or Slope, as applicable SDNR ................................... San Diego Northern Railway SDRSD ................................. San Diego Regional Standard Drawing SFM ...................................... Sewer Force Main T ........................................... Telephone UE ........................................ Underground Electric W .......................................... Water, Wider or Width, as applicable VWD ..................................... Vallecitos Water District SECTION 2 --SCOPE AND CONTROL OF THE WORK 2-3 SUBCONTRACTS. 2-3.1 General, add the following: Should the Contractor fail to adhere to the provisions requiring the Contractor to complete 50 percent of the Contract price with its own organization, the Agency may at its sole discretion elect to cancel the Contract or to deduct an amount equal to 10 percent of the value of the work performed in excess of 50 percent of the Contract price by other than the Contractor's own organization. The City Council shall be the sole body for determination of a violation of these provisions. In any proceedings under this section, the prime contractor shall be entitled to a public hearing before the City Council and shall be notified ten (1 0) days in advance of the time and location of said hearing. The determination of the City Council shall be final. 2-4 CONTRACT BONDS. Modify the second sentence of paragraph one as follows: Delete, "who is listed in the latest version of U.S. Department of Treasury Circular 570,". Modify paragraphs three and four to read: The Contractor shall provide a faithful performance/warranty bond and payment bond (labor and materials bond) for this contract. The faithful performance/warranty bond shall be in the amount of 100 percent of the Contract price. The Contractor shall provide bonds to secure payment of laborers and materials suppliers, in an amount equal to: 1) One hundred percent (100%) of the total amount payable by the terms of the Contract when the total amount payable does not exceed five million dollars ($5,000,000). 2) Fifty percent (50%) of the total amount payable by the terms of the Contract when the total amount payable is not less than five million dollars ($5,000,000) and does not exceed ten million dollars ($10,000,000). 3) Twenty-five percent (25%) of the total amount payable by the terms of the Contract if the Contract exceeds ten million dollars ($10,000,000). Both bonds shall extend in full force and effect and be retained by the Agency during this project until they are released according to the provisions of this section. The faithful performance/warranty bond will be reduced to 25 percent of the original amount thirty (30) days after recordation of the Notice of Completion and will remain in full force and effect for the one year warranty period and until all warranty repairs are completed to the satisfaction of the Engineer. The bonds to secure payment of laborers and materials suppliers shall be released six months plus thirty (30) days after recordation of the Notice of Completion if all claims have been paid. Add the following: All bonds are to be placed with a surety insurance carrier admitted and authorized to transact the business of insurance in California and whose assets exceed their liabilities in an amount equal to or in excess of the amount of the bond. The bonds are to contain the following documents: {'\ ·~ DBE-02/29/2016 Contract No. 4080 Page 61 of 196 Pages 1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws, or other instrument entitling or authorizing the person who executed the bond to do so. 2) A certified copy of the certificate of authority of the insurer issued by the insurance commissioner. If the bid is accepted, the Agency may require a financial statement of the assets and liabilities of th .. insurer at the end of the quarter calendar year prior to thirty (30) days next preceding the date of the execution of the bond. The financial statement shall be made by an officer's certificate as defined in Section 173 of the Corporations Code. In the case of a foreign insurer, the financial statement may be verified by the oath of the principal officer or manager residing within the United States. 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General, add the following: The specifications for the work include the project technical specifications, Carlsbad Engineering Standards, and Standard Specifications for Public Works Construction, (SSPWC), 20'15 Edition, hereinafter designated "SSPWC", as written and promulgated by Joint Cooperative Committe~3 of the Southern California Chapter American Public Works Association and Southern California Districts Associated General Contractors of California, and as amended by the Supplemental Provisions section of this contract. The construction plans consist of one set. It is designated as City of Carlsbad Drawing No. 492-9 and consists of 6 sheets. The standard drawings used for this project are the most recent editions of the City of Carlsbad Supplemental Standard Drawings, hereinafter designated as CSSD, as issued by the City of Carlsbad, and the Caltrans Standard Plans. Copies of some of the pertinent standard drawings are enclosed as an appendix to these Supplemental Provisions. 2-5.2 Precedence of Contract Documents, modify as follows: If there is a conflict between Contract Documents, the document highest in precedence shall control. The precedence shall be the most recent edition of the following documents listed in order of highest to lowest precedence: 1) Permits from other agencies as may be required by law. 2) Supplemental Provisions. 3) Plans. 4) Standard Specifications for Public Works Construction. 5) Standard Plans. a) City of Carlsbad Supplemental Standard Drawings. b) Carlsbad Municipal Water District Standard Drawings. c) City of Carlsbad modifications to the San Diego Area Regional Standard Drawings. d) San Diego Area Regional Standard Drawings. e) State of California Department of Transportation Standard Plans. 6) Reference Specifications. 7) Manufacturer's lnstallatiion Recommendations. Change Orders, Supplemental Agreements and approved revisions to Plans and Specifications will take precedence over items 2) through 7) above. Detailed plans and plan views shall have precedence over general plans. 2-5.2 Precedence of Contract Documents, add the following: Where CAL TRANS specifications are used to modify the SSPWC or added to the SSPWC by any of the contract documents the CAL TRANS specifications shall have precedence only in reference to the materials and construction materials referred to in the CAL TRANS specifications. The Invitation to Bid, Contract for Public Works, Part 1 of these Supplemental Provisions and Part 1 of the SSPWC, in the order of precedence in section 2-5.2 of the SSPWC, shall prevail over the CAL TRANS specifications in all other matters. 2-5.3.3 Submittals, add the following: Each submittal shall be consecutively numbered. Resubmittal ... shall be labeled with the number of the original submittal followed by an ascending alphabeticc... designation (e.g. The label '4-C' would indicate the third instance that the fourth submittal had been given l' •fi' DBE-02/29/2016 Contract No. 4080 Page 62 of 196 Pages to the Engineer). Each sheet of each submittal shall be consecutively numbered. Each set of shop drawings and submittals shall be accompanied by a letter of transmittal on the Contractor's letterhead. The Letter of transmittal shall contain the following: 1) Project title and Agency contract number. 2) Number of complete sets. 3) Contractor's certification statement. 4) Specification section number(s) pertaining to material submitted for review. 5) Submittal number (Submittal numbers shall be consecutive including subsequent submittals for the same materials.) 6) Description of the contents of the submittal. 7) Identification of deviations from the contract documents. When submitted for the Engineer's review, Shop Drawings shall bear the Contractor's certification that the Contractor has reviewed, checked, and approved the Shop Drawings and that they are in conformance with the requirements of the Contract Documents. The Contractor shall subscribe to and shall place the following certification on all submittals: "I hereby certify that the (equipment, material) shown and marked in this submittal is that proposed to be incorporated into this Project, is in compliance with the Contract Documents, can be installed in the allocated spaces, and is submitted for approval." By: ________________________________ ___ Title:---------------- Date: ___________________ ___ Company Name: ________________________________________________________ ___ Add the following: 2-5.4 Record Drawings, The Contractor shall provide and keep up-to-date a complete "as-built" record set of blue-line prints, which shall be corrected in red daily and show every change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the Agency at cost. This set of drawings shall be kept on the job and shall be used only as a record set and shall be delivered to the Engineer within ten (1 0) days of completion of the work. Payment for performing the work required by section 2-5.4 shall be included in the various bid items and no additional payment will be made therefor. 2-9 SURVEYING. 2-9.1 Permanent Survey Markers, Delete sections 2-9.1 and replace with the following: The Contractor shall not cover or disturb permanent survey monuments or benchmarks without the consent of the Engineer. Where the Engineer concurs, in writing, with the Contractor that protecting an existing monument in place is impractical, the Contractor shall employ a licensed land surveyor or a registered civil engineer authorized to practice land surveying within the State of California, hereinafter Surveyor, to establish the location of the monument before it is disturbed. The Contractor shall have the monument replaced by the Surveyor no later than thirty (30) days after construction at the site of the replacement is completed. The Surveyor shall file corner record(s) as required by §§ 8772 and 8773, et seq. of the California Business and Professions Code. When a change is made in the finished elevation of the pavement of any roadway in which a permanent survey monument is located, the Contractor shall adjust the monument frame and cover to the new grade within seven (7) days of paving unless the Engineer shall approve otherwise. Monument frames and covers shall be protected during street sealing or painting projects or be cleaned to the satisfaction of the Engineer. {'\ • .., DBE-02/29/2016 Contract No. 4080 Page 63 of 196 Pages 2-9.2 Survey Service, Dele!te sections 2-9.2 and replace with the following: The Contractor shall hire and pay for the services of a Surveyor, hereinafter Surveyor to perform all work necessary for establishing control, construction stakin£1, records research and all other surveying work necessary to construct tr work, provide surveying services as required herein and provide surveying, drafting and otht.. professional services requined to satisfy the requirements of the Land Surveyors Act. Surveyor shall be resident on the site during1 all surveying operations and shall personally supervise and certify the surveying work. Add the following section: 2-9.2.1 Submittal of Surveying Data, All surveying data submittals shall conform to the requirements of section 2-5.3.3, "Submittc:tls", herein. The Contractor shall submit grade sheets to the Engineer before commencing work in the area affected by the grade sheets. The Contractor shall submit field notes for all surveying required herein to the Engineer within ten (1 0) days of performing the survey. All surveying field notes, grade sheets and survey calculations shall be submitted in bound form on 215mm by 280 mm (81h" by 11") paper. Th1e field notes, calculations and supporting data shall be clear and complete. Supporting data shall include all maps, affidavits, plats, field notes from earlier surveys and all other evidence used by the Surveyor to determine the location of the monuments set. The field notes and calculations will be labeled with name of the Surveyor, the party chief, field crew members and preparer of the field notes or calculations. They shall be annotated with the date of observation or calculation, be numbered with consecutive page numbers and shall be readable without resort to any electronic aid, computer program or documentation for any computer program. The field notes shall be prepared in conformance with the CALTRANS "Surveys Manual". The Contractor shall have a Record of Survey prepared by the Surveyor and file it in conformance with §§ 8700 -8805 of the State of California Business and Professions Code when the Surveyor performs any surveying that such map is required under §§ 8762 of the State of California Business and Professions Code and whenever the Surveyor shall establish, set or construct any permanent survey monument. SDRS drawing M-10 type monuments, bolts, spikes, leaded tacks and nails (when set in concrete), iron pipes, reinforcing steel and al' monuments and marks that are at, or accessory to, property corners and street centerlines are permaner survey monuments. The Record of Survey shall show all monuments set, control monuments used, the basis of bearings and all other data needed to determine the procedure of survey and the degree of accuracy attained by the field surveying including the unadjusted ratio of closure. The unadjusted ratio of closure shall not exceed 1 part in 40,000. The record of survey shall show the location and justification of location of all permanent monuments set and their relation to the street right-of-way. Record(s) of Survey(s) shall be submitted for the Engineer's review and approval before submittal to the County Surveyor and before submittal to the County Recorder. Add the following section: 2-9.2.3 Payment for Surve1y, Payment for work performed to satisfy the requirements of Section 2-9 shall be included in the actual bid items requiring the survey work and no additional payment will be made. Extension of unit prices for extra work shall include full compensation for attendant survey work and no additional payment will be made therefor. Payment for the replacement of disturbed monuments and the filing of records of survey and/or corner records, including filing fees therefor, shall be incidental to the work necessitating the disturbance of said monuments and no additional payment will be made therefor. 2-10 AUTHORITY OF BOARD AND ENGINEER. Add the following section: 2-10.1 Availability of Records, The Contractor shall, at no charge to the Agency, provide copies of all records in the Contractor's or subcontractor's possession pertaining to the work that the Engineer may request. l' ·~ DBE-02/29/2016 Contract No. 4080 Page 64 of 196 Pages Add the following section: 2-10.2 Audit and Inspection, Contractor agrees to maintain and/or make available, to the Engineer, within San Diego County, accurate books and accounting records relative to all its activities and to contractually require all subcontractors to this Contract to do the same. The Engineer shall have the right to monitor, assess, and evaluate Contractor's and its subcontractors performance pursuant to this Agreement, said monitoring, assessments, and evaluations to include, but not be limited to, audits, inspection of premises, reports, contracts, subcontracts and interviews of Contractor's staff and the staff of all subcontractors to this contract. At any time during normal business hours and as often as the Engineer may deem necessary, upon reasonable advance notice, Contractor shall make available to the Engineer for examination, all of its, and all subcontractors to this contract, records with respect to all matters covered by this Contract and will permit the Engineer to audit, examine, copy and make excerpts or transcripts from such data and records, and to make audits of all invoices, materials, payrolls, records of personnel, and other data relating to all matters covered by this Contract. However, any such activities shall be carried out in a manner so as to not unreasonably interfere with Contractor's ongoing business operations. Contractor and all subcontractors to this Contract shall maintain such data and records for as long as may be required by applicable laws and regulations. SECTION 3 --CHANGES IN WORK 3-2 CHANGES INITIATED BY THE AGENCY. 3-2.2.1 Contract Unit prices, add the following: In the case of an increase or decrease in quantity of a minor bid item in excess of 50 percent of the original quantity bid the adjustment of Contract unit price for such items will be limited to that portion of the change in excess of 50 percent of the original quantity listed in the Contractor's bid proposal for this contract. Adjustments in excess of 50 percent may, at the option of the Engineer, be paid pursuant to section 3-3, Extra Work. 3-3 EXTRA WORK. 3-3.2.2 ( c ) Tool and Equipment Rental, second paragraph, modify as follows: Regardless of ownership, the rates and right-of-way delay factors to be used in determining rental and delay costs shall be the edition of the, "Labor Surcharge and Equipment Rental Rates" published by CAL TRANS, current at the time of the actual use of the tool or equipment. The right-of-way delay factors therein shall be used as multipliers of the rental rates for determining the value of costs for delay to the Contractor and subcontractors, if any. The labor surcharge rates published therein are not a part of this contract. 3-3.2.3 Markup, Delete sections 3-3.2.3 (a) and (b) and replace with the following: (a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ....................................................... 20 2) Materials ................................................. 15 3) Equipment Rental .................................... 15 4) Other Items and Expenditures ................. 15 To the sum of the costs and markups provided for in this section, 1 percent shall be added as compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in section 3-3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. {'\ •fi DBE-02/29/2016 Contract No. 4080 Page 65 of 196 Pages 3-3.3 Daily Reports by Contractor, add the following after the second sentence: Payment for extra work will not be made until such time that the Contractor submits completed daily reports and all supporting documents to thE~ Engineer. 3-4 CHANGED CONDITIONS. Delete the second sentence of paragraph three, delete paragraph five (5), and add the following: The Contractor shall not be entitled to the payment of any additional compensation for any act, or failure to act, by the Engineer, including failure or refusal to issue a change order, or for the happening of any event, thing, occurrence, or other cause, unless the Contractor shall have first given the Engineer due written notice of potential claim as hereinafter specified. Compliance with this section shall not be required as a prerequisite to notice provisions in Section 6-7.3 Contract Time Accounting, nor to any claim that is based on differences in measurement or errors of computation as to Contract quantities. The written notice of potential claim for changed conditions shall be submitted by the Contractor to the Engineer upon their discovery and prior to the time that the Contractor performs the work giving rise to the potential claim. The Contractor's failure to give written notice of potential claim for changed conditions to the agency upon their discovery and before they are disturbed shall constitute a waiver of all claims in connection therewith. The Contractor shall providt3 the City with a written document containing a description of the particular circumstances giving rise to the potential claim, the reasons for which the Contractor believes additional compensation may be due and nature of any and all costs involved within twenty (20) working days of the date of service of the written notice of potential claim for changed conditions. Verbal notifications are disallowed. The potential claim shall include the following certification relative to the California False Claims Act, Government Code Sections 12650-12655. "The undersigned certifies that the above statements are made in full cognizance of the California Fals Claims Act, Government Code sections 12650-12655. The undersigned further understands and agrees that this potential claim, unless resolved, must be restated as a claim in response to the City's proposed final estimate in order for it to be further considered." By: ________________ . ________________ ___ Title: ----------------------- Date: __________________________________ _ Company Name: ____________________________________________________________ __ The Contractor's estimate of costs may be updated when actual costs are known. The Contractor shall submit substantiation of its actual costs to the Engineer within 20 working days after the affected work is completed. Failure to do so shall be sufficient cause for denial of any claim subsequently filed on the basis of said notice of potential claim. It is the intention of this section that differences between the parties arising under and by virtue of the Contract be brought to the attention of the Engineer at the earliest possible time in order that such matters be settled, if possible, or other appropriate action promptly taken. 3-5 DISPUTED WORK. Add the following: The Contractor shail give the agency written notice of potential claim prior to commencing any disputed work. Failure to give said notice shall constitute a waiver of all claims in connection therewith. l' •+i' DBE-02/29/2016 Contract No. 4080 Page 66 of 196 Pages Delete second sentence of paragraph one and add the following: Prior to proceeding with dispute resolution pursuant to Public Contract Code provisions specified hereinafter, the contractor shall attempt to resolve all disputes informally through the following dispute resolution chain of command: 1. Project Inspector 2. Senior Inspector 3. Principal Inspector 4. Public Works Director 5. City Manager The Contractor shall submit a complete report within twenty (20) working days after completion of the disputed work stating its position on the claim, the contractual basis for the claim, along with all documentation supporting the costs and all other evidentiary materials. At each level of claim or appeal of claim the City will, within ten (1 0) working days of receipt of said claim or appeal of claim, review the Contractor's report and respond with a position, request additional information or request that the Contractor meet and present its report. When additional information or a meeting is requested the City will provide its position within ten (1 0) working days of receipt of said additional information or Contractor's presentation of its report. The Contractor may appeal each level's position up to the City Manager after which the Contractor may proceed under the provisions of the Public Contract Code. The authority within the dispute resolution chain of command is limited to recommending a resolution to a claim to the City Manager. Actual approval of the claim is subject to the change order provisions in the contract. All claims by the contractor for $375,000 or less shall be resolved in accordance with the procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencing with Section 201 04) which is set forth below: ARTICLE 1.5 RESOLUTION OF CONSTRUCTION CLAIMS 20104. (a)(1) This article applies to all public works claims of three hundred seventy-five thousand dollars ($375,000) or less which arise between a contractor and a local agency. (2) This article shall not apply to any claims resulting from a Contract between a contractor and a public agency when the public agency has elected to resolve any disputes pursuant to Article 7.1 (commencing with Section 1 0240) of Chapter 1 of Part 2. (b)(1) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code, except that "public work" does not include any work or improvement contracted for by the state or the Regents of the University of California. (2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) payment of money or damages arising from work done by, or on behalf of, the contractor pursuant to the Contract for a public work and payment of which is not otherwise expressly provided for or the claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by the local agency. (c) The provisions of this article or a summary thereof shall be set forth in the plans or specifications for any work which may give rise to a claim under this article. (d) This article applies only to contracts entered into on or after January 1, 1991. 20104.2. For any claim subject to this article, the following requirements apply: (a) The claim shall be in writing and include the documents necessary to substantiate the claim. Claims must be filed on or before the date of final payment. Nothing in this subdivision is intended to extend the time limit or supersede notice requirements otherwise provided by Contract for the filing of claims. (b)(1) For claims of less than fifty thousand dollars ($50,000), the local agency shall respond in writing to any written claim within forty five (45) days of receipt of the claim, or may request, in writing, within thirty (30) days of receipt ofthe claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. l" ·~ DBE-02/29/2016 Contract No. 4080 Page 67 of 196 Pages (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's writtem response to the claim, as further documented, shall be submitted to the claimant within fifteen (15) clays after receipt of the further documentation or within a period of time nr greater than that taken by the claimant in producing the additional information, whichever is greater. (c)(1) For claims of over fifty thousand dollars ($50,000) and less than or equal to three hundred seventy- five thousand dollars ($375,000), the local agency shall respond in writing to all written claims within sixty (60) days of receipt of the claim, or may request, in writing, within thirty (30) days of receipt of the claim, any additional documentation supporting the claim or relating to defenses to the claim the local agency may have against the claimant. (2) If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of the local agency and the claimant. (3) The local agency's written response to the claim, as further documented, shall be submitted to the claimant within thirty (30) days after receipt of the further documentation, or within a period of time no greater than that taken by the claimant in producing the additional information or requested documentation, whichever is. greater. (d) If the claimant disputes the local agency's written response, or the local agency fails to respond within the time prescribed, the claimant may so notify the local agency, in writing, either within fifteen (15) days of receipt of the local agency's response or within fifteen ( 15) days of the local agency's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon a demand, the local agency shall schedule a meet and confer conference within thirty (30) days for settlement of the dispute. (e) Following the meet and confer conference, if the claim or any portion remains in dispute, the claimant may file a claim as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the claimant submits his or her written claim pursuant to subdivision (a) until the time that claim is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. (f) This article does not apply to tort claims and nothing in this article is intended nor shall be construed to change the time periods for filing tort claims or actions specified by Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. 201 04.4. The following procedures are established for all civil actions filed to resolve claims subject to this article: (a) Within sixty (60) days, but no earlier than thirty (30) days, following the filing or responsive pleadings, the court shall submit the matter to nonbinding mediation unless waived by mutual stipulation of both parties. The mediation process shall provide for the selection within fifteen (15) days by both parties of a disinterested third person as mediator, shall be commenced within thirty (30) days of the submittal, and shall be concluded within fifteen (15) days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15-day period, any party may petition the court to appoint the mediator. (b)(1) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil procedure) shall apply to any proceeding brought under the subdivision consistent with the rules pertaining to judicial arbitration. (2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrators appointed for purposes of this article shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fe~3s and expenses shall be paid equally by the parties, except in the case c arbitration where the arbitrator, for good cause, determines a different division. In no event shall these fees or expenses be paid by state or county funds. {'\ •iF DBE-02/29/2016 Contract No. 4080 Page 68 of 196 Pages (3) In addition to Chapter 2.5 (commencing with Section 1141.10) Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of the trial de novo. (c) The court may, upon request by any party, order any witnesses to participate in the mediation or arbitration process. 20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which is undisputed except as otherwise provided in the contract. (b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal rate on any arbitration award or judgment. The interest shall begin to accrue on the date the suit is filed in a court of law. SECTION 4-CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP. 4-1.3.1 General, add the following: The Contractor shall provide the Engineer free and safe access to any and all parts of work at any time. Such free and safe access shall include means of safe access and egress, ventilation, lighting, shoring, dewatering and all elements pertaining to the safety of persons as contained in the State of California, California Code of Regulations, Title 8, Industrial Relations, Chapter 4, Division of Industrial Safety, Subchapter 4, Construction Safety Orders and such other safety regulations as may apply. Contractor shall furnish Engineer with such information as may be necessary to keep the Engineer fully informed regarding progress and manner of work and character of materials. Inspection or testing of the whole or any portion of the work or materials incorporated in the work shall not relieve Contractor from any obligation to fulfill this Contract. 4-1.4 Test of Materials, delete the. phrase, "and a reasonable amount of retesting", from the third sentence of the first paragraph. add the following: Except as specified in these Supplemental Provisions, the Agency will bear the cost of testing of locally produced materials and/or on-site workmanship where the results of such tests meet or exceed the requirements indicated in the Standard Specifications and the Supplemental Provisions. The cost of all other tests shall be borne by the Contractor. At the option of the Engineer, the source of supply of each of the materials shall be approved by the Engineer before the delivery is started. All materials proposed for use may be inspected or tested at any time during their preparation and use. If, after incorporating such materials into the Work, it is found that sources of supply that have been approved do not furnish a uniform product, or if the product from any source proves unacceptable at any time, the Contractor shall furnish approved material from other approved sources. If any product proves unacceptable after improper storage, handling or for any other reason it shall be rejected, not incorporated into the work and shall be removed from the project site all at the Contractor's expense. Compaction tests may be made by the Engineer and all costs for tests that meet or exceed the requirements of the specifications shall be borne by the Agency. Said tests may be made at any place along the work as deemed necessary by the Engineer. The costs of any retests made necessary by noncompliance with the specifications shall be borne by the Contractor. 4-1.6 Trade names or Equals, add the following: The Contractor is responsible for the satisfactory performance of substituted items. If, in the sole opinion of the Engineer, the substitution is determined to be unsatisfactory in performance, appearance, durability, compatibility with associated items, availability of repair parts and suitability of application the Contractor shall remove the substituted item and replace it with the originally specified item at no cost to the Agency. l'\ •+' DBE-02/29/2016 Contract No. 4080 Page 69 of 196 Pages Add the following section: 4-2 MATERIALS TRANSPORTATION, HANDLING AND STORAGE. The Contractor shall order, purchase, transport, coordinate delivery, accept delivery, confirm the quantity and quality received, prepare storage area(s), store, handle, protect, move, relocate, remove and dispose excess of all materials used to accomplish the Work. Materials shall be delivered to the site of the work only during work:ing hours, as defined in section 6-7.2, and shall be accompanied by bills of lading that shall clearly state for each delivery: the name of the Contractor as consignee, the project name and number, address of delivery and name of consignor and a description of the material(s) shipped. Prior to storage of any materials which have been shipped to or by the Contractor to any location within the Agency's boundaries the Contractor shall provide the Engineer a copy of lease agreements for each property where such materials are stored. The lease agreement shall clearly state the term of the lease, the description of materials allowed to be stored and shall provide for the removal of the materials and restoration of the storage site within the time allowed for the Work. All such storage shall conform to all laws and ordinances that may pertain to the materials stored and to preparation of the storage site and the location of the site on which the materials are stored. Loss, damage or deterioration of all stored materials shall be the Contractor's responsibility. Conformance to the requirements of this section, both within and outside the limits of work are a part of the Work. The Engineer shall have the right to verify the suitability of materials and their proper storage at any time during the Work. SECTION 5 --UTILITIES 5-1 LOCATION. Delete the first paragraph and substitute the following: The Agency and affected utility companies havf by a search of known records, endeavored to locate and indicate on the Plans, all utilities which exi&_ within the limits of the wor1<. However, the accuracy and/or completeness of the nature, size and/or location of utilities indicated on the Plans is not guaranteed. 5-4 RELOCATION. Add the following: In conformance with section 5-6 the Contractor shall coordinate the work with utility agencies and companies. Prior to the installation of any and all utility structures within the limits of work by any utility agency or company, or its contractor, the Contractor shall place all curb or curb and gutter that is a part of the work and adjacent to the location where such utility structures are shown on the plans and are noted as being located, relocated or are otherwise shown as installed by others. In order to minimize delays to the Contractor caused by the failure of other parties to relocate utilities that interfere with the construction, the Contractor, upon the Engineer's approval, may be permitted to temporarily omit the portion of work affected by the utility. If such temporary omission is approved by the Engineer the Contractor shall place survey or other physical control markers sufficient to locate the curb or curb and gutter to the satisfaction of the utility agency or company. Such temporary omission shall be for the Contractor's convenience and no additional compensation will be allowed therefor or for additional work, materials or delay associated with the temporary omission. The portion thus omitted shall be constructed by the Contractor immediate!ly following the relocation of the utility involved unless otherwise directed by the Engineer. l' ·~ DBE-02/29/2016 Contract No. 4080 Page 70 of 196 Pages SECTION 6 --PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add the following section: Except as otherwise provided herein and unless otherwise prohibited by permits from other agencies as may be required by law the Contractor shall begin work within five (5) calendar days after receipt of the "Notice to Proceed". Add the following section: 6-1.1 Pre-Construction Meeting. After, or upon, notification of Contract award, the Engineer will set the time and location for the Preconstruction Meeting. Attendance of the Contractor's management personnel responsible for the management, administration, and execution of the project is mandatory for the meeting to be convened. Failure of the Contractor to have the Contractor's responsible project personnel attend the Preconstruction Meeting will be grounds for default by Contractor per section 6-4. No separate payment will be made for the Contractor's attendance at the meeting. The notice to proceed will only be issued on or after the completion of the preconstruction meeting. 6-1.2 Commencement of the Work. Delete the paragraph and add the following section: Unless otherwise specified in the Special Provisions, the Contract time shall commence upon the date of issuance of the Notice To Proceed. The Work shall start within five (5) days thereafter, and be diligently prosecuted to completion within the Contract time. Add the following section: 6-1.2.10 Engineer's Review. The Construction Schedule is subject to the review of the Engineer. The Engineer's determination that the Baseline Construction Schedule proposed by the Contractor complies with the requirements of these supplemental provisions shall be a condition precedent to issuance of the Notice to Proceed by the Engineer. If the Engineer determines that the Construction Schedule does not meet the requirements of these specifications the Contractor shall correct the Construction Schedule to meet these specifications and resubmit it to the Engineer. Failure of the Contractor to obtain the Engineer's determination that the initial Construction Schedule proposed by the Contractor complies with the requirements of these supplemental provisions within thirty (30) working days after the date of the preconstruction meeting shall be grounds for termination of the contract per Section 6-4. Days used by the Engineer to review the initial Construction Schedule will not be included in the thirty (30) working days. The Engineer will review and return to the Contractor, with any comments, the Construction Schedule within fifteen (15) working days of submittal. The Baseline Construction Schedule will be returned marked as per Sections 6-1.2.1 0.3 Add the following section: 6-1.3.6 Bar Chart. Each monthly update will include a bar chart showing individual tasks and their durations arranged with the tasks on the vertical axis and duration on the horizontal axis. The bar chart shall use differing texture patterns or distinctive line types to show the critical path. Add the following section: 6-1.4 Engineer's Review of Updated Construction Schedule. The Engineer will review and return the Updated Construction Schedule to the Contractor, with any comments, within five (5) working days of submittal. The Updated Construction Schedule will be returned marked as per Sections 6-1.4.1 through 6-1.4.3. Any Updated Construction Schedule marked "Accepted with Comments" or "Not Accepted" by the Engineer will be returned to the Contractor for correction. Upon resubmittal the Engineer will review and return the resubmitted Updated Construction Schedule to the Contractor, with any comments, within five (5) working days. Failure of the Contractor to submit a monthly updated construction schedule will ('\ •+' DBE-02/29/2016 Contract No. 4080 Page 71 of 196 Pages invoke the same consequences as the Engineer returning a monthly updated construction schedule marked "Not Accepted". Add the following section: 6-1.4.1 "Accepted." The Contractor may proceed with the project work, and will receive payment forth .. schedule in accordance with Section 6-1.8.2. Add the following section: 6-1.4.2 "Accepted with Comments." The Contractor may proceed with the project work. The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer's comments prior to receipt of payment per Section 6-1.8.2. Add the following section: 6-1.4.3 "Not Accepted." The Contractor must resubmit the Updated Construction Schedule to the Engineer incorporating the corrections and changes noted in the Engineer's comments prior to receipt of payment per Section 6-1.8.2. The Contractor, at the sole option of the Engineer, may be considered as having defaulted the contract under the provisions of Section 6-4 DEFAULT BY CONTRACTOR if the changes of the comments are not submitted and marked "Accepted" by the Engineer before the last day of the month in which the Updated Construction Schedule is due. If the Contractor fails to submit the corrected Updated Construction Schedule as required herein the Contractor may elect to proceed with the project at its own risk. Should the Contractor elect not to proceed with the project, any resulting delay, impact, or disruption to the project will be the Contractor's responsibility. Add the following section: 6-1.5 Late Completion o1r Milestone Dates. Should the Schedule Update indicate a completion or contractually required milestone date later than the properly adjusted contract or milestone duration, the Agency may withhold Liquidated Damages for the number of days late. Should a subsequent "Accepted" Schedule Update remove all or a portion of the delay, all or the allocated portion of the previously hel Liquidated Damages shall be released in the monthly payment to the Contractor immediately following the "Accepted" schedule. Add the following section: 6-1.6 Interim Revisions. Should the actual or projected progress of the work become substantially different from that depicted in the Project Schedule, independently of and prior to the next monthly update, the Contractor will submit a revised Baseline Construction Schedule, with a list and explanation of each change made to the schedule. The Revised Construction Schedule will be submitted per the submittal requirements of Section 2-5.3 and per the schedule review and acceptance requirements of Section 6-1, including but not limited to the acceptance and payment provisions. As used in this section "substantially different" means a time variance greater than 5 percent of the number of days of duration for the project. Add the following section: 6-1.7 Final Schedule Update. The Contractor shall prepare and submit a final schedule update when one hundred percent of the construction work is completed. The Contractor's Final Schedule Update must accurately represent the actual dates for all activities. The final schedule update shall be prepared and reviewed per Sections 6-1.3 Preparation of Schedule Updates and Revisions and 6-1. 4 Engineer's Review of Updated Construction Schedule. Acceptance of the final schedule update is required for completion of the project and release of any and all funds retained per Section 9-3.2. Add the following section: 6-1.8 Measurement and Payment of Construction Schedule. The contractor's preparation, revision and maintenance of the Construction Schedule are incidental to the work and no separate payment will be made therefor. ('\ •fi DBE-02/29/2016 Contract No. 4080 Page 72 of 196 Pages 6-2 PROSECUTION OF WORK. Add the following section: 6-2.1 Order of Work. The work to be done shall consist of furnishing all labor, equipment and materials, and performing all operations necessary to complete the Project Work as shown on the Project Plans and as specified in the Specifications. Add the following section: 6-2.3 Project Meetings. The Engineer will establish the time and location of Project Meetings. Each Project Meeting shall be attended by the Contractor's Representative. The Project Representative shall be the individual determined under section 7-6, "The Contractor's Representative", SSPWC. No separate payment for attendance of the Contractor, the Contractor's Representative or any other employee or subcontractor or subcontractor's employee at these meetings will be made. 6-6 DELAYS AND EXTENSIONS OF TIME. 6-6.4 Written Notice and Report. Modify as follows: The Contractor shall provide written notice to the Engineer within two hours of the beginning of any period that the Contractor has placed any workers or equipment on standby for any reason that the Contractor has determined to be caused by the Agency or by any organization that the Agency may otherwise be obligated by. The Contractor shall provide continuing daily written notice to the Engineer, each working day, throughout the duration of such period of delay. The initial and continuing written notices shall include the classification of each workman and supervisor and the make and model of each piece of equipment placed on standby, the cumulative duration of the standby, the Contractor's opinion of the cause of the delay and a cogent explanation of why the Contractor could not avoid the delay by reasonable means. Should the Contractor fail to provide the notice(s) required by this section the Contractor agrees that no delay has occurred and that it will not submit any claim(s) therefor. 6-7 TIME OF COMPLETION. Add the following: The Contractor shall diligently prosecute the work to completion within forty five (45) working days after the starting date specified in the Notice to Proceed. 6-7.2 Working Day. Add the following: Unless otherwise approved in writing by the Engineer, the hours of work shall be between the hours of 8:00 a.m. and 4:00 p.m. on Mondays through Fridays, excluding Agency holidays. The Contractor shall obtain the written approval of the Engineer if the Contractor desires to work outside said hours or at any time during weekends and/or holidays. This written permission must be obtained at least 48 hours prior to such work The Engineer may approve work outside the hours and/or days stated herein when, in his/her sole opinion, such work conducted by the Contractor is beneficial to the best interests of the Agency. The Contractor shall pay the inspection costs of such work. The Contractor shall incorporate the dates, areas and types of work prohibited in this section in the Construction Schedule required by section 6.1. No additional payment, adjustment of bid prices or adjustment of Contract time of completion will be allowed as a consequence of the prohibition of work being performed within the dates, areas and/or types of work prohibited in this section. 6-8 COMPLETION AND ACCEPTANCE. Delete the second paragraph and add the following: The Engineer will not accept the Work or any portion of the Work before all of the Work is completed and all outstanding deficiencies that may exist are corrected by the Contractor and the Engineer is satisfied that all the materials and workmanship, and all other features of the Work, meet the requirements of all of the specifications for the Work. Use, temporary, interim or permanent, of all, or portions of, the Work does not constitute acceptance of the Work. If, in the Engineer's judgment, the Work has been completed and is ready for acceptance the Engineer will so certify to the Board. Upon such certification by the Engineer the Board may accept the completed Work. Upon the Board's {'\ •iF' DBE-02/29/2016 Contract No. 4080 Page 73 of 196 Pages acceptance of the Work the Engineer will cause a "Notice of Completion" to be filed in the office of the San Diego County Recorder. The date of recordation shall be the date of completion of the Work. Delete the first sentence of the third paragraph and substitute the following two sentences: All war! shall be warranted for one (1) year after recordation of the "Notice of Completion" and any faulty work or materials discovered during the warranty period shall be repaired or replaced by the Contractor, at its expense. Twenty-five percent of the faithful performance bond shall be retained as a warranty bond for the one year warranty period. 6-9 LIQUIDATED DAMAGES. Modify the last sentence of the first paragraph and the first sentence of the second paragraph and add the following: For each consecutive calendar day in excess of the time specified for completion of Work, as adjusted in accordance with 6-6, the Contractor shall pay the Agency, or have withheld monies due it, the sum of one thousand dollars ($1000.00) Execution of the Contract shall constitute agreement by the Agency and Contractor that one thousand dollars ($1000) per day is the minimum value of costs and actual damages caused by the Contractor to complete the Work within the allotted time. Any progress payments made after the specified completion date shall not constitute a waiver of this paragraph or of any damages. SECTION 7' --RESPONSIBILITIES OF THE CONTRACTOR 7-3 LIABILITY INSURANCE. Modify as follows: All insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of at least A-:V and are admitted and authorized to conduct business in the state of California an' are listed in the official publication of the Department of Insurance of the State of California. 7-4 WORKERS' COMPENSATION INSURANCE. Add the following: All insurance is to be placed with insurers that are admitted and authorized to conduct business in the state of California and are listed in the official publication of the Department of Insurance of the State of California. Policies issued by the State Compensation Fund meet the requirement for workers' compensation insurance. 7-5 PERMITS. Delete the first sentence and add the following four sentences: Except as specified herein the agency will obtain, at no cost to the Contractor, all encroachment, right-of-way, grading, resource agency and building permits necessary to perform work for this Contract on Agency property, in streets, highways (except State highway right-of-way), railways or other rights-of-way. Contractor shall not begin work until all permits incidental to the work are obtained. The Contractor shall obtain and pay for all permits for the disposal of all materials removed from the project. The cost of said permit(s) shall be included in the price bid for the appropriate bid it1~m and no additional compensation will be allowed therefor. 7-7 COOPERATION AND COLLATERAL WORK. Add the following section: 7-7.1 Coordination. The Contractor shall coordinate and cooperate with all the utility companies durinr- the relocation or construction of their lines. The Contractor may be granted a time extension if, in th (.'\ ·~ DBE-02/29/2016 Contract No. 4080 Page 7 4 of 196 Pages opinion of the Engineer, a delay is caused by the utility company. No additional compensation will be made to the Contractor for any such delay. 7-8 PROJECT SITE MAINTENANCE. 7-8.1 Cleanup and Dust Control. Add the following: Cleanup and dust control required herein shall also be executed on weekends and other non-working days when needed to preserve the health safety or welfare of the public. The Contractor shall conduct effective cleanup and dust control throughout the duration of the Contract. The Engineer may require increased levels of cleanup and dust control that, in his/her sole discretion, are necessary to preserve the health, safety and welfare of the public. Cleanup and dust control shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefor. 7-8.5 Temporary light, Power and Water. Add the following: The Contractor shall obtain a construction meter for water used for the construction, plant establishment, maintenance, cleanup, testing and all other work requiring water related to this contract. The Contractor shall contact the appropriate water agency for requirements. The Contractor shall pay all costs of temporary light, power and water including hookup, service, meter and any, and all, other charges, deposits and/or fees therefor. Said costs shall be considered incidental to the items of work that they are associated with and no additional payment will be made therefor. 7-8.6 Water Pollution Control. Add the following: The Contractor shall exercise every reasonable precaution to protect channels, storm drains, and bodies of water from pollution. It shall conduct and schedule operations so as to minimize or avoid muddying and silting of said channels, drains, and waters. Water pollution control work shall consist of constructing those facilities which may be required to provide prevention, control, and abatement of water pollution. The Contractor shall adhere to the requirements of the California State Water Resources Control Board (SWRCB) and shall perform all work in accordance with Order No. 2009-0009-DWQ for Waste Discharges of Storm Water Runoff Associated with Construction and Land Disturbance Activities (Construction General Permit or CGP), and any subsequent amendments, where applicable. Add the following section: 7-8.8 Noise Control. All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project with special attention to the City Noise Control Ordinance, Carlsbad Municipal Code Chapter 8.48. 7-10 PUBLIC CONVENIENCE AND SAFETY. 7-10.1 Traffic and Access. add the following: The Contractor shall schedule the work so as to prevent damage by all traffic, including but not limited to mail delivery. The Contractor shall not schedule work so as to conflict with trash pickup. The trash hauling schedule can be obtained by calling the City's contracted waste disposal company, Coast Waste Management at 929-9417. Seventy two hours prior to the start of any construction in the public right-of-way that affects vehicular traffic and/or parking or pedestrian routes, the Contractor shall give written notification of the impending disruption. For a full street closure, all residences and/or businesses on the affected street or alley shall be notified. For partial street closures, or curb, sidewalk and driveway repairs, the residences and/or businesses directly affected by the work shall be notified. The notification shall be hand delivered and shall state the date and time the work will begin and its anticipated duration. The notification shall list two telephone numbers that may be called to obtain additional information. One number shall be the Contractor's permanent office or field office and the other number shall be a 24 hour number answered by someone who is knowledgeable about the project. At least one of the phone numbers shall be in the (760) area code. An answering machine shall not be connected to either number. The notification shall also give a brief description of the work and simple {"\ ·~ DBE-02/29/2016 Contract No. 4080 Page 75 of 196 Pages instructions to the home or business owner on what they need to do to facilitate the construction. The Contractor shall submit the contents of the notification to the Engineer for approval. Notices shall not be distributed until approved by the Engineer. For residences, the notification shall be pre-cut in a manner that enables it to be affixed to a doorknob without adhesives. It shall be a minimum size of 3-1/2 inches by 8-1/2 inches and shall be brightly colored with contrasting printing. The material shall be equivalent in strength and durability to 65 lb. card stock. The printing on the notice shall be no smaller than 12 point. An example of such notice is provided in Appendix "E". In addition to the notifications, the contractor shall post no parking signs 48 hours in advance of the work being performed. The no parking signs shall state the date and time of parking restriction for a duration not to exceed the time necessary to complete the work at that location. Failure of the contractor to meet the posted date requires re-posting the no parking signs 48 hours in advance of the rescheduled work. If the work is delayed or resch~3duled the no parking signs shall be removed and re-posted 48 hours in advance of the rescheduled work. The preparation, materials, printing and distribution of the notifications shall be included in the Contract price bid for traffic control and the Contractor will not be entitled to any additional compensation for printing and distributing these notices. 7-10.3 Street Closures, Detours, Barricades. Modify the second paragraph as follows: After obtaining the Engineers approval and at least five (5) working days before closing, detouring, partially closing or reopening any stree!t, alley or other public thoroughfare the Contractor shall notify the following 1) The Engineer ........................................................................... . 2) Carlsbad Fire Department Dispatch ........................................ . 3) Carlsbad Police Department Dispatch ..................................... . 4) Carlsbad Traffic Signals Maintenance ..................................... . 5) Carlsbad Traffic Signals Operations ........................................ . 6) North County Transit District. ................................................... . 7) Coast Waste Management ...................................................... . (760) 438-1161 X-4411 (760) 931-2197 (760) 931-2197 (760) 438-2980 X-2937 (760) 438-1161 X4500 (760) 7 43-9346 (760) 929-9400 The Contractor shall comply with their requirements. The Contractor shall obtain the Engineer's written approval prior to deviating from the requirements of 2) through, and including, 7) above. The Contractor shall obtain the written approval no less than five (5) working days prior to placing any traffic control that affects bus stops. 7-10.3 Street Closures, Detours, Barricades. Add the following: Traffic controls shall be in accordance with the plans, the California Manual on Uniform Traffic Control Devices (2014 edition, including Revision 1 ), the City of Carlsbad Standard Traffic Control Plan Sheet, and these Supplemental Provisions. If any component in the traffic control system is damaged, displaced, or ceases to operate or function as specified, from any cause, during the progress of the work, the Contractor shall immediately repair said component to its original condition or replace said component and shall restore the component to its original location. In the event that the Contractor fails to install and/or maintain barricades or such other traffic signs, markings, delineation or devices as may be required herein, the Engineer may, at his/her sole option, install the! traffic signs, markings, delineation or devices and charge the Contractor twenty dollars ($25.00) per day per traffic sign or device, or the actual cost of providing such traffic control facility, whichever is the great,er. Add the following section: 7-10.3.1 Construction Area Signs and Control Devices. All construction traffic signs and control devices shall be maintained throughout the duration of work in good order and according to the approved traffic control plan. All construction area signs shall conform to the provisions of section 206-7.2 et seq. l'\ • .., DBE-02/29/2016 Contract No. 4080 Page 76 of 196 Pages All temporary reflective pavement markers shall conform to the provisions of section 214-5.1.et seq. All temporary reflective channelizers shall conform to the provisions of section 214-5.2 et seq. All paint for temporary traffic striping, pavement marking, and curb marking shall conform to the provisions of section 210-1.6 et seq. except that all temporary paint shall be rapid dry water borne conforming to section 210-1.6 for materials and section 310-5 et seq. For workmanship. Warning and advisory signs, lights and devices installed or placed to provide traffic control, direction and/or warning shall be furnished, installed and maintained by the Contractor. Warning and advisory signs, lights and devices shall be promptly removed by the Contractor when no longer required. Warning and advisory signs that remain in place overnight shall be stationary mounted signs. Stationary signs that warn of non-existent conditions shall be removed from the traveled way and from the view of motorists in the traveled way or shielded from the view of the travelling public during such periods that their message does not pertain to existing conditions. Care shall be used in performing excavation for signs in order to protect underground facilities. All excavation required to install stationary construction area signs shall be performed by hand methods without the use of power equipment. Warning and advisory signs that are used only during working hours may be portable signs. Portable signs shall be removed from the traveled way and shielded from the view of the travelling public during non-working hours. During the hours of darkness, as defined in Division 1, Section 280, of the California Vehicle Code, portable signs shall be illuminated or, at the option of the Contractor, shall be in conformance with the provisions in section 206-7.2 et seq. If illuminated traffic cones rather than post-type delineators are used during the hours of darkness, they shall be affixed or covered with reflective .cone sleeves as specified in CAL TRANS "Standard Specifications", except the sleeves shall be 180 mm (7") long. Personal vehicles of the Contractor's employees shall not be parked within the traveled way, including any section closed to public traffic. Whenever the Contractor's vehicles or equipment are parked on the shoulder within 1.8 m (6') of a traffic lane, the shoulder area shall be closed with fluorescent traffic cones or portable delineators placed on a taper in advance of the parked vehicles or equipment and along the edge of the pavement at not less than 7.6 m (25') intervals to a point not less than 7.6 m (25') past the last vehicle or piece of equipment. A minimum of nine (9) cones or portable delineators shall be used for the taper. A C23 (Road Work Ahead) or C24 (Shoulder Work Ahead) sign shall be mounted, as required herein, on a sign post or telescoping flag tree with flags. The sign post or flag tree shall be placed where directed by the Engineer. Add the following section: 7-10.3.2 Maintaining Traffic. The Contractor's personnel shall maintain a safe buffer distance from any traffic lane occupied by traffic. The Contractor's equipment shall maintain a safe buffer distance from any traffic or pedestrians. Vehicular and pedestrian access shall be maintained through the project. One lane of travel on all affected streets shall remain open at all times for vehicular traffic. At any given intersection, pedestrian access across each street shall be maintained. Add the following section: 7-10.3.3 Traffic Control System for Lane Closure. A traffic control system consists of closing traffic lanes or pedestrian walkways in accordance with the details shown on the plans, the California Manual on Uniform Traffic Control Devices (2014 edition, including Revision 1}, the City of Carlsbad Standard Traffic Control Plan Sheet, and provisions under "Maintaining Traffic" elsewhere in these Supplemental Provisions. The provisions in this section will not relieve the Contractor from its responsibility to provide such additional devices or take such measures as may be necessary to maintain public safety. When lanes are closed for only the duration of work periods, all components of the traffic control system, except portable delineators placed along open trenches or excavation adjacent to the traveled way, shall be removed from the traveled way and shoulder at the end work period. If the Contractor so elects, said components may be stored at selected central locations, approved by the Engineer, within the limits of the right-of-way. Add the following section: "-' •ii DBE-02/29/2016 Contract No. 4080 Page 77 of 196 Pages 7-10.3.4 Traffic Control for Permanent and Temporary Traffic Striping. During traffic stripe operations, traffic shall be controlled with lane closures, as provided for under "Traffic Control System for Lane Closure" of these Supplemental Provisions or by use of an alternative traffic control plan proposed by the Contractor and approved by the Engineer. The Contractor shall not start traffic striping operations using an alternative plan until the Contractor has submitted its plan to the Engineer and has received tht Engineer's written approval of said plan. Add the following section: 7-10.3.5 Temporary Pavement Delineation. Temporary pavement delineation shall be furnished, placed, maintained and removed in accordance with the minimum standards specified in the Manual on Uniform Traffic Control Devices (2014 edition, including Revision 1). Whenever the work causes obliteration of pavement delineation, temporary or permanent pavement delineation shall be in place prior to opening the traveled way to public traffic. Lane line or centerline pavement delineation shall be provided at all times for trav1~led ways open to public traffic. All work necessary, including any required lines or marks, to establish the alignment of temporary pavement delineation shall be performed by the Contractor. When temporary pavement delineation is removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed by grinding. Surfaces to receive temporary pavement delineation shall be dry and free of dirt and loose material. Temporary pavement deline~ation shall not be applied over existing pavement delineation or other temporary pavement delineation. Temporary pavement delineation shall be maintained until superseded or replaced with permanent pavement delineation. Temporary pavement delineation shall be removed when, as determined by the Engineer, the temporary pavement delineation conflicts with the permanent pavement delineation or with a new traffic pattern for the area and is no longer required for the direction of public traffic. When temporary pavement delineation is required to be removed, all lines and marks used to establish the alignment of the temporary pavement delineation shall be removed. Add the following section: 7-10.3.6 Preparation of Nlew, or Modifications and Additions to Existing, Traffic Control Plan Sheets. If no traffic control plans (TCP) or Traffic Control Staging plans (TCP) are included in the project plans, or if the Contractor elects to modify TCP included in the project plans, the Contractor shall have such new or modified TCP prepared and submitted as a part of the Work for any and all construction activities that are located within the travelled way. The Contractor shall have TCP prepared and submitted as a part of the Work for any construction activities that are a part of this project that are not included in the project plans. The Contractor must submit the TCP for the Engineer's review in conformance with the requirements of section 2-5.:~. et seq. and obtain the Engineer's approval of the TCP prior to implementing them. The minimum 20 day review period specified in section 2-5.3.1 for shop drawings and submittals shall pertain to each submittal of TCP, new, modified or added to, for the Engineer's review. New or revised TCP submittals shall include all TCP needed for the entire duration of the Work. Each phase of the TCP shall be shown in sufficient scale and detail to show the lane widths, transition lengths, curve radii, stationing of features affecting the traffic control plan and the methodology proposed to transition to the subsequent TCP phase. When the vertical alignment of the travelled surface differs from the finished pavement elevation vertical curves must also be shown. The level of detail, format, and graphics shall be of quality and size no less than those on the City of Carlsbad Standard Traffic Control Plan Sheet. Modifications, supplements and/or new design of TCP shall meet the requirements of the Engineer and of the Manual on Uniform Traffic Control Devices (2014 edition, including Revision 1). Such modification, addition, supplement, and/or new design of TCP shall be prepared by a registered professional engineer appropriately registered in the State of California. The Engineer shall be the sole judge of the suitability and quality of any such modifications, supplements, and/or new designs to TCP. The Engineer may approve any such modificatiions, supplements, and/or new designs to the TCP when, in the Engineer's sole opinion, such modifications, supplements, and/or new designs to the TCP prepared by the registerer· professional engineer retained by the Contractor will be beneficial to the best interests of the Agenc} Such modification, addition, supplement, and/or new design shall not be implemented and no work shall l'\ •+' DBE-02/29/2016 Contract No. 4080 Page 78 of 196 Pages be commenced that is contingent on such approval until the changed TCP are approved by the Engineer. The preparation of such modification, addition, supplement, and/or new designs of TCP shall not presuppose their approval or obligate the Agency in any fashion. Submittal and review requirements for such modifications, supplements, and/or new designs to TCP shall conform to the requirements of section 2-5.3 Shop Drawings and Submittals. Add the following section: 7-1 0.3. 7 Payment. The Contractor shall provide traffic control at the Contract lump sum price bid. The Contract lump sum price paid for "traffic control" shall include full compensation for furnishing all labor (including flagging costs}, materials (including signs), tools, equipment and incidentals, and for doing all the work involved in preparation, reproduction and changing of traffic control plans, placing, applying traffic stripes and pavement markers with bituminous adhesive, removing, storing, maintaining, moving to new locations, replacing, and disposing of the components of the traffic control system as shown on the plans and approved additions and modifications, as specified in these supplemental provisions, and as directed by the Engineer. All expenses and time to prepare and review modifications, additions, supplements and/or new TCP designs shall be included in the lump sum bid for traffic control and no additional payment will be made therefor. Flagging costs will be paid for as a part of the Lump Sum Amount for "Traffic Control." The cost of labor and material for portable concrete barriers will be paid for at the unit price bid. When there is no bid item the cost of labor and material for portable concrete barriers they will be paid as an incidental to the work being performed and no additional payment will be made therefor. Progress payments for "Traffic Control" will be based on the percentage of the improvement work completed. Add the following section: 7-10.4.4 Safety and Protection of Workers and Public. The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about, or adjacent to the premises where the work is being performed. The Contractor shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public, and shall use danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes, and falling materials. 7-13 LAWS TO BE OBSERVED. Add the following: Municipal ordinances that affect this work include Chapter 11.06. Excavation and Grading. If this notice specifies locations or possible materials, such as borrow pits or gravel beds, for use in the proposed construction project which would be subject to Section 1601 or Section 1603 of the Fish and Game Code, the conditions established pursuant to Section 1601 et seq. of the Fish and Game Code shall become conditions of the contract. Add the following section: 7-15 PREVAILING WAGE. 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 at City of Carlsbad, 1635 Faraday Avenue, Carlsbad, CA 92008 and available from the California Department of Industrial Relations' Internet web site at http://www.dir.ca.gov. The Federal minimum wage rates for this project as predetermined by the United States Secretary of Labor are set forth in the books issued for bidding purposes entitled "Proposal and Contract," and in copies of this book that may be examined at the offices described above where project plans, special provisions, and proposal forms may be seen. Addenda to modify the Federal minimum wage rates, if necessary, will be issued to holders of "Proposal and Contract" books. 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. l' •+' DBE-02/29/2016 Contract No. 4080 Page 79 of 196 Pages Attention is directed to the Federal minimum wage rate requirements in the "Proposal and Contract" books. If there is a differenct3 between the minimum wage rates predetermined by the Secretary of Labor and the general prevailing wage rates determined by the Director of the California Department of Industrial Relations for similar classifications of labor, the Contractor and subcontractors shall pay nC'' less than the higher wage rate. The Department will not accept lower State wage rates not specificah. included in the Federal miniimum wage determinations. This includes "helper" (or other classifications based on hours of experience) or any other classification not appearing in the Federal wage determinations. Where Federal wage determinations do not contain the State wage rate determination otherwise available for use by the Contractor and subcontractors, the Contractor and subcontractors shall pay not less than the Federal minimum wage rate, which most closely approximates the duties of the employees in question. Add the following section: 7-16 PUBLIC SAFETY The Contractor shall provide for the safety of traffic and the public in conformance with the provisions in Section 7-1.09, "Public Safety," of the Caltrans' Standard Specifications and these special provisions. The Contractor shall install temporary railing (Type K) between a lane open to public traffic and an excavation, obstacle or storage area when the following conditions exist: A. Excavations.-The near edge of the excavation is 3.6 m or less from the edge of the lane, except: 1. Excavations covered with sheet steel or concrete covers of adequate thickness to prevent accidental entry by traffic or the public. · 2. Excavations less than 0.3-m deep. 3. Trenches less than 0.3-m wide for irrigation pipe or electrical conduit, or excavations less than 0.3-m in diameter. 4. Excavations parallel to the lane for the purpose of pavement widening or reconstruction. 5. Excavations in side slopes, where the slope is steeper than 1:4 (vertical:horizontal). 6. Excavations protected by existing barrier or railing. B. Temporarily Unprote~cted Permanent Obstacles.-The work includes the installation of a fixea obstacle together with a protective system, such as a sign structure together with protective railing, and the Contractor elects to install the obstacle prior to installing the protective system; or the Contractor, for the Contractor's convenience and with permission of the Engineer, removes a portion of an existin~l protective railing at an obstacle and does not replace such railing complete in place during the same day. C. Storage Areas.-Material or equipment is stored within 3.6 m of the lane and the storage is not otherwise prohibited by the provisions of the Standard Specifications and these special provisions. The approach end of temporary railing (Type K), installed in conformance with the provisions in this section "Public Safety" and in Section 7-1.09, "Public Safety," of the Standard Specifications, shall be offset a minimum of 4.6 m from the edge of the traffic lane open to public traffic. The temporary railing shall be installed on a skew toward the edge of the traffic lane of not more than 0.3-m transversely to 3 m longitudinally with respect to the edge of the traffic lane. If the 4.6-m minimum offset cannot be achieved, the temporary railing shall be instaHed on the 10 to 1 skew to obtain the maximum available offset between the approach end of the railing and the edge of the traffic lane, and an array of temporary crash cushion modules shall be installed at the approach end of the temporary railing. Temporary railing (Type K) shall conform to the provisions in Section 12-3.08, "Temporary Railing (Type K)," of the Standard Specifications. Temporary railing (Type K), conforming to the details shown on 1999 Standard Plan T3, may be used. Temporary railing (Type K) fabricated prior to January 1, 1993, and conforming to 1988 Standard Plan 811-30 may be used, provided the fabrication date is printed on the required Certificate of Compliance. Temporary crash cushion modules shall conform to the provisions in "Temporary Crash Cushion Module. of these special provisions. l' •+' DBE-02/29/2016 Contract No. 4080 Page 80 of 196 Pages Except for installing, maintaining and removing traffic control devices, whenever work is performed or equipment is operated in the following work areas, the Contractor shall close the adjacent traffic lane unless otherwise provided in the Standard Specifications and these special provisions: Approach Speed of Public Traffic (Posted Limit) Work Areas (Kilometers Per Hour) Over 72 (45 Miles Per Hour) Within 1.8 m of a traffic lane but not on a traffic lane 56 to 72 (35 to 45 Miles Per Hour) Within 0.9-m of a traffic lane but not on a traffic lane The lane closure provisions of this section shall not apply if the work area is protected by permanent or temporary railing or barrier. When traffic cones or delineators are used to delineate a temporary edge of a traffic lane, the line of cones or delineators shall be considered to be the edge of the traffic lane, however, the Contractor shall not reduce the width of an existing lane to less than 3 m without written approval from the Engineer. When work is not in progress on a trench or other excavation that required closure of an adjacent lane, the traffic cones or portable delineators used for the lane closure shall be placed off of and adjacent to the edge of the traveled way. The spacing of the cones or delineators shall be not more than the spacing used for the lane closure. Suspended loads or equipment shall not be moved nor positioned over public traffic or pedestrians. Full compensation for conforming to the provisions in this section "Public Safety," including furnishing and installing temporary railing (Type K) and temporary crash cushion modules, shall be considered as included in the Contract prices paid for the various items of work involved and no additional compensation will be allowed therefor. Required for ALL construction contracts administered under the Caltrans Standard Specifications. Add the following section: 7-19 REMOVAL OF ASBESTOS AND HAZARDOUS SUBSTANCES. When the presence of asbestos or hazardous substances are not shown on the plans or indicated in the specifications and the Contractor encounters materials which the Contractor reasonably believes to be asbestos or a hazardous substance as defined in Section 25914.1 of the Health and Safety Code, and the asbestos or hazardous substance has not been rendered harmless, the Contractor may continue work in unaffected areas reasonably believed to be safe. The Contractor shall immediately cease work in the affected area and report the condition to the Engineer in writing. In conformance with Section 25914.1 of the Health and Safety Code, removal of asbestos or hazardous substances including exploratory work to identify and determine the extent of the asbestos or hazardous substance will be performed by separate contract. If delay of work in the area delays the current controlling operation, the delay will be considered a right of way delay and the Contractor will be. compensated for the delay in conformance with the provisions in Section 8-1.09, "Right of Way Delays," of the Standard Specifications. Required for ALL construction contracts administered under the Caltrans Standard Specifications. Add the following schedule: 7-20 SUBCONTRACTOR AND DBE RECORDS Use each DBE subcontractor as listed on the List of Subcontractors form and the Local Agency Bidder DBE Commitment (Construction Contracts), Exhibit 15-G, forms unless you receive authorization for a substitution. The Agency requests the Contractor to: 1. Notify the Engineer of any changes to its anticipated DBE participation 2. Provide this notification before starting the affected work {'\ •+i' DBE-02/29/2016 Contract No. 4080 Page 81 of 196 Pages Maintain records including: 1. Name and business address of each 1st-tier subcontractor 2. Name and business address of each DBE subcontractor, DBE vendor, and DBE trucking company, regardless of tier 3. Date of payment and total amount paid to each business If you are a DBE contractor, include the date of work performed by your own forces and the corresponding value of the work. Before the 15th of each month, submit a Monthly DBE Trucking Verification form. If a DBE is decertified before completing its work, the DBE must notify you in writing of the decertification date. If a business becomes a certified DBE before completing its work, the business must notify you in writing of the certification date. Submit the notifications. On work completion, complete a Disadvantaged Business Enterprises (DBE) Certification Status Change, Exhibit 17-0, form. Submit the form within thirty (30) days of contract acceptance. Upon work completion, complete a Final Report-Utilization of Disadvantaged Business Enterprises (DBE), First-Tier Subcontractors, Exhibit 17-F, form. Submit it within ninety (90) days of contract acceptance. The Agency withholds $10,000 until the form is submitted. The Agency releases the withhold upon submission of the completed form. 7-23 SUBCONTRACTING 1. No subcontract releases the Contractor from the contract or relieves the Contractor of their responsibility for a subcontractor's work. 2. If the Contractor violates Pub Cont Code § 4100 et seq., the City of Carlsbad may exercise the remedies provided under Pub Cont Code§ 4110. The City of Carlsbad may refer the violation to the Contractors State License Board as provided under Pub Cont Code § 4111. 3. The Contractor shall perform work equaling at least 30 percent of the value of the original total bid with the Contractor's own employees and equipment, owned or rented, with or without operators. 4. Each subcontract must comply with the contract. 5. Each subcontractor must have an active and valid State contractor's license with a classification appropriate for the work to be performed (Bus & Prof Code, § 7000 et seq.). 6. Submit copies of subcontracts upon request by the Engineer. 7. Before subcontracted work starts, submit a Subcontracting Request form. 8. Do not use a debarred contractor; a current list of debarred contractors is available at the Department of Industrial Relations' Web site. 9. Upon request by the Engineer, immediately remove and not again use a subcontractor who fails to prosecute the work satisfactorily. Each subcontract and any lower tier subcontract that may in turn be made shall include the "Required Contract Provisions Federal-Aid Construction Contracts" in Section 14 of these special provisions. Noncompliance shall be corrected. Payment for subcontracted work involved will be withheld from progress payments due, or to become due, until correction is made. Failure to comply may result in termination of the contract. 7-24 PROMPT PROGRESS PAYMENT TO SUBCONTRACTORS A prime contractor or subcontractor shall pay any subcontractor not later than ten (1 0) days of receipt of each progress payment in accordance with the provision in Section 7108.5 of the California Business and Professions Code concerning prompt payment to subcontractors. The ten (10) days is applicable unless a longer period is agreled to in writing. Any delay or postponement of payment over thirty (30) l' •fi DBE-02/29/2016 Contract No. 4080 Page 82 of 196 Pages days may take place only for good cause and with the agency's prior written approval. Any violation of Section 7108.5 shall subject the violating contractor or subcontractor to the penalties, sanction and other remedies of that section. 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 prime contractor, deficient subcontract performance, or noncompliance by a subcontractor. Add the following section: 7-25 PROMPT PAYMENT OF WITHHELD FUNDS TO SUBCONTRACTORS The agency shall hold retainage from the prime contractor and shall make prompt and regular incremental acceptances of portions, as determined by the agency, of the contract work, and pay retainage to the prime contractor based on these acceptances. The prime contractor, or subcontractor, shall return all monies withheld in retention from a subcontractor within thirty (30) days after receiving payment for work satisfactorily completed and accepted including incremental acceptances of portions of the contract work by the agency. Federal law (49CFR26.29) requires that any delay or postponement of payment over thirty (30) days may take place only for good cause and with the agency's prior written approval. Any violation of this provision shall subject the violating prime contractor or subcontractor to the penalties, sanctions and other remedies specified in Section 7108.5 of the Business and Professions Code. These requirements shall not be construed to limit or impair any contractual, administrative, or judicial remedies otherwise available to the prime contractor or subcontractor in the event of a dispute involving late payment or nonpayment by the prime contractor, deficient subcontract performance, or noncompliance by a subcontractor. SECTION 8 --FACILITIES FOR AGENCY PERSONNEL 8-1 GENERAL Delete section 8-1 and substitute the following: A facility for agency personnel is not required. SECTION 9 --MEASUREMENT AND PAYMENT 9-1 MEASUREMENT OF QUANTITIES FOR UNIT PRICE WORK 9-1.4 Units of Measurement, modify as follows: The system of measure for this Contract shall be the U.S. Standard Measures. 9-3 PAYMENT. 9-3.1 General. Delete the eighth paragraph and substitute the following: Guarantee periods shall not be affected by any payment but shall commence on the date of recordation of the "Notice of Completion" 9-3.2 Partial and Final Payment. Delete the second paragraph and substitute the following: Each month, the Engineer will make an approximate measurement of the work performed to the closure date as basis for making monthly progress payments. The estimated value will be based on Contract unit prices, completed change order work and as provided for in Section 9-2 of the Standard Specifications (SSPWC). Progress payments shall be made no later than thirty (30) calendar days after the closure date. Five (5) working days following the closure date, the Engineer shall complete the detailed progress pay estimate and submit it to the Contractor for the Contractor's information. Should the Contractor assert that additional payment is due, the Contractor shall within ten (1 0) days of receipt of the progress estimate, submit a supplemental payment request to the Engineer with adequate justification supporting the amount of supplemental payment request. Upon receipt of the supplemental payment request, the Engineer shall, as soon as practicable after receipt, determine whether the supplemental payment {'\ ·~ DBE-02/29/2016 Contract No. 4080 Page 83 of 196 Pages request is a proper payment request. If the Engineer determines that the supplemental payment request is not proper, then the request shall be returned to the Contractor as soon as practicable, but not later than seven (7) days after receipt. The returned request shall be accompanied by a document setting forth in writing the reasons vvhy the supplemental payment request was not proper. In conformance witr Public Contract Code Section 20104.50, the City shall make payments within thirty (30) days after receip, of an undisputed and properly submitted supplemental payment request from the Contractor. If payment of the undisputed supplemental payment request is not made within thirty (30) days after receipt by the Engineer, then the City shall pay interest to the Contractor equivalent to the legal rate set forth in subdivision (a) of Section 6B5.01 0 of the Code of Civil Procedure. Add paragraph 6 et seq. as follows: After final inspection, the Engineer will make a Final Payment Estimate and process a corresponding payment. This estimate will be in writing and shall be for the total amount owed the Contractor as determined by the Engineer and shall be itemized by the Contract bid item and change order item with quantities and payment amounts and shall show all deductions made or to be made for prior payme~nts and amounts to be deducted under provisions of the contract. All prior estimates and progress payments shall be subject to correction in the Final Payment Estimate. The Contractor shall have thirty (30) calendar days from receipt of the Final Payment Estimate to make written statement disputin~l any bid item or change order item quantity or payment amount. The Contractor shall provide all documentation at the time of submitting the statement supporting its position. Should the Contractor fail to submit the statement and supporting documentation within the time specified, the Contractor acknowledges that full and final payment has been made for all Contract bid items and change order items. If the Contractor submits a written statement with documentation in the aforementioned time, the Engineer will review the disputed item within thirty (30) calendar days and make any appropriate adjustments on the Final Payment. Remaining disputed quantities or amounts not approved by the Engineer will be subject to resolution as specified in subsection 3-5, Disputed Work. The written statement filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said disputed items. The Engineer will consider the merits of the Contractor's claims. It will b13 the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details wm be sufficient cause for denying payment for the disputed items. 9-3.2.1 Payment for Claims. Add the following: Except for those final payment items disputed in the written statement required in subsection 9-3.2 all claims of any dollar amount shall be submitted in a written statement by the Contractor no later than the date of receipt of the final payment estimate. Those final payment items disputed in the written statement required in subsection 9-3.2 shall be submitted no later than thirty (30) days after receipt of the Final Payment estimate. No claim will be considered that was not included in this written statement, nor will any claim be allowed for which written notice or protest is required under any provision of this Contract including sections 3-4 Changed Conditions, 3-5 Disputed Work, 6-6.3 Payment for Delays to Contractor, 6-6.4 Written Notice and Report, or 6-7.3 Contract Time Accounting, unless the Contractor has complied with notice or protest requirements. The claims filed by the Contractor shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of said claims. The Engineer will consider and determine the Contractor's claims and it will be the responsibility of the Contractor to furnish within a reasonable time such further information and details as may be required by the Engineer to determine the facts or contentions involved in its claims. Failure to submit such information and details will be sufficient cause for denying the claims. Payment for claims shall be processed within thirty (30) calendar days of their resolution for those clairr approved by the Engineer. The Contractor shall proceed with informal dispute resolution unde, subsection 3-5, Disputed Work, for those claims remaining in dispute. l' •+' DBE-02/29/2016 Contract No. 4080 Page 84 of 196 Pages Add the following section: 9-3.3.1 Delivered Materials. The cost of materials and equipment delivered but not incorporated into the work will not be included in the progress estimate. Add the following section: 9-3.4.1 Mobilization and Preparatory Work. The Contract lump-sum price paid for mobilization shall not exceed seven thousand dollars ($7,000.00), and includes full compensation for furnishing all insurance, bonds, licenses, labor, materials, utilities, tools, equipment and incidentals, and for doing all the work involved in mobilization and preparatory work and operations, including, but not limited to, those necessary for the movement of personnel, equipment, supplies, and incidental to preparing to conduct work on and off the project site and other offsite facilities necessary for work on the project; for all other facilities, sureties, work and operations which must be performed or costs incurred prior to beginning work on various Contract items on or off the project site, excepting those specifically paid for under separate sections of these specifications. The Contractor hereby agrees that the stipulated lump sum amount is sufficient for Mobilization and Preparatory Work, as described in this section, and that the Contractor shall have no right to additional compensation for Mobilization and Preparatory Work. Progress payments for Mobilization and Preparatory Work will be made as follows: For the first progress payment (after the issuance of the Notice to Proceed), forty percent (40%) of the amount bid for Mobilization and Preparatory Work will be allowed. For the second progress payment, an additional sixty percent (60%) of the amount bid for mobilization and preparatory work will be allowed therefor. 9-4 BID ITEMS. Payment for each Bid Item shall be made at the quantity and type as listed in the Contractor's Proposal. All work shown or mentioned in the Contract Documents, General Provisions, or Technical Provisions/Specifications shall be considered as included in the Bid Items. Contractor must protect existing utilities, improvements, landscaping, irrigation systems, and vegetation in place. If damaged during the work, Contractor is responsible to repair or replace any utilities, improvements, landscaping, irrigation systems, and vegetation at their expense. Mobilization and Preparatory Work (Bid Item No. 1) The contract unit price paid for this bid item shall constitute full compensation for furnishing all insurance, bonds, licenses, labor, materials, utilities, tools, equipment and incidentals, for doing all the work involved in mobilization and preparatory work and operations, including, but not limited to, those necessary for the movement of personnel, equipment, supplies, and incidental to preparing to conduct work on and off the project site and other offsite facilities necessary for work on the project; for all other facilities, sureties, work and operations which must be performed or costs incurred prior to beginning work on various Contract items on or off the project site, excepting those specifically paid for under separate sections of these specifications. The Contractor will be required to obtain a right-of-way permit and submit a Tier 1 Storm Water Pollution Prevention Plan. Traffic Control and Public Notification (Bid Item No. 2) The contract unit price paid for this bid item shall constitute full compensation for all traffic control, traffic control plans and public notification in accordance with the specifications and contract documents. This includes, but is not limited to, preparation and reproduction of traffic control plans, implementing traffic control, signing, striping, flagging operations, arrow boards, resident notification letters, door hangers, and "NO PARKING" signs. Remove and Replace Curb Ramp per Caltrans Standard Plan ABBA (Bid Item No. 3) The contract unit price paid for this bid item shall constitute full compensation to remove and replace PCC curb ramps with truncated domes per Caltrans Standard Plan A88A (see Appendix A) in accordance with the specifications and contract documents. This includes, but is not limited to, protection of adjacent l' •f' DBE-02/29/2016 Contract No. 4080 Page 85 of 196 Pages public and private improvememts and/or facilities, demolition, removals, disposal, surveying, excavation, forming, backfill, aggregate base, compaction, saw cutting, trench plates, and removing and replacing 12 inches of pavement adjacent to new curb ramp. Curb ramps may be poured monolithically. Remove and Replace Curb Ramp per Caltrans Standard Plan A88A and Remove and Replace Cross Gutter per Carlsbad !Engineering Standards (Bid Item No. 4) The contract unit price paid for this bid item shall constitute full compensation to remove and replace PCC curb ramps with truncated domes per Caltrans Standard Plan A88A (See Appendix A) and remove and replace PCC cross gutter per Carlsbad Engineering Standards GS-9 and GS-1 0 {see Appendix B) in accordance with the specifications and contract improvements. This includes, but is not limited to, protection of adjacent public and private improvements and/or facilities, demolition, removals, disposal, surveying, excavation, forming, backfill, aggregate base, compaction, saw cutting, and trench plates. Grind Concrete lip per Detail A in plans {Bid Item No. 5) The contract unit price paid for this bid item shall constitute full compensation to grind concrete lip per Detail A in plans. This includes, but is not limited to, protection of adjacent public and private improvements and/or facilitie~s, grinding, removals, disposal, and surveying in order to achieve ADA compliance. Install Detectable Warning Surfaces on Existing Ramps per Caltratns Standard Plan A88A and Caltrans Standard Specifications (Bid Item No. 6) The contract unit price paid for this bid item shall constitute full compensation to install detectable warning surfaces per Caltrans Standard Plan A88A and the requirements in the Caltrans Standard Specifications {most recent version) (see Appendix A). This includes, but is not limited to, preparing existing ramp per manufacturer's instructions and installing detectable warning surface per manufacturer's instructions in order to achieve ADA compliance. Install City-Provided Solar-Powered Rectangular Rapid Flashing Beacons (RRFB) per Manufacturer's Instructions (Bid Item No. 7) The contract unit price paid for this bid item shall constitute full compensation to install city-provided solar- powered rectangular rapid flashing beacons per plans and manufacturer's instructions (see Appendix D and I). This includes, but is not limited to, protection of adjacent public and private improvements and/or facilities, digging and pouring concrete foundations at each location per plans and manufacturer's instructions, removals, disposal, surveying, excavation, forming, backfill, aggregate base, compaction, saw cutting, and trench plates. Rectangular rapid flashing beacons will be purchased and provided by the City of Carlsbad and will include one pole, two one-sided RRFB light bars, two W11-2 signs, two W16-7p signs, one pedestrian push button, and one solar-power system. Contractor shall supply mounting hardware. Install High-Visibility Crosswalk on Existing Pavement per plans (Bid Item No. 8) The contract unit price paid for this bid item shall constitute full compensation to install high-visibility crosswalks per plans. This includes, but is not limited to, cleaning and ensuring pavement is free of debris and installing thermoplastic striping per plans, the supplemental provisions, and the California Manual on Uniform Traffic Control Devices (most recent). Remove and Re-Install Existing Sign per plans (Bid Item No. 9) The contract unit price paid for this bid item shall constitute full compensation to remove existing signs and re-install signs after concrete improvements are completed per plans. {'\ •+' DBE-02/29/2016 Contract No. 4080 Page 86 of 196 Pages SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 2, CONSTRUCTION MATERIALS SECTION 200 -ROCK MATERIALS 200-2 UNTREATED BASE MATERIALS 200-2.1 General. Add the following: Aggregate base shall be Class 2 Aggregate Base per Caltrans Standard Specification, July 1999, Section 26: Aggregate Bases, Subsection 26-1.02A Class 2 Aggregate Base and as specified herein. Add the following section: 200-2.7 Class 2 Aggregate Base. Aggregate for Class 2 aggregate base shall be free from organic matter and other deleterious substances, and shall be of such nature that it can be compacted readily under watering and rolling to form a firm, stable base. Aggregate may include material processed from reclaimed asphalt concrete, portland cement concrete, lean concrete base, cement treated base or a combination of any of these materials. Aggregate shall conform to the grading and quality requirements shown in the following tables. The grading for r 3/4 inch maximum shall be used. Sieve Sizes 2" ................................ . 11/2'' .......................... .. 1'' ································· 3/4" ............................ .. No.4 .......................... .. No. 30 .......................... . No. 200 ...................... .. AGGREGATE GRADING REQUIREMENTS Percentage Passing Tests 3/4" Maximum Operating Range 100 90-100 35-60 10-30 2-9 QUALITY REQUIREMENTS Resistance (R-value) Sand Equivalent Durability Index Operating Range 78 Min. 25 Min. 35 Min. The aggregate shall not be treated with lime, cement or other chemical material before the Durability Index test is performed. If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the requirements specified for "Operating Range" but meet the "Contract Compliance" requirements, placement of the aggregate base may be continued for the remainder of that day. However, another day's work may not be started until tests, or other information, indicate to the satisfaction of the Engineer that the next material to be used in the work will comply with the requirements specified for "Operating Range." l' •4i' DBE-02/29/2016 Contract No. 4080 Page 87 of 196 Pages If the results of either or both the aggregate grading and Sand Equivalent tests do not meet the requirements specified for "Contract Compliance," the aggregate base which is represented by these tests shall be removed. However, if requested by the Contractor and approved by the Engineer, the aggregate base may remain in place and the Contractor shall pay to the City $2.25 per cubic yard fr such aggregate base left in place. The City may deduct this amount from any moneys due, or that ma; become due, the Contractor under the contract. If both the aggregate grading and Sand Equivalent do not conform to the "Contract Compliance" requirements, only one adjustment shall apply. No single aggregate grading or Sand Equivalent test shall represent more than 500 cubic yards or one day's production, whichever is smaller. SECTION 201-CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE TABLE 201-1.1.2(A) Modify as follows: TABLE 201-1.1.2(A) <3l PORTLAND CEMENT CONCRETE Type of Construction Concrete Class All Concrete Used Within the Right-of-Way 330-C-23 (560-C-3250) <1l Trench Backfill Slurry 115-E-3 (190-E-400) Street Light Foundations and Survey Monuments 330-C-23 (560-C-3250) Traffic Signal Foundations 350-C-27 (590-C-3750} Concreted-Rock Erosion Protection 310-C-17 (520-C-2500P) Maximum Slump mm (Inches) (2) 200 (8") 100 (4") 100 (4") per Table 300-11.3.1 (1) Except that concrete required to be of h1gher strength by Table 201-1.1.2(A) SSPWC shall be as per Table 201-1.1.2(A) SSPWC. (2) As per Table 201-1.1.2(A) SSPWC. (3) Portions of Table 201-1.1.2(A) of the Standard Specifications for Public Works Construction not shown herein as chan!~ed are not affected by this table. SECTION 203 -BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE. ADD the following: 203-6.4 Asphalt Concrete Mixtures. Add the following: Conventional Asphalt concrete shall be class C2-PG64-10-RAP for surface course, and B-PG64-10-RAP for base course. Asphalt concrete shall be class D2-PG70-10 for dikes and class E-PG70-10 ditches. 203-6.4.3 Composition and Grading. Add the following: Evaluation of asphalt concrete shall b determined from samples of asphalt concrete taken after completion of all processing (Wet Mix) or by core sample analysis of the in-place asphalt concrete or by direct central plant inspection that confirms l'\ •+" DBE-02/29/2016 Contract No. 4080 Page 88 of 196 Pages the production of a particular mix design and verifies using samples of aggregate taken before the addition of asphalt and mineral filler (Bin). All samples shall be taken in accordance with Calif. Test 125. When Wet Mix or Core samples of asphalt concrete are to be used for evaluation, sufficient size samples shall be taken to ensure representative and adequate quantity of material for: 1. Asphalt Content and Gradation of Extraction using Calif. Test 382 or ASTM 2172, and Calif. Test 202. 2. Stability using: a. Hveem stability Value using Calif. Tests 304 and 366 shall be the average of three individual Values or b. Marshall Stability1 in accordance with the Asphalt Institute's MS-2 fabricated and tested for traffic volume and shall be the average of three specimens. 10nly use Marshall Stability when the deviation between individual Hveem Stabilometer Values are greater than+/- 5. When using core sample analysis, the samples must be properly prepared to safeguard against influx of outside contaminates and so that the cut surfaces do not influence the test results. The amount of asphalt binder used in asphalt concrete placed in dikes, gutters, gutter flares, overside drains and aprons at the ends of drainage structures shall be increased one percent by mass of the aggregate over the amount of asphalt binder determined for use in asphalt concrete placed on the traveled way. Wet Mix or Core sampled asphalt concrete will be considered in conformance with the mix design when the asphalt content is within +/-0.5 of the design mix and the gradation conforms to the grading as shown in Table 203-6.3.2 (A). Deviations in gradation may be considered in conformance with the mix design provided the stability of the completed mix compiles with the requirements for Stabilometer Value per Table 203-6.3.2 (A) Marshall Stability using Asphalt Institute MS-3. Plant inspected asphalt concrete will be considered in conformance with the mix design when visually inspected and the combined gradation of the Bin samples show conformance to the grading as shown in Table 203-6.3.2 (A). 203-6.8 Asphalt Concrete Storage. add the following: Storage of asphalt concrete shall not be allowed on this project. Stored concrete shall not be used in the work. SECTION 210-PAINT AND PROTECTIVE COATINGS 210-1 PAINT. 210-1.5 Paint Systems. Add the following to Table 21 0-1.5(A) TABLE 210-1.5 {A) Surface to be Painted Pre-treatment I Surface Primer Finish Coats Preparation Temporary Railing type Abrasive Blast Cleaning to a None Two coats white Acrylic (K) Roughened, Textured Appearance Emulsion Paint (1) l' • .., DBE-02/29/2016 Contract No. 4080 Page 89 of 196 Pages (1) acrylic emulsion paint designed for use on exterior masonry. This paint shall comply in all respects to Federal Specification TT-P-19 (latest revision), Paint, Acrylic Emulsion, Exterior. This paint may be tinted by using "universal" or "all purpose" concentrates. 210-1.6 Paint for Traffic Striping, Pavement Marking, and Curb Marking. Modify as follows: Paint for traffic lane lines, turn pocket lines, edge lines, channelizing lines, bike lane lines, chevrons, and curbs shall be rapid dry water borne conforming to CAL TRANS Specification No. PTWB-01. Paint for pavement legends, pavement symbols, pavement arrows, cross walks, parking stall markings and stop bars shall be alkyd thermoplastic conforming to CAL TRANS Specification No. 8010-19A. Glass beads shall be applied to the surface of the rapid dry water borne paint and the molten thermoplastic material and shall conform to the requirements of CAL TRANS Specification No. 8010-004 (Type II). CAL TRANS Specifications for water borne paint, thermoplastic material and glass beads may be obtained from the CAL TRANS Transportation Laboratory, P.O. Box 19128, Sacramento, CA 95819, telephone number (916) 2Zr-7000. l' •f' DBE-02/29/2016 Contract No. 4080 Page 90 of 196 Pages SUPPLEMENTAL PROVISIONS TO STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION PART 3, CONSTRUCTION METHODS SECTION 301-TREATED SOIL, SUBGRADE PREPARATION AND PLACEMENT OF BASE MATERIALS 301-1 SUBGRADE PREPARATION. 301-1.2 Preparation of Subgrade. Modify the second and third paragraphs as follows: Change each instance reading "150mm (6 inches)" to "300 mm (12")". 301-1.3 Relative Compaction. Delete the first paragraph and substitute the following: The Contractor shall compact the upper 300 mm (12") of subgrade beneath areas to be paved, have base or subbase material placed on them, or curb, gutter, curb and gutter, alley pavement, driveway or sidewalk constructed over them to no less than 95 percent maximum dry density as determined by ASTM test D- 1557-91. 301-1.7 Payment. Modify the first paragraph as follows: Payment for subgrade preparation shall be included in the contract bid price for which the subgrade is prepared and shall include all labor, materials; including water, operations and equipment to scarify, adjust moisture, compact or recompact the subgrade, both in cut areas and in fill areas, and no further compensation will be allowed. 302-5 ASPHALT CONCRETE PAVEMENT. Add the following: 302-5.1 General. The Contractor shall treat all vegetation with the limits of the paved area to receive asphalt concrete paving with a post emergent herbicide. Herbicide shall be applied at least two (2) working days prior to paving the area. Allowance for the two day period shall be shown in the schedule required per section 6-1. 302-5.2 Pavement Transitions. The Contractor shall ramp the approaches and termini to all structures and vertical joints in the cold-milled area which are transverse to through traffic with temporary asphalt concrete pavement as specified in section 306-1.5.1. Ramps shall be constructed the same day as cold milling and removed the same day as permanent paving. Ramp dimensions and compaction shall be as approved by the Engineer. 302-5.4 Tack Coat. Add the following: If the asphalt concrete pavement is being constructed directly upon an existing hard-surfaced pavement, a tack coat of PG 64-10 paving asphalt at an approximate rate of 0.25 Um2 (0.05 gallon per square yard) shall be uniformly applied upon the existing pavement preceding the placement of the asphalt concrete. The contact surfaces of all cold pavement joints, curbs, gutters, manholes, and the like shall be painted with PG 64-10 paving asphalt immediately before the adjoining asphalt concrete is placed. The tack coat shall be PG 64-10 paving asphalt. The Contractors shall place a tack coat between the successive interfaces of existing pavement and new asphalt concrete. l'\ •+' DBE-02/29/2016 Contract No. 4080 Page 91 of 196 Pages SECTION 303 CONCRETE AND MASONRY CONSTRUCTION. 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS, AND DRIVEWAYS. 303-5.1.1 General. Add the following: All concrete improvements shall be installed per the City of Carlsbad Standards and the San Diego Regional Standard Drawings. For curb ramps, if there exists sufficient space, SDRSD G-28 shall be installed. If there is insufficient space, as determined by the Engineer, then SDRSD G-29 shall be installed. At the discretion of the City Inspector, concrete replacement shall include the removal of unwanted material beneath the existin!~ concrete, and placement and compaction (95%) of Class 2 aggregate base, unless deemed unnecessary by the City. The cost of the installation of aggregate base and all associated work shall be included in the bid price for the aggregate base. Concrete replacement adjacent to asphalt concrete pavement shall include the sawcut and removal of 12" width of AC and base tc) a depth sufficient for forming the new concrete pour. The Contractor shall backfill the "slot" adjacent to the new concrete and place a minimum of temporary asphalt concrete within 72 hours of pouring the new concrete. The Contractor shall complete permanent asphalt concrete slot paving adjacent to the new concrete within five (5) days of pouring the new concrete. The permanent AC slot paving shall be equal in thickness to the existing AC pavement. The Contractor shall remove all construction materials and debris from the area of work at the end of each working day. Traffic plates or trench plates shall be used over new concrete cross gutters and driveway approaches unless deemed unnecessary by the Engineer. At the Engineer's discretion, high early strength concrete may be substituted for traffic plates. The cost of traffic plates or high early strength concrete shall be included in the bid price for the concrete work and no extra payment will be made therefor. Saw cutting of concrete and asphalt concrete at joints and construction limits and the removal and disposal of asphalt concrete, base material, and concrete shall be included in the unit price bid for the concrete improvements. Contractor shall protect existing utility structures prior to and during construction of concrete improvements. Contractor shall protect existing improvements including, but not lim~ted to: water services, irrigation systems, meter boxes, mailboxes, curb drains, walkways, pavers, plants, trees, shrubs, fences etc. Contractor shall be responsible for the replacement of improvements damaged during construction. The Contractor shall replace damaged improvements within 72 hours. Contractor shall protect and relocate meter boxes as required by the Engineer. Contractor shall install meter boxes per City of Carlsbad standards. No extra payment will be made for relocating meter boxes. Contractor shall adhere to all relevant stormwater regulations and implement best management practices for the project site. All material removed from the site shall be disposed of at the Contractor's expense at a site approved by the City. The Contractor shall attempt to have the materials recycled. Where tree roots are present and damaging or uplifting the existing concrete, the Contractor shall cut and remove the roots. All pavement, root and other material removal shall conform to Section 300-1 of the SSPWC and to these special provisions. Contractor shall dispose of organic debris, including tree root cuttings. Payment for root removal shall be included in the unit price bid for the improvement and no additional payment will be made therefor. l'\ •+7 DBE-02/29/2016 Contract No. 4080 Page 92 of 196 Pages Root pruning or cutting shall be supervised by the project arborist or designated City representative. No root cutting may occur unless the arborist or City representative is present. At the direction of the arborist, roots over one inch (1") in diameter may be cleanly cut at the edge of the existing curb and gutter prior to any excavation. The arborist may determine that some roots may not be cut. In the event that a root may not be cut, the Contractor will pour over the root in place. The roots shall be cut with a root-cutter equal to a depth of 12 inches below the surface of pavement. The method of root pruning shall be reviewed and approved by the City arborist. All damage to trees shall be reported promptly to the arborist for appropriate treatment. All concrete or pavement removals shall be made along a saw cut or a weakened plane joint. All saw cutting for monolithic concrete to be included in the bid price. No additional payments will be made therefore. The extent of the pavement removals will be marked in the field by the Project Inspector. Payment for the concrete removals, including asphalt concrete removals necessary to form new concrete, and all material disposal shall be considered included in the unit price bid for the concrete improvement. No additional compensation will be made therefore. The removal and replacement of asphalt concrete in the roadway necessary to form concrete will be included in the unit price bid for the concrete improvement. Appropriate measures will be taken by the Contractor to ensure that work zones are as safe as possible to both vehicular and pedestrian traffic. Work will be scheduled so that the time that the work area remains open is as minimal as possible. All work areas will be poured back prior to the weekend. All of the Contractor obligations mentioned in this section and other sections of this document shall be considered as paid for as part of the unit price bid for the concrete improvement. No additional payment will be made therefor. 303-5.5.2 Curb. add the following: The Contractor shall stamp the curb face with 75 mm (3") high block letters directly above the point that it is crossed by underground facilities with the marking specified in Table 303-5.5.2(A) TABLE 303-5.5.2(A) Curb Face Markings Type of under round facilities Water Service Lateral Sewer Service Lateral Irrigation Water Lateral or Sleeve Markin w s RW 303-5.5.4 Gutter. Add the following: When requested by the Engineer, the Contractor shall perform flow tests on all gutters, cross gutters, and spandrels to ensure proper flow with no pending of water. The cost of flow tests shall be included in the bid prices for the concrete replacement and no extra payment will be made for flow tests. 303-5.9 Measurement and Payment. add the following: Curb or gutter shall not be considered as continuing across driveways, spandrels, and access ramps when constructed adjacent thereto. The curb or gutter adjacent to driveways, spandrels, and access ramps shall be included in the unit bid price for the driveway, spandrel, or access ramp. Neither curb nor gutter will be paid for across the length of local depressions, except that which occurs in gutter transitions at each side of an inlet. The cost of flow tests shall be included in the bid prices for the concrete replacement and no extra payment will be made for flow tests. All of the Contractor obligations mentioned in this section and other sections of this document shall be considered as paid for as part of the unit price bid for the concrete improvement. No additional payment will be made therefor. {'\ • ., DBE-02/29/2016 Contract No. 4080 Page 93 of 196 Pages SECTION 310-PAINTING 310-5 PAINTING VARIOUS SURFACES. 310-5.6 Painting Traffic Striping, Pavement Markings and Curb Markings. Modify the fifth paragrap~ as follows: The Contractor shall furnish all equipment, materials, labor, and supervision necessary for painting traffic lanes, directional arrows, guidelines, curbs, parking lines, crosswalks, and other designated markings in accordance with the Plans, or for approved temporary detours essential for safe control of traffic through and around the construction site. The Contractor shall remove by wet grinding all existing or temporary traffic markings and lines that may confuse the public. When temporary detour striping or markings are no longer required, they shall be removed prior to painting the new traffic stripes or markings. 310-5.6.3 Equipment. Delete the ninth paragraph and substitute the following: The Contractor shall provide a wet grinding machine with sufficient capacity to completely remove all existing or temporary traffic striping or markings that conflict with the striping plan, or are contrary to the Traffic Manual, or that may be confusing to the public. The surface produced by grinding the existing or temporary traffic striping or markings on pavement shall not exceed variations from a uniform plane more than 3 mm Cia") in 3m (10') when measured paralle1l to the centerline of the street or more than 6 mm C/4") in 3 m (10') when measured perpendicular to the centerline of the street. The use of any equipment that leaves ridges, indentations or other objectionable marks in the pavement shall be discontinued, and equipment capable of providing acceptable surl'ace shall be furnished by the Contractor. This equipment shall meet all requirements of the air pollution control district having jurisdiction. 310-5.6.6 Preparation of Existing Surfaces. Modify the first paragraph as follows: The Contractor shall remove all existing markings and striping, either permanent or temporary, which are to be abandoned, obliterated or that conflict with the plans by wet grinding methods. Removal of striping by high velocity water jet may be permitted when there is neither potential of the water and detritus from the high velocity water jetting to damage vehicles or private property nor to flow from the street into any storm drain o water course and when approved by the Engineer. The Contractor shall vacuum all water and detritus resulting from high velocity water jet striping removal from the pavement immediately after the water jetting and shall not allow such materials to flow in the gutter, enter the storm drain system or to leave the pavement surface. Surface variation limitations for high velocity water jet striping removal shall be the same as for grinding. The Contractor shall not use dry or wet sandblasting in any areas. Alternate methods of paint removal require prior approval of the Engineer. Obliteration of traffic striping with black paint, light emulsion oil or any other masking method other than a minimum 30mm (0.1 0') thick asphalt concrete overlay is not permitted. 310-5.6.7 Layout, Alignment, and Spotting. Modify the first paragraph as follows: The Contractor shall establish the necessary control points for all required pavement strip~ng and markings by surveying methods. No layout of traffic striping shall be performed by the Contractor before establishment of the necessary control points. The Contractor shall establish all traffic striping between these points by string line or other method to provide striping that will vary less than 80mm per 100m (1/2 inch in 50 feet) from the specified alignment. The Contractor shall obliterate, straight stripes deviating more than 80mm per 1 OOmm (1/2 inch in 50 feet) by wet grinding, and then correcting the markings. The Contractor shall lay out (cat track) immediately behind installation of surface course asphalt and as the work progresses. 310-5.6.8 Application of Paint. Modify the second paragraph as follows: The Contractor shall apply the first coat of paint immediately upon approval of striping layout by the Engineer. The Contractor shall paint the ends of each median nose yellow. Add the following to the eighth paragraph: The Contractor shall apply temporary traffic stripes in one coat. Temporary traffic stripes shall be maintained by the Contractor so that the stripes are clearly visible both day and night. {'\ ·~ DBE-02/29/2016 Contract No. 4080 Page 94 of 196 Pages 310-5.6.10 Measurement and Payment. Modify the first paragraph as follows: Final and temporary traffic striping, curb markings and pavement markings as shown on the plans and required by the specifications shall be included in the lump-sum price bid for temporary and final traffic striping, and no additional compensation will be allowed therefore. Reapplication of temporary stripes and markings shall be repainted at the Contractor's expense, and no additional compensation will be allowed therefore. The lump sum prices bid and shall include all labor, tools, equipment, materials, and incidentals for doing all work in installing the final and temporary traffic striping. Add the following Section: 310-7 PERMANENT SIGNING Add the following Section: 310-7.1 General. Add the following section: The Contractor shall provide and install all permanent traffic control signs at locations shown on plans and as specified herein. Add the following section: 310-7.2 Measurement And Payment. Permanent signing and appurtenances thereto shown on the plans or required in the specifications are a part of the lump-sum item for permanent signing and payment therefore shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in supplying and installing permanent signing and appurtenances, complete in place, as shown on the plans, as specified in the Standard Specification and these special provisions, and as directed by the Engineer. SECTION 312-PAVEMENT MARKER PLACEMENT AND REMOVAL 312-1 PLACEMENT. Add the following to the third paragraph: 4) When being installed on asphalt concrete pavement sooner than fourteen (14) days after placement of the asphalt concrete pavement course on which the pavement markers are to be placed. Add the following section: 312-1.1 Reflective Channelizer Placement and Removal. The Contractor shall place and remove reflective channelizers the same as for pavement marker placement and removal. The Contractor shall place the channelizers uniformly, straight on tangent alignment and on a true arc on curved alignment to the same tolerances of position as for application of paint in section 310-5.6.8. The Contractor shall perform all layout work necessary to place the channelizers to the proper alignment. If the channelizers are displaced or fail to remain in an upright position, from any cause, the channelizers shall immediately be replaced or restored to their original location, by the Contractor. When reflective channelizers are removed the pavement surface shall be restored to the same color and surface finish as the adjacent pavement. SECTION 313-TEMPORARY TRAFFIC CONTROL DEVICES Add the following section: 313-1 TEMPORARY TRAFFIC PAVEMENT MARKERS. Add the following section: 313-1.1 General. The Contractor shall supply and install temporary traffic pavement markers, channelizers, signing, railing (type K), crash cushions and appurtenances at the locations shown on the plans and as required in the specifications, complete in place prior to opening the traveled way served by said final and temporary traffic pavement markers, signing, railing (type K) and appurtenances to public traffic. {'\ •+i' DBE-02/29/2016 Contract No. 4080 Page 95 of 196 Pages 313-1.2 Temporary Pavement Markers. Temporary reflective raised pavement markers shall be placed in accordance with the manufacturer's instructions. Temporary reflective raised pavement markers shall be cemented to the surfacing with the adhesive recommended by the manufacturer, excep+ epoxy adhesive shall not be used to place temporary reflective raised pavement markers in areas wherE. removal of the markers will be required. Pavement striping, legends and markers which conflict with any traffic pattern shall be removed by grinding as determined by the Engineer. The Contractor shall use temporary reflective raised pavement markers for temporary pavement marking, except when the temporary pavement markers are used to replace patterns of temporary traffic stripe that will be in place for less than thirty (30) days. Reflective pavement markers used in place of the removable-type pavement markers shall conform to the section 312 "Pavement Marker Placement and Removal", except the 14-day waiting period before placin~J the pavement markers on new asphalt concrete surfacing as specified in section 312-1 "Placement", shall not apply; and epoxy adhesive shall not be used to place pavement markers in areas where removal of the markers will be required. Add the following section: 313-1.3 Channelizers. Chc:mnelizers shall be new surface-mounted type and shall be furnished, placed, and maintained at the locations shown on the plans. Channelizer posts shall be orange in color. Channelizers shall have affixed white reflective sheeting as specified in the special provisions. The reflective sheeting shall be 75 mm x 300 mm (3" x 12") in size. The reflective sheeting shall be visible at 300m (1000') at night under illumination of legal high beam headlights, by persons with vision of or corrected to 20/20. The channelizer bases shall be cemented to the pavement in the same manner as provided for cementing pavement markers to pavement in section 312-1, "Placement." Channelizers shall be applied only on a clean, dry surface. Channelizers shall be placed on the alignment and location shown on the plans and as directed by the Engineer. The channelizers shall be placed uniformly, straight on tangent alignment and on a true arc on curved alignment. All layout work necessary to place the channelizers to the proper alignment shall be performed by the Contractor. If the channelizers are displaced or fail to remain in an upright position, from any cause, the channelizers shall immediately be replaced or restored to thek original location, by the Contractor. The Contractor shall provide the Engineer with a Certificate of Compliance in accordance with the provisions of section 4-1.5, "Certification". Said certificate shall certify that the channelizers comply with the plans and specifications and conform to the prequalified design and material requirements approved by the Engineer and were manufactured in accordance with a quality control program approved by the Engineer. Add the following section: 313-2 TEMPORARY TRAFFIC SIGNING. Add the following section: 313-2.1 General. The Contractor shall provide and install all temporary traffic control signs, markers, markings, and delineators at locations shown on plans and specified herein. Add the following section: 313-2.2 Maintenance of Temporary Traffic Signs. If temporary traffic signs are displaced or overturned, from any cause, during the progress of the work, the Contractor shall immediately replace the signs in their original approved locations. The Contractor shall maintain all temporary traffic signs used in the Work in a clean, reflective and readable condition. The Contractor shall replace or restore graffiti marked temporary traffic signs and posts used in the Work within 18 hours of such marking being discovered during non-working hours or, when the marking is discovered during working hours, within 2 hours of such discovery of marking. l't ·~ DBE-02/29/2016 Contract No. 4080 Page 96 of 196 Pages STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS (EXECUTIVE ORDER 11246) 1. As used in these specifications: a. "Covered area" means the geographical area described in the solicitation from which this contract resulted. b. "Director" means Director, Office of Federal Contract Act Compliance Program, United States Department of Labor, or any person to whom the Director delegates authority. c. "Employer identification number" means the Federal social security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941. d. "Minority" includes: (i) Black (all persons having origins in any of the black African racial groups not of Hispanic origin) (ii) Hispanic (all persons of Mexican, Puerto Rican, Cuban Central or South American, or other Spanish Culture or origin, regardless of race) (iii) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands) (iv) American Indian or Alaskan Native (all groups having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification) 2. Whenever the Contractor or any Subcontractor at any tier subcontracts a portion of the work involving any construction trade, it must physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice that contains the applicable goals for minority and female participation and which is set forth in the solicitations from which the contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR Part 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through as association, its affirmative action obligations on all work in the Plan area (including goals and timetables) must be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the Equal Employment Opportunity (EEO) Clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractors or Subcontractors failure to take good faith efforts to achieve the Plan goals and timetables. 4. The Contractor must implement the specific affirmative action standards provided in Section VII, Paragraphs 7a through 7p of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female tuition that the Contractor should reasonably be able to achieve in ('\ • .., DBE-02/29/2016 Contract No. 4080 Page 97 of 196 Pages each construction tmde in which it has employees in the covered area. Covered construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted construction contract must apply the minority and female goals established for the geographical area where the work is being performed. Goals are published periodically ir the Federal Register in notice of and such notices may be obtained from any Office of Federa. Contract Compliance Programs or from Federal procurement Contracting Officers. The Contractor is expecte~d to make substantially uniform progress toward meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women will excuse the Contractors obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, apprentices and trainees must be employed by the Contractor during the training period and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Contractor must take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractors compliance with these specifications must be based upon its effort to achieve maxiimum results from its actions. The Contractor must document these efforts fully and must implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites and in all sites at which the Contractors employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor must specifically ensure that all foremen, superintendents, and othe1 onsite supervisory personnel are aware of and carry out the Contractor's obligations to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have emp~oyment opportunities available, and maintain a record of the organization's responses. c. Maintain a current file of the names, addresses, and telephone numbers of each minority and female off-the-street applicant; and minority and female referral from a union, a recruitment source or community organization; and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor; this must be documented in the file with the reason therefore, along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the director when the union or unions with which the Contractor has a collective bargaining agreement have not referred to the Contractor a minority person or woman sent by the Contractor or when the Contractor has other information that the union referral process had impeded the Contractor's efforts to meet its obligations. e. Develop on-the-job training opportunities or participate in training programs for the area that expressly includes minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractors employment needs, l' • ., DBE-02/29/2016 Contract No. 4080 Page 98 of 196 Pages especially those programs funded or approved by the Department of Labor. The Contractor must provide notice of these programs to the sources compiled under Section VII 7b above. f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posing the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsible for hiring, assessment, layoff, termination, or their employment decisions, including specific review of these items with onsite supervisory personnel such as superintendents, general foreman etc., prior to the initiation of construction work at any job site. A written record must be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contract's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other contractors and subcontractors with whom the Contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written, to minority, female, and community organizations ... to schools with minorities and female students, and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of the applications for apprenticeship or other, training by any recruitment sources, the Contractor must send written notification to organizations such as the above, describing the openings, screening procedure, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer, and vacation employment to minority and female youth both on the site and in other areas of a Contractor's workforce. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. I. Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classification work assignments, and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are nonsegregated except that separate or single-user toilet and necessary changing facilities must be provided to assure privacy between the sexes. {'\ • ., DBE-02/29/2016 Contract No. 4080 Page 99 of 196 Pages o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Con1tractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations that assist in fu~filling one or more of the affirmative action obligations (Section VII ?a through 7p). The efforts of a contractor association, joint contractor-union, contractor-community, or other share group of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under Section VII ?a through ?p of these specifications provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the Contractors minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation will not be a1 defense for the Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and nonminority. Consequently, the Contractor may be in violation of the Executive order if a particular group is employed in a substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive order if a specific minority group of women is underutilized). 10. The Contractor must not use the goals and timetables of affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The Contractor must not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor must carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination, and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties will be in violation of these specifications and Executive Order 11246, as amended. 13. The Contractor must designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government, and to keep records. Records must at least include for each Bmployee the name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records must be maintained in an easy understandable and retrievable form; however, to the degnee that existing records satisfy this requirement, Contractors will not be required to maintain s1eparate records. 14. The Contractor, in fulfilling its obligations under these specifications, must implement specific affirmative action steps, at least as extensive as those standards prescribed in Section VII 7, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the {'\ •fi' DBE-02/29/2016 Contract No. 4080 Page 1 00 of 196 Pages Contractor fails to comply with the requirements of the Executive order, the implementing regulations, or these specifications, the director will proceed in accordance with 41 CFR Section 604.8. 15. Nothing herein provided will be construed as a limitation upon the application of other laws that establish different standards of compliance or upon the application of requirements for hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). {'\ •+' DBE-02/29/2016 Contract No. 4080 Page 1 01 of 196 Pages ('\ ·~ DBE-02/29/2016 Appendix A Caltrans Specifications Caltrans Standard Plan A88A Contract No_ 4080 P::~nA 1 0? nf 1 QR P::~nAc::: Appendix A 73 CONCRETE CURBS AND SIDEWALKS 73-1 GENERAL 73-1.01 GENERAL Section 73-1 includes general specifications for constructing concrete curbs, sidewalks, and their appurtenances, such as gutter depressions and island paving; and curb ramps and driveways. Steel dowels, reinfoJ"9ing steel, and welded wire reinforcement must comply with section 52. 73-1.02 MATERIALS 73-1.02A General Concrete for curbs, sidewalks and their appurtenances must be minor concrete containing at least 463 pounds of cementitious material per cubic yard. For extruded or slip form curb construction, the maximum aggregate size must be from 3/8 to 1 inch. The cementitious material content must be at least 505 pounds per cubic yard if a maximum of 3/8-inch aggregate is used. Preformed expansion joint filler must comply with ASTM 01751. Mortar must comply with section 51-1.02F. Form oil must: 1. Be commercial quality or an equivalent coating 2. Allow the ready release of forms 3. Not discolor the concrete 73-1.028 Detectable Warning Surfaces A detectable warning surface must be on the Authorized Material List for detectable warning surfaces and must match yellow color no. 33538 of FED-STD-595. 73-1.03 CONSTRUCTION 73-1.03A General Construct contraction joints by (1) scoring concrete with a grooving tool and rounding corners with an edger tool or (2) saw cutting hardened concrete to a depth of at least 1 inch. Immediately apply curing compound to the exposed surfaces of saw cut joints. Construct expansion joints at each side of structures and at the ends of curb returns. Fill expansion joints with 1/4-inch-thick preformed joint filler. Finish the concrete adjacent to expansion joints with an edger tool. Do not construct expansion joints within 20 feet of an island nose. Shape the preformed joint filler to match the surface contour of the concrete. 73-1.038 Subgrade Preparation Remove soft or spongy basement material to a depth of 6 inches below the subgrade elevation for curbs, gutter depressions, island paving, and driveways and 3 inches below the subgrade elevation for sidewalks and curb ramps. Backfill the subgrade with earth, sand, or gravel to produce a stable foundation. Apply water to the subgrade and thoroughly compact it before placing concrete. Verify that the finished surface of the subgrade does not project into the concrete cross section at any point by: 1. Using a template supported on the side forms for the fixed form method 2. Measuring from the offset guide line or survey marks for the extruded or slip form method 73-1.03C Fixed Form Method Set forms to the required alignment, grade, and dimensions. Forms must: 917 ·~ \.~ DBE-02/29/2016 Contract No. 4080 Page 103 of 196 Pages SECTION 73 CONCRETE CURBS AND SIDEWALK You may operate the extrusion machine on rails or forms set at a uniform depth below the established grade of the top of curb. 73-2.04 PAYMENT Not Used 73-3 SIDEWALKS, GUTTER DEPRESSIONS, ISLAND PAVING, CURB RAMPS, AND DRIVEWAYS 73-3.01 GENERAL 73-3.01A Summary Section 73-3 includes sp•ecifications for constructing sidewalks, gutter depressionsisland paving, curb ramps, and driveways. 73-3.018 Definitions Reserved 73-3.01C Submittals Submit a 5-year manufac:turer's replacement warranty against defects in a prefabricated] detectable warning surface. 73-3.01 D Quality Assurance 73-3.01D(1) General Reserved 73-3.01 D(2) Warranties The 5-year manufacturer's replacement warranty for a prefabricated detectable warning surface must cover defects in dome shape, color fastness, sound-on-cane acoustic quality, resilience, and attachment. The 5-year warranty period starts at Gontract acceptance. 73-3.010(3) Quality Co111trol Reserved 73-3.02 MATERIALS Not Used 73-3.03 CONSTRUCTION Construct expansion join!ts at: 1. All returns and oppos;ite expansion joints in the adjacent curb 2. 60-foot intervals where there is no adjacent curb Construct contraction joints to create rectangular patterns from 12 to 20 square feet in the surface of sidewalks. Install a prefabricated detectable warning surface under the manufacturer's instructions. Broom finish the surface of sidewalks, gutter depressions, curb ramps, and driveways. Make the broom finish perpendicular to thE~ path of travel on surfaces used by pedestrians. You may apply water to the surface immediately before brooming. The finished surface must not vary more than 0.02 foot from a 10-foot straightedge except at grade changes. If placing pavement around or adjacent to manholes, pipe inlets, or other miscellaneous structures in sidewalk, gutter depression, island paving, curb ramps, or driveway areas, do not finish the miscellaneous structures to final grade until the pavement is finished beyond the miscellaneous structure. - If using fiXed forms, striket off and compact fresh concrete until a layer of mortar is brought to the surface. Finish the surface with a :noat to grade and cross section and trowel smooth. Leave forms in place for llidewalks, gutter depressions, island paving, curb ramps, and driveways for at least 12 hours after surface finishing. 920 l' • ., DBE-02/29/2016 Contract No. 4080 Paae 1 04 of 196 Paaes SECTION73 CONCRETE CURBS AND SIDEWALK Texture the concrete while it is in the plastic stage. For a texture that requires a concrete stamp, use the stamp under the manufacturer's. instructions. Do not texture or grout the grooved area and detectable warning surface on a curb ramp. Cure the concrete surfaces using the curing compound method with curing compound no. 6. Place any grout after the (1) initial curing of the textured concrete and (2) removal of curing seal and other deleterious substances. The method of removal must not stain or discolor areas of textured concrete to remain exposed after grouting. Spread and consolidate the grout over the textured concrete under the manufacturer's instructions. Remove excess grout with a squeegee and damp burlap rags or other authorized method. Apply curing seal. 73-4.04 PAYMENT Not Used 73-5-73-9 RESERVED 73-10 EXISTING CURBS AND SIDEWALKS 73-10.01 GENERAL Section 73-10 includes specifications for performing work on existing curbs, sidewalks, and their appurtenances, such as gutter depressions and island paving. Work performed on existing curbs and sidewalks must comply with section 15. 73-10.02 MATERIALS Not Used 73-10.03 CONSTRUCTION If you repair any part of a curb, sidewalk, curb ramp, driveway, or gutter depression, remove and replace the entire section between contraction or expansion joints. At contraction joints, saw cut a true line at least 1-112 inches deep before concrete removal. Install a prefabricated detectable warning surface on an existing curb ramp under the manufacturer's instructions. 73-10.04 PAYMENT Not Used 73-11-73-.15 RESERVED 922 {"\ •+' DBE-02/29/2016 Contract No. 4080 Page 1 05 of 196 Pages ... ~.~ 0 OJ m I 0 1\.) i\3 <0 -1\.) 0 ..... (j) () 0 :::1 ...... iil $l. z 9 .j:>. 0 ()) 0 ""0 ru (Q CD ...... 0 (j) 0 -...... CD (j) ""0 ru (Q CD (/1 ., 1'\) .... I SIDEWALK ~ 4) r~rMa• 1 StDE'IIAI.K i ;i! " c{: SEE NOTE ~ I ~~ ~" I -~ 1 ~~Wor SIDEWALl<\ ~ _)I ! 1 ~I ;r il ~ ~~WaK IF ~=VI~ ll .DEIAlL...A TYPICAL JWO=RAMP CORNER INSTALLATION So&!lote1 ~~TOf ~ WE..._G ~ SlD£'NALK See Nate 4 ~----RETAINittG CURB GUTTER 1 !;.. ,1 1 --1DOTH SIDES OF IWIP} ~{ FLOIUNE lOP OF RAI.tP r-~:::_1!' Min, I A·-~5~. NOTE 9 SEE NOTE a r:----.... -~~ ~ ~ --7.5X U:ax 1.5il: Wax .cA.SE..E YP SECTION A-A QEJA1L...II TYPICAL ONE-RAMP CQBNER INSTALLATION S.e N9t94 t gnd 3 SECT!Oitl B-B Deporeee orrtku a.ldi!wolk Qtil required RETAINING CURB GUTTER lF' t!ECESSARY · ~ FLOIIL~--------• -···• ··-· L ' 1.$)£ Woxry r-f SE£ NOT£ & SEE ooTE • SECTION c-c I LOOT ;;·:·-un ~ ~OUJIDED 1 ~ BETRQE!T PAY LIMITS Existing curb end aldfnlolk <Mr'_llln_!t!IU'/lT%~ l. ~.J>~~· i..,l~ BASEOa 0 ;:11 ,. . ~ RAISED muNCATEQ DOME NOTES: ons, 011 • 2" rt dl~~;e 1~mc, g:;: 1'-z~Q:roflo •'~f~~~~;, ~ :~:J 1~0 Co$$ "· ~walk moy be dl!lpl'"e•oed Jon9nudfnal t:t O& In Caaa B or C 01"' lfKlY be wldiJflad ~;~a In case D. s. =~~tl:.•:=:r:O'~t~1~'"t~~a~:,_ur~brc~~1ffat 4" !fd:•:; t~~~1~ ~~:~aawebe~~i~~~b ,~rc:.:v~e!s~~t~~~. s. ~r,.·~ate:lo,~~ ~hrfh t~e tf!a®~ar:! :J:,,rg:'PJIJ!\"? not b9 parallel, M g "' (Q ... 6. Sld~t &lope of r"ontP fh::~re11 v~ uniformly from a moxlmuJil of 9.0% ot l):o ~ ~IIIP~~~ y~t~~~~tonl8~~d~~lk a lope udjaoent to tap Qf Z r. !~rr~tJof1~1f~~t)~om4i~~gJ~~~~~~!~ra or atrwta a. ~~al~P:ao!,~l;:'~~nYJfwi"!~~~ = ~~~ ~~:;;'~~~f'~~d~:SIY ~=~g~~g~vi~~ ~1o;ldt~tt9r pan t~lopo atta1r rnlt aJCaeod 1" of rJ. ~t::flercJ~aJ~dhO~~oe J:;:gt:l';,:a~~ :u~'h7.a,t3:td~:,e ~~~~&~~~=a ~h0c~gr~ fa ~~~~,r:nf:"l~· ~~~J~rd Spaclflcot1one. to. 5Toewolk cml:l rGIIIP 1'hlckmnaa, "l", &hall be 3V2" minimum. 11. ~t~h~i:r ~~~:;.,:O::i'~~ ~~6~~d ~\',,ot~:=e~ ~IHttr;~a ~$'t~~~:~fn"-~;'f1~ arJl$f' prtor ~' or In Qonjunotloo wttt., 12. ~;!~b-~~V:.~~~Re~c:l=l~ffl'g ~J,1 j~l:t~~~ ·~l~g :;r~ol of and depth. 000 A:"'"' '2.3" Min AND 2..4" Mole 0 0 0 CENTER TO CENTER SPACI'"' 0 0 0 RA!SEp TRUNCATEp DOME pA!JERN f!N=l!NEj DETECTABLE WARNING SURFACE 5f!8 NOte U STATE OF CAUF'QRHJA DEPARlllENT OF TRANSPORTATION CURB RAMP DETAILS NO SCALE A88A 0 ):o :u 0 "0 I'" ):o z ):o CD CD ):o Appendix B Carlsbad Engineering Standards -~ '-I DBE-02/29/2016 Contract No. 4080 Page 107 of 196 Pages Appendix B ____ t __ _ c 1"\.-_P.C.Jh ~- 1 " •• ' o:;l ' ~I "-. 0..1 c .. .t 15' I ]~~·--~ •• I . * 15 Ia: I 15' SEE STD. DWG. FOR ~PH DETAil PLAN OF CROSS GUTTER 6' VARIABLE 6' 3' 3' SECTION A-A SECTION C-C SECTION B-B .-R,:,:;;;EV.:.:..+"'A.li..P~..~,PR~Oo:.~VE~D-rD:;;.;.A~TE._. __ __.C .... IT-.Y-.....O_F_...C .... AR_IS=.::B;.:;A::;;D __ -I~L ~ SPECIAL CROSS GUTIER CITY ENGINEER 6-04 DAlE { STEEP GRADES ) SUPPLEMENTAL STAI'JDARD NO. GS-9 -~ \.I DBE-02/29/2016 Contract No. 4080 Page 108 of 196 Pages P.C.R. ,------- 1 I I .I 51 C.: I 51 a.:, I I I I L------P.C.R. PLAN ~d ~p/ / / / /y / / ~/ / "ff" /,v L / /v / / / v ~/ / / 9' /v /v / / / / v / / / / :': / / /v / 9" / // / v / / v({"'. /v /y / / L_ / 1/ / v / / / / / v / / v / v / / L ~/ / / / / / v / ~~ / v / / / / -L~ '{f,~/ / / / / / /f '{f"'Vv / v / // /' / V 7 V~// // /' / / /"L -9'/ // v / / ~> ~k // / / / // /~~-/ -9"/ / v / v({'6 'L /// ~ / / v///V~~ / v/ // // v// / / / / / / 4 3 2 1 15 14 13 12 11 10 9 8 ~ 0 .....- 7(!) 6 5 4 3 2 1 I-IR~E.:..V.~AOI.:.P.._PR~O;:.::,VE.i;;I;D~D:.:.A TE~ __ .-C.-IT-Y.......,O.-F_...CAR;;.;;;;;.;,;LS--.-B.,.AD-.... __ -1_,..-5£ ~ 6_04 GRAPH FOR CI1Y ENGINEER OAT£ SPECIAL CROSS GUTTER ~~:~~~~~ GS-10 {'\ •ii' DBE-02/29/2016 Contract No. 4080 Page 1 09 of 196 Pages Appendix C Carlsbad Standard Traffic Control Plan l'l ·~ DBE-02/29/2016 Contract No. 4080 Page 11 0 of 196 Pages Appendix C TTPJliAl Cf.D8Ulll Of llJU' BQADfAY ,, """-~~ M!' W1011111RR CIIJSU11'11 . ---:.;,' ---~~~i7:;.*-"""~~~::~!::::t:~:~:_--=::=:f == ::-- liS!IllliJJ !lll£l:'!Kl'l a ru~a ), I'CRT.IBIESQI r.wnttlliii;Jb!l.JIItlllclf (il OW'Re9me. :j: ~l:BIRiXJll£ ~ '-""" y """"" ~ FIA$ifii:~R!r.MSim ¥ rarr~r=.='t:tnmw s:;;;:;;a !f~R.Iil.l"'"""-le~ I£!!IDillAI!Wru-1.1~9G'i K-P.All (COM:R£1£ BARRI£il NPE 50) -~ , I R·l'· .,..., '-·'"'"'~'= .~~ '• .,:u 1r' ;'! = .r, "..!, --;:r· -:~-- " " •<!l..!.•-:;o c;....:. '~ ""''"" r.~;-.•:.":.r .... ...-"'·'·• ,:,-.• ,; • ..: -~·'>Jt.:.>:.:~ ·~ll' ,.._;: -~ "-I DBE-02/29/2016 Contract No. 4080 CITY OF CARLSBAll N'PROVfD ,.,, \ ,J A..,_ / WI-4(LT} W't-4(Rl) W1-3(LT) \\1J-1 ;;f~l G2tH! ....!!!:tl UNE '·-~> C9A(CA) CJQ{CA) C.30A[CA) ~O(ail<E) Page 111 of 196 Pages l' • ., nRF-0?/?91/?01R Appendix D RRFB specs -Heavy Duty Pole Package JBolts RRFB specs -Jbolt Instructions RRFB specs -pedestal base detail r.nntr:::11•t 1\ln Ll.nAn o"'"'"' 11" r.f 1 ae:: o...,"'"'" Sign not Included Appendix D Heavy Duty Pole Package with Anchor Bolts Domed Cap Mounting Brackets Round Pole Specifications Domed Pole Cap 203-00010 Cast Aluminum, zinc plated, fits 41!1" outer diameter pole (3X) :4" x'lz" square head machine screws Mounting Brackets 101802 (2X) Z-bracket single sided round pole mounting bracket, Aluminum. (2X) 'At x %" bolt and nut set (2X) 'h•" x H4" bolt and nut set Round Aluminum Pole {10' 373·10, 13' 373-13, 15' 373-15) Schedule 40 aluminum pole, 4 W outer diameter, one end threaded Pedestal Base (203-00014) Cast aluminum, threaded collar, Aluminum access door, FHWA certified, meets or exceeds AASHTO break-away requirements BentAndlorBolt(111644, 3177-42) (4X) '4" x 18", galvanized steel bent anchor (foundation bolt), nut and washer (for frost free areas) or (4XJ 1" x42", galvanized steel bent anchor (foundation bolt), nut and washer (for frost or snow-cover areas) Pedestal Base Bent Anchor Bolt Set ~TAPCO 1-800-236-0112 www.tapconet.com Traffic and Parking Control Co, Inc. 5100 West Brown Deer Road, Brown Deer Wl53223 U.S.A. Phone 800-236-0112 FAX 800-444-0331 www.tapconet.com Printed in the U.S.A. Copyright 2014 Traffic and Parking Control Co, Incorporated Contract Holder GS-v7F-5914R GS·07F·Oll4U {'\ •f' DBE-02/29/2016 Contract No. 4080 Page 113 of 196 Pages Instructions for Pedestal Base/Jbolt Pole Kit Concrete B;llles shall be excavated by use of a circular anger Dig a hole that is 1ft deeper that the size JBolts you are utilizing TAPCO's Pedestal Base has a 12-3/4" Bolt Pattern so an estimated 20" Diameter foundation is suggested Utilize Bolt Pattern Cage to Hold Jbolts as Concrete is poured Measure th•e combined thickness of the object that will be mounted to the J-bolt, the washer and nut. Mark the location on each J-bolt with a permanent marker by measuring that distance from the threaded side of the J-bolt Use a tape measure to measure the placement of each J-bolt depending on the plan for your project. Use a nail to mark the location for each J-bolt in the concrete Coat the threaded end of the J-bolt with petroleum jelly to be sure concrete does not get in the threads • Press the curved side of the J-lbolt into the concrete until the surface of the concrete is flush with the mark on each J-bolt. Hold a plumb bob by the string next to each J-bolt and position the J-bolt so the protruding section of the J-bolt is flush with the side of the plumb bob from at least three sides. Accuracy iis very important. When the concrete has set up lfor at least 48 hours, wash off the petrolemn jelly with a hot, wet, soapy cloth. Set the Pedestal base on top of the JBolts so the door will be facing away from traffic. Remove hex bolt and remove door so that you can screw the provided nuts down the ad.apter plate bolts snug to the bottom of the base. Oose base door. (Use Leveling Shlims if needed to keep base plumb) Line pole up above base and carefully thread pole into base with strap wrench until fully secure. **Suggested sizes and calculations above are based on Wisconsin soil condititons. For more information: l)Call your locaR Municipal Traffic Engineer for City of State Details 2)Read More at AASHTO's Standard Specifications for Structural Supports: Highway Signs, Luminaires and Traffic Signals (Primarily Section 13) 3)Read more: How to Place Anchor Bolts in Concrete I eHow.com http://www .ehow. comlhow 6162276 place-anchor-bolts-concrete .html#ixzz21 TfKOU Qc •"\ f.ti DBE-O?J?qf?01R f"'nntr<:>l"'t 1\.ln A fH:!n n---o1"" A _s: ..trr.l" n.---- This Page Intentionally Left Blank ., f.., DBE-02/29/2016 Contract No. 4080 Page 115 of 196 Pages ... ~.~ 0 OJ m b 1\.) i\3 ~ 0 -->. (j) 0 0 ::J ....... Dl ~ z p .j:>. 0 CXl 0 "0 l) ::l :0 _, _, ::n ::> ..... ..>. :0 ::n 1J u ::l D n I IB L I" ~ ... n ... N GENERAL NOTES II£TAL5 Of QJIIS.'IUTIDft. W.lERIALS AtiJ I~ IIDT SHOIN CH TJU lltA-.o SHAU COitFlRI TQ TM£ P£1111f£1tT IIECII.aUENTS DF lt£ COkTRACT. FOUR 14J BOLTS SHALL IBE FIRitSKED 11RH EACH TIWC5FGIU£R BA5L BDL TS SHALL BE r IIIMETER. <t• IN LEND1'H. liTH llASt£R5., L.OCX 'IASt£RS .wl lr&ITS.. DIS, NITS IHJ .IJASHERS SHALL BE UAIUACTIJRED II ACCCIIJAICE WITH $ECTilH &41.2.2 C1F TMi STAIGAIID 5AiCFICA'fiM.,. AST» A·RI. 11i',OQO YliLIIUEAYY HEX l&IT Aim II! CAL.YMciZO II .ACCQimAG .TH ASTU A-Jilt Q..ASS C. L£VELIG SHIWS. W REEDED. StWJ. BE DUGNED FCIR THE PIMPOS£ AIG USED UP1ER CA5T BASES WIIE;N PLI.NIIIC POLE$ QR STANDARDS D1.111M1 IN5TAI.t.Alllll. »>E U$E or IASHD15 ,. LEU Qf F'llliPEJl LEYELIMG UWS IS WT ~ABLE• stt.l I.Et«JTH SHALL BE I.CIIrm EIMIIUI TO CDI"LEJa 'I COVEB THE ARtA llillEit: THE LDQTH AIG lmH OF THE B.\51 WO!MrtMO FLANGE.. DClJBl.E NUTIIIG IS NOT ACCEPTAii.£ FOil l.EVEUI«< GR IKUITJIG PIJiPUSES. A IAMl APPROVED MfiJ u.L. USTED Y£CIWriiCAL CCJH:CTIII IUJOl AI..IQJ RATED AHD SIZED TO ACCEPT •m AWG STIWIIED liRE, 51W.l. 1£ FUIUGIE:J) AIU INSTALL.!D IN THE Pm!ST.AL AJO TfWI~ IUUS. 'fH!. UI.CHAICAL c:t»HCTTR SHALL II IIC!iTAU.m USING A Y.f"-20 rfi'JJ STML!SS STEEL 1iU IEAII BCU Of' SI.FFJQDIT WiCTH TO FltULY A'ITAOI. M LUC TO 11£ BASE. SHI!l.D Tl£ UAIIER OF ATTACHWEIIT OF TtE UJC REOIJIII£ 1.151ERS.I£X HUTS. LOCK. llfKR • fi£Y SIW.L. BE: ST.IINLW ST££1. AS IS TH£ IGi.T. THE.IWfER OF AnAOM:NT SHA!.!. hOT BL(!(;I !CCESSIBIJTJ TO fJIR£ PJ.ACS5NT 1H Tt£ CO!OSCTCR. PE!I£STAL BASE C:OU.AR THREADitQ 9W.L Elf. TAPEIII!D Nil 1t1 ACCQRIWIC! WITH r-MnCNAL PK'JiiREAIIIGDIIEIIIIICitG. USE COLLAR THHEAIIIICI SHILL EIITEMD liTO lt£ BASE CGL.UR lilH SLFFICENT D£PJU TO ACCEPT TtE NiUU,i.TIQN OF 'IJW'FIC 5IGPdJ, STAtGAIIDS TO A DiPTH OF 11/aN, Tllih TOITDIU TO .A POWT OF BEitG IWOVABL.E. TKE ACCESS DOOR SlW..1. BE: OF 1'KI. SAlE UA T£IIW. AS THE BASE. Til' BOTTOM VIEW ITRAHIFORIIER BASEJ ~--¥ TYPICAL MECHANICAL CONNECTOR LUG TO BE. J1.IUtSH£l) IUH EACH DUE SLOTTED FOR r till. SOL TS J3' ltRIUIII 1Z'" EICIL T QICU TRANSFORMER BASE WTDIJiU FOR UiE WitH TYP£ 2,3. 4, I I 6 POW { IEIHEAIJ .. j_ $ 411 ~ l ' r ISOMETRIC VIEW ACCESS GP£ttiC 101M. ol/r'l&f<"IS\lr LEVELING SHIM BOTTOII VIE!W lPEDEITAL lii.AIEJ I II Y.·oov.·na ........ ~ TOP VIEW !PEDESTAL BASEl ISDIETRIC VIEW PEDESTAL SASE IIIIEX H£AD STAlla.EIS STEEL BDLT Y,.• X J'i' -20 lTPU ............. IGIIfW. I" X a• TRANSFORWERIPEOESTA!. BASES ~ ~-----------------------i~ STATE II' IIStQNSIN "' IIEP.ARTIIEHT Of' TR-TATIIIJI u ......... ..!!l!iJlU.. ..... ~~ ... -'j'f d EI..ElAiOfHGIN£Eif ftlft .....f t~•Qif"AYlii ..., 1123 =:J Appendix E Resident Notification Example {'\ • .., DBE-02/29/2016 Contract No. 4080 Page 117 of 196 Pages APPENDIX "E" RESIDENT NOTIFICATION EXAMPLE Dear resident: CITY OF CARLSBAD ROADWORK ABC CONTRACTORS OFFICE# (760)XXX-XXXX FIELD # (760)XXX-XXXX As a part of the City of Carlsbad's ongoing program to maintain its streets, your street will be resurfaced with a layer of asphalt concrete over the existing roadWay surface. This construction will require the closing of your street to through traffic for one day. Your street, from XYZ St. to XYZ Ave. will be closed to through traffic and resurfaced on: MON. TUE. WED. THU. FRI. DATE:--------- from 7:00A.M. to 5:00 P.M. If you don't plan to leave your home by 7:00A.M. on the above date please park your car on an adjacent street in your neighborhood that will not be resurfaced. Streets scheduled for resurfacing can be determined by calling either the Contractor or the City of Carlsbad Engineering Inspection Department. When walking to and from your car, remember not to walk on the newly overlaid street or you will have black residue on the bottom of your shoes. Please do not drive, walk on, walk pets, play, or skate on th1e newly overlaid asphalt. Also, please refrain from watering your lawns, washing cars, etc., approximately 6-8 hours after the asphalt is laid as running water will cause damage to the new surface. ABC is the Contractor that will be performing the resurfacing work for the city and you may call them at (760)XXX-XXXX if you have any questions regarding the project. Resurfacing of your street will not occur on the day your trash is collected. Mail delivery may be delayed if the postman cannot reach the mailbox that day. If you have a moving company scheduled for that day please call and inform the Contractor of the date. If you have any concerns which cannot be addressed by the Contractor, you may call the City's Engineering Inspection Department at 438-1161x4323. Thank you for your cooperation as we work to make a better City of Carlsbad. l' •f' DBE-02/29/2016 Contract No. 4080 Page 118 of 196 Pages Appendix F Federal Labor Standards Provisions ('\ •ii' DBE-02/29/2016 Contract No. 4080 Page 119 of 196 Pages Appendix F Federal Labor Standards; Provisions Applicability The Project or Program to which the construction work covered by this contract pertains is being assisted by the United States of America and the following Federal Labor Standards Provisions are included in this Contract pursuant to the provisions applicable to such Federal assistance. A. 1. (I) Minimum Wages. All laborers and mechanics employed or working upon the site of the work, will be paid unconditionally and not less ofte,n than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secr<ltary of Labor under the Copeland Act (29 CFR Part 3). the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment comput•ld at rates not less than those contained in the wag<l determination of the Secretary of Labor which is attSlched hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist be,tween the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under Section l(b)(2) of the Davis·Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to' the provisions of 29 CFR 5.5(a)(1)(iv); also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs, which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shatll be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under 29 CFR 5.5(a)(1 )(ii) and the Davis-Bacon poster (WH· 1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible, place where it can be easily seen by the workers. (II) (a) Any class of laborers or mechanics which is not listed in the wage determinati"n and which is to be employed under the contract shall be classified in conformance with the wage del:ermination. HUD shall approve an additional classification and wage rate and fringe benefits therefor only when the following criteria have been met: U.S. Department of Housing and Urban Development Office of Labor Relations (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (b) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and HUD or its designee agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate). a report of the action taken shall be sent by HUD or its designee to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, D.C. 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise HUD or its designee or will notify HUD or its designee within the 30-day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB control number 1215- 0140.) (c) In the event the contractor, the laborers or mechanics to be employed in l:he classification or their representatives, and HUD or its designee do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate). HUD or its designee shall refer the questions, including the views of all interested parties and the recommendation of HUD or its designee, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise HUD or its designee or will notify HUD or its designee within the 30-day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140.) (d) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (1 )(ii)(b) or (c) of this paragraph, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part Previous edttions are obsolete Page 1 of 5 form HUD-4010 (06/2009) ref. Handbook 1344.1 l' •tr DBE-02/29/2016 Contract No. 4080 Page 120 of 196 Pages of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis- Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140.) 2. Withholding. HUD or its designee shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other Federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime contractor so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract In the event of failure to pay any laborer or mechanic, including any apprentice, trainee or helper, employed or working on the site of the work, all or part of the wages required by the contract, HUD or its designee may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. HUD or its designee may, after written notice to the contractor, disburse such amounts withheld for and on account of the contractor or subcontractor to the respective employees to whom they are due. The Comptroller General shall make such disbursements in the case of direct Davis-Bacon Act contracts. 3. (i) Payrolls and basic records. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in Section l(b)(2)(B) of the Davis-bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5 (a)(1 )(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section l(b)(2)(B) of the Davis- Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been Previous ed~ions are obsolete communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (Approved by the Office of Management and Budget under OMB Control Numbers 1215-0140 and 1215-0017.) (ii) (a) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to HUD or its designee if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit the payrolls to the applicant sponsor, or owner, as the case may be, for transmission to HUD or its designee. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i) except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee (e.g., the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH-347 is available for this purpose from the Wage and Hour Division Web site at http://www.dal. gov/esalwhd/formslwh347instr. him or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to HUD or its designee if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit the payrolls to the applicant sponsor, or owner, as the case may be, for transmission to HUD or its designee, the contractor, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this subparagraph for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to HUD or its designee. (Approved by the Office of Management and Budget under OMB Control Number 1215-0149.) (b) Each payroll submitted shall be accompanied by a "Statement of Compliance,' signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be provided under 29 CFR 5.5 (a)(3)(ii), the appropriate information is being maintained under 29 CFR 5.5(a)(3)(i), and that such information is correct and complete; Page 2 of5 form HUD-4010 (0612009) ref. Handbook 1344.1 {'\ • .., DBE-02/29/2016 Contract No. 4080 Page 121 of 196 Pages (2) That each laborer or mechanic (including each helper, apprentice, and trainee) 'employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, ~~ither directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in 29 CFR Part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (c) The weekly submission of a properly executed certification set forth on tile reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by subparagraph A.3.(ii)(b). (d) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the Unit<ld States Code. (Ill) The contractor or subcontractor shall make the records required under subparagraph A.3.(i) available for inspection, copying, or transcription by authorized representatives of HUD or its designee or the Department of Labor, and shall p1ermit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, HUD or its designee may, after written notice to the contractor, sponsor, applicant or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 4. Apprentices and Trainees. (I) Apprentl ces. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with :the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, E:mployer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is 'employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who Previous ed~ions are obsolete is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for !he applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (II) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted !o work at less than the predetermined rate f,or the work performed unless they are employed pursuant ',to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by Page 3 of 5 form HUD-4010 (06/2009) ref. Handbook 1344.1 '-' •4# DBE-02/29/2016 Contract No. 4080 Page 122 of 196 Pages the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal employment opportunity. The utilization of apprentices, trainees and journeymen under 29 CFR Part 5 shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. 5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR Part 3 which are incorporated by reference in this contract 6. Subcontracts. The contractor or subcontractor will insert in any subcontracts the clauses contained in subparagraphs 1 through 11 in this paragraph A and such other clauses as HUD or its designee may by appropriate instructions require, and a copy of the applicable prevailing wage decision, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in this paragraph. 7. Contract termination; debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract and for debarment as a contractor and a subcontractor as provided in 29 CF R 5.12. 8. Compliance with Davis-Bacon and Related Act Requirements. All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference in this contract 9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and HUD or its designee, the U.S. Department of Labor, or the employees or their representatives. 10. (I) Certification of Eligibility. By entering into this contract the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of Section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1) or to be Previous edftions are obsolete awarded HUD contracts or participate in H UD programs pursuant to 24 CFR Part 24. (li) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of Section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1) or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CFR Part 24. (Ill) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. Additionally, U.S. Criminal Code, Section 1 01 0, Title 18, U.S.C .. "Federal Housing Administration transactions", provides in part: "Whoever, for the purpose of ... influencing in any way the action of such Administration ..... makes, utters or publishes any statement knowing the same to be false ..... shall be fined not more than $5,000 or imprisoned not more than two years, or both." 11. Complaints, Proceedings, or Testimony by Employees. No laborer or mechanic to whom the wage, salary, or other labor standards provisions of this Contract are applicable shall be discharged or in any other manner discriminated against by the Contractor or any subcontractor because such employee has filed any complaint or instituted or caused to be instituted any proceeding or has testified or is about to testify in any proceeding under or relating to the labor standards applicable under this Contract to his employer. B. Contract Work Hours and Safety standards Act. The provisions of this paragraph B are applicable where the amount of the prime contract exceeds $100,000. As used in this paragraph, the tenns "laborers" and "mechanics" include watchmen and guards. (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or penni! any such laborer or mechanic in any workweek in which the individual is employed on such work to work in excess of 40 hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of 40 hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in subparagraph (1) of this paragraph, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in subparagraph (1) of this paragraph, in the sum of$10foreach calendar day on which such individual was required or pennitted to work in excess of the standard workweek of 40 hours without payment of the overtime wages required by the clause set forth in sub paragraph (1) of this paragraph. Page 4 of5 fonn HUD-4010 (0612009) ref. Handbook 1344.1 l'\ •fi' DBE-02/29/2016 Contract No. 4080 Page 123 of 196 Pages (3} Withholding for unpaid wages and liquidated damages. HUD or its designee shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable em account of work performed by the contractor or subcontre1ctor under any such contract or any other Federal contract with the same prime contract. or any other Federally-assisted contract subject to the Contract Work Hours and Safety Standards Act which is held by the same prime c•Jntractor such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in subparagraph (2) of this paragraph. (4} Subcontracts. The contractor or subcontractor shall insert in any subcontra<:ts the clauses set forth in subparagraph (1) through (4) of this paragraph and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be respc,nsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in subparagraphs (1) through (4) of this paragraph. C. Health and Safety. The provisions of this paragraph C are applicable where the amount of the prime contract exceeds $100,000. (1} No laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health and safety as determined unde1r construction safety and health standards promulgated by the Secretary of Labor by regulation. (2} The Contractor shall comply with all regulations issued by the Secretary of Labor pursuant to Title 29 Part 1926 and failure to comply may result in imposition of sanctions pursuant to the Contract Work Hours and Safety Standards Act, (Public Law 91-54, 83 Stat 96). 40 USC 3701 et seq. (3) The contractor shall include the provisions of this paragraph in every subcontract so that such provisions will be binding on each subcc,ntractor. The contractor shall take such action with resp,ect to any subcontractor as the Secretary of Housing and Urban Development or the Secretary of Labor shall clirect as a means of enforcing such provisions. Previous edftions are obsolete Page 5 of 5 l'\ •ii' DBE-02/29/2016 Contract No. 4080 form HUD-4010 (06/2009) ref. Handboolk 1344.1 Page 124 of 196 Pages Appendix G Davis-Bacon Wage Determinations l'l • ., DBE-02/29/2016 Contract No. 4080 Page 125 of 196 Pages Appendix G General Decision Number: CA160001 03/18/2016 CAl Superseded General Decision Number: CA20150001 State: California Construction Types: Building, Heavy (Heavy and Dredging), Highway and Residential County: San Diego County in California. BUilDING CONSTRUCTION PROJECTS; DREDGING PROJECTS (does not include hopper dredge work); HEAVY CONSTRUCTION PROJECTS (does not include water well drilling); HIGHWAY CONSTRUCTION PROJECTS; RESIDENTIAl CONSTRUCTION PROJECTS (consisting of single family homes and apartments up to and including 4 stories) Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 for calendar year 2016 applies to all contracts subject to the Davis-Bacon Act for which the solicitation was issued on or after January 1, 2015. If this <contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.15 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at \NWw.dol.gov/whd/govcontracts. Modification Number 0 1 2 3 4 5 Publication Date 01/08/2016 02/12/2016 02/19/2016 02/26/2016 03/04/2016 03/18/2016 ASBE0005-002 07/01/2015 Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all Rates types of mechanical systems) ................ $ 36.74 Fire Stop Technician (Application of Firestopping Materials for wall open1ings and penetrations in walls, floors, ceilings and curtain walls) ..................................................... $ 25.38 Fringes 19.49 16.81 {'\ •4F DBE-02/29/2016 Contract No. 4080 Page 126 of 196 Paqes ASBE0005-004 06/29/2015 Asbestos Removal worker/hazardous material handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, Rates Fringes whether they contain asbestos or not) .. $ 18.06 10.57 BOIL0092-003 10/01/2012 Rates Fringes BOILERMAKER.................................... $41.17 28.27 BRCA0004-00811/01/2015 Rates Fringes BRICKLAYER; MARBLE SETTER ............... $34.44 17.21 BRCA0018-004 06/01/2014 Rates Fringes MARBLE FINISHER............................. $ 28.45 11.38 TILE FINISHER.................................... $ 23.78 9.84 TILE LAYER........................................ $ 35.14 14.33 BRCA0018-010 09/01/2013 Rates TERRAZZO FINISHER............................. $ 26.59 TERRAZZO WORKER/SETTER................ $ 33.63 CARP0409-002 07/01/2008 Fringes 10.34 11.13 l"' -~ DBE-02/29/2016 Contract No. 4080 Page 127 of 196 Pages Rates Fringes Diver (1) Wet. ............................................. $ 663.68 9.82 (2) Standby ...................................... $ 331.84 9.82 (3) Tender ......................................... $ 323.84 9.82 (4) Assistant Tender .......................... $ 299.84 9.82 Amounts in "Rates' column are per day CARP0409-008 08/01/2010 Rates Modular Furniture Installer .................... $ 17.00 CARP0547-001 07/01/2009 Rates CARPENTER (1) Bridge ............................................. $ 37.28 (2) Commercial Building ...................... $ 32.30 (3) Heavy & Highway ........................... $ 37.15 (4) Residential Carpenter ...................... $ 25.84 (5) Residential Insulation Installer ................................ $ 18.00 MILLWRIGHT ............................................. $ 37.65 PILEDRIVERMAN ....................................... $ 37.28 CARP0547-002 07/01/2009 Fringes 7.41 Fringes 10.58 10.58 10.58 10.58 8.16 10.58 10.58 Rates Fringes Drywall (1) Work on wood framed construction of single family residences, apartments or condominiums under four stories Drywall Installer/Lather ....................... $ 21.00 8.58 Drywall Stocker/Scrapper .................... $ 11.00 6.67 (2) All other work Drywall Installer/Lather ....................... $ 27.35 9.58 Drywall Stocker/Scrapper .................... $ 11.00 6.67 ELEC0569-001 08/31/2015 Rates Fringes Electricians {Tunnel Work) l'\ -~ DBE-02/29/2016 Contract No. 4080 Page 128 of 196 Pages Cable Splicer ...................................... $ 46.88 13.54 Electrician .......................................... $ 46.13 13.51 Electricians: (All Other Work, Including 4 Stories Residential) Cable Splicer ...................................... $ 41.75 13.38 Electrician .......................................... $ 41.00 13.36 ELEC0569-005 06/01/2015 Rates Fringes Sound & Communications Sound Technician ................................ $ 29.55 11.92 SOUND TECHNICIAN: Terminating, operating and performing final check-out ELEC0569-006 10/05/2015 Work on street lighting; traffic signals; and underground systems and/or established easements outside of buildings Rates Fringes Traffic signal, street light and underground work Utility Technician #1 .......................... $ 29.50 8.31 Utility Technician #2 ......................... $ 24.65 8.16 STREET LIGHT & TRAFFIC SIGNAL WORK: UTILITY TECHNICIAN #1: Installation of street lights and traffic signals, including electrical circuitry, programmable controller, pedestal-mounted electrical meter enclosures and laying of pre-assembled cable in ducts. The layout of electrical systems and communication installation including proper position of trench depths, and radius at duct banks, location for manholes, street lights and traffic signals. UTILITY TECHNICIAN #2: Distribution of material at jobsite, installation of underground ducts for electrical, telephone, cable TV land communication systems. The setting, leveling, grounding and racking of precast manholes, handholes and transformer pads. •" ~., DBE-02/29/2016 Contract No. 4080 Page 129 of 196 Pages ELEC0569-008 08/31/2015 Rates ElECTRICIAN (Residential, 1-3 Stories) .................................................... $ 30.75 ELEC1245-001 06/01/2015 Rates LINE CONSTRUCTION (1) lineman; Cable splicer ..................... $ 52.85 (2) Equipment specialist (operates crawler tractors, commercial motor vehicles, backhoes, trenchers, cranes (50 tons and below), overhead & underground distribu1tion line equipment) ................................. $ 42.21 (3) Groundman .................................... $ 32.28 (4) Powderman ................................... $ 47.19 Fringes 7.54 Fringes 15.53 14.32 14.03 14.60 HOLIDAYS: New Year's Day, M.L. King Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day and day after Thanksgiving, Christmas Day ELEV0018-001 01/01/2015 Rates Fringes ELEVATOR MECHANIC ........................... $ 49.90 28.38 FOOTNOTE: PAID VACATION: Employer contributes 8% of regular hourly rate as vacation pay credit for employees with more than 5 years of service, and 6% for 6 months to 5 years of service. PAID HOLIDAYS: New Years Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgivi111g Day, Friday after Thanksgiving, and Christmas Day. ENGI0012-003 07/06/2015 OPERATOR: Power Equipment (All Other Work) Rates GROUP 1 .......................................... $ 39.95 Fringes 23.35 ('\ ·~ DBE-02/29/2016 Contract No. 4080 Page 130 of 196 Pages GROUP 2 ........................................ $ 40.73 23.35 GROUP 3 ........................................ $ 41.02 23.35 GROUP 4 ........................................ $ 42.51 23.35 GROUP 5 ........................................ $ 41.86 23.35 GROUP 6 ........................•............... $ 41.83 23.35 GROUP 8 ........................................ $ 42.84 23.35 GROUP 9 ........................................ $ 42.19 23.35 GROUP 10 ....................................... $ 42.96 23.35 GROUP 11 ....................................... $ 42.31 23.35 GROUP 12 ....................................... $ 43.13 23.35 GROUP 13. ...................................... $ 43.23 23.35 GROUP 14 ....................................... $ 43.26 23.35 GROUP 15 ....................................... $ 43.34 23.35 GROUP 16 ....................................... $ 43.46 23.35 GROUP 17 ....................................... $ 43.63 23.35 GROUP 18 ....................................... $ 43.73 23.35 GROUP 19 ....................................... $ 43.84 23.35 GROUP 20 ....................................... $ 43.96 23.35 GROUP 21 ....................................... $ 44.13 23.35 GROUP 22 ....................................... $ 44.23 23.35 GROUP 23 ....................................... $ 44.34 23.35 GROUP 24 ....................................... $ 44.46 23.35 GROUP 25 ....................................... $ 44.63 23.35 OPERATOR: Power Equipment (Cranes, Piledriving & Hoisting) GROUP 1 ....................................... $ 41.30 23.35 GROUP 2 ....................................... $ 42.08 23.35 GROUP 3 ....................................... $ 42.37 23.35 GROUP 4 ....................................... $ 42.51 23.35 GROUP 5 ....................................... $ 42.73 23.35 GROUP 6 ....................................... $ 42.84 23.35 GROUP 7 ....................................... $ 42.96 23.35 GROUP 8 ........................................ $ 43.13 23.35 GROUP 9 ....................................... $ 43.30 23.35 GROUP 10 ...................................... $ 44.30 23.35 GROUP 11 ...................................... $ 45.30 23.35 GROUP 12 ...................................... $ 46.30 23.35 GROUP 13 ...................................... $ 47.30 23.35 OPERATOR: Power Equipment (Tunnel Work) GROUP 1 ....................................... $ 41.80 23.35 GROUP 2 ....................................... $ 42.58 23.35 GROUP 3 ....................................... $ 42.87 23.35 GROUP 4 ....................................... $ 43.01 23.35 GROUP 5 ....................................... $ 43.23 23.35 GROUP 6 ....................................... $ 43.34 23.35 GROUP 7 ....................................... $ 43.46 23.35 •" f.l DBE-02/29/2016 Contract No. 4080 Page 131 of 196 Pages Appendix H Housing and Urban Development (HUD) Section 3 l' •+' DBE-02/29/2016 Contract No. 4080 Page 132 of 196 Pages Appendix H HUD SECTION 3, CONTRACT CLAUSES & SUPPLEMENTAL CONTRACT DOCUMENTS CDBG/FEDERALLY FUNDED PROJECT PROJECT: Barrio ADA Pedestrian Improvements -CDBG Federally Funded Project (Contract No. 4080) A. The work to be performed under this contract is subject to the requirements of section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u(section 3). The purpose of section 3 is to ensure that employment and other economic opportunities generated by HUD assistance or HUD-assisted projects covered by section 3 shall, to the greatest extent feasible, be directed to low-and very low-income persons, particularly persons who are recipients of HUD assistance for housing. B. The parties to this contract agree to comply with HUD's regulations in 24 CFR part 135, which implement section 3. As evidenced by their execution of this contract, the parties to this contract certify that they are under no contractual or other impediment that would prevent them from complying with the part 135 regulations. C. The contractor agrees to send to each labor organization or representative of workers with which the contractor has a collective bargaining agreement or other understanding, if any, a notice advising the labor organization or worker's representative of the contractor's commitments under this section 3 clause, and will post copies of the notice in conspicuous places at the work site where both employees and applicants for training and employment positions can see the notice. The notice shall describe the section 3 preference, shall set forth minimum number and job titles subject to hire, availability of apprenticeship and training positions, the qualifications for each; and the name and location of the person(s) taking applications for each of the positions; and the anticipated date the work shall begin. D. The contractor agrees to include this section 3 clause in every subcontract subject to compliance with regulations in 24 CFR part 135, and agrees to take appropriate action, as provided in an applicable provision of the subcontract or in this section 3 clause, upon a finding that the subcontractor is in violation of the regulations in 24 CFR part 135. The contractor will not subcontract with any subcontractor where the contractor has notice or kno\l\lledge that the subcontractor has been found in violation of the regulations in 24 CFR part 135. E. The contractor will certify that any vacant employment positions, including training positions, that are filled (1) after the contractor is selected but before the contract is executed, and (2) with persons other than those to whom the regulations of 24 CFR part 135 require employment opportunities to be directed, were not filled to circumvent the contractor's under obligations under 24 CFR part 135. ·~ ~~ DBE-02/29/2016 Contract No. 4080 Page 133 of 196 Pages F. Noncompliance INith HUD's regulations in 24 CFR part 135 may result in sanctions, termination of this contract for default, and debarment or suspension from future HUD assisted contracts. G. With respect to work performed in connection with section 3 covered Indian housing assistance, section 7(b) of the Indian Self-Determination and Education Assistance Act (25 U.S.C. 450e) also applies to the work to be performed under this contract. Section 7(b) requires that the greatest feasible (i) preference and opportunities for training and employment shall be given to Indians, and (i~ preference in the award of contracts and subcontracts shall be given to Indian organizations and lndian-ovvned Economic Enterprises. Parties to this contract that are subject to the provisio s f section 3 and section 7(b) agree to comply with section 3 to the maximum extent feasibl (. no in derogation of compliance YAth section 7(b). --.JQ~a!1 ~n)~i{,t1f f {'\ •+' DBE-02/29/2016. Contract No. 4080 Page 134 of 196 Pages HUD SECTION 3 REQUIREMENTS FOR CERTIFICATION During the performance of this contract the contractor, subcontractor, or subrecipient must certify and represent that they will adhere to Section 3 provisions of the Housing and Urban Development (HUD) Act of 1968. For major projects valued at more than $100,000, as described in 24 CFR Part 135, Revised June 30, 1994, all contractors, subcontractors, and subrecipients are required to submit a written HUD Section 3 Economic Opportunity Plan (forms are attached). The contractor, subcontractor, or subrecipient certify that they will provide, to the greatest extent feasible, opportunities for employment to lo\Ner income Carlsbad residents. Further, to the greatest extent feasible, contracts in connection with these projects are to be awarded to local businesses. Part of the Section 3 Implementation Plan requires contractors, subcontractors, and subrecipients to make good faith efforts to target, recruit, and hire Section 3 area residents for available positions. All contractors, subcontractors, and subrecipients participating in contracts of $100,000 or more in HUD assistance must advertise and actively recruit eligible Section 3 participants in accordance with federal guidelines. CERTIFICATION FOR CONTRACTS THE CONTRACTOR, SUBCONTRACTOR, SUBRECIPIENT, OWNER, DEVELOPER, NONPROFIT, OR SERVICE PROVIDER BY HIS/HER SIGNATURE(S) AFFIXED HERETO DECLARES UNDER PENALTY OF PERJURY OR NON-COMPLIANCE ENFORCMENT THAT: 1. He/She has read the above Requirements for Certification. 2. He/She shall accept the employment requirements contained therein for all his/her operations within the applicable Section 3 project area. He/She shall make good faith efforts to recruit and select area residents and award ~ntrn~) to Section 3 area business concerns. m~· J ! l L__,.=--~-"" .. ,~ icer Signature {'\ .... DBE-02/29/2016 Contract No. 4080 Page 135 of 196 Pages HUD SECTION 3 EXAMPLES OF GOOD-FAITH EFFORTS Priorities: In making good faith efforts to hire Section 3 qualified residents and to award contracts to Section 3 businesses, priority should be given, to the greatest extent feasible, to: 1. Low income residents residing in the services area or neighborhood in which the Section 2. Participants in HUDYouthbuild programs. 3. Residents of HUD assisted housing. 4. Section 3 businesses which provide economic opportunities for low-income persons residing in the project area. Our company will ac1tively participate in Section 3 efforts by: (examples) a. Advertising thE! training and employment positions by distributing flyers (which identify the positions to be filled, the qualifications required, and where to obtain additional information about the application process) to d>Nelling units in the neighborhood in which the Section 3 covered project is located. b. Advertising the training and employment positions at the site or proposed project site, and at public and prrvate agencies within the neighborhood such as grocery stores, shopping centers, schools, homeless shelters, and churches. c. Contacting neighborhood organizations in the Section 3 project area, and requesting the assistance of these organizations in notifying neighborhood residents of the training and employment positions to be filled. d. Scheduling and advertising a job informational and recruiting meeting the neighborhood. e. Contracting HUD Youthbuild programs and requesting their assistance in recruiting Youthbuild pre-apprentice program participants. f. Contacting local JTPA funded nonprofit job training agencies. g. Consulting with community leaders, community organizations, resident councils and resident management ~rroups to assist in recruiting. {"\ •+' DBE-02/29/2016 Contract No. 4080 Paqe 136 of 196 Paqes 1. Description of Section 3 project area boundaries: Boundary is the U.S. Census Tract(s) in which the project is located and/or surrounding tracts: CT#(s) 2. Planned Section 3 hires: * In columns 1 & 2 indicate, by trade, the number of positions (new hiresj created by the project. Enter the number of planned Section 3 hires in column 3. ALL TRADES/CRAFTS TOTAL NUMBER OF NUMBER OF PLANNED ,., NEW POSITIONS SECTION 3 AREA HIRES "' \t'li\~ ,jl / 11 "-.JJU lJ '-~ V New hires means full-time employees for permanent, temporary or seasonal employment opportunities. {'\ •+' DBE-02/29/2016 Contract No. 4080 Page 137 of 196 Pages HUD SECTION 3 ECONOMIC OPPORTUNITY PLAN (continued) (Attach additional pages if necessary) 3. a. b. c. d. e. Outreach Plan: #/J9- Indicate sites that WJII be used to advertise, recruit and hire Section 3 employees for this project: List sources and/or methods of recruitment of Section 3 potential employees. (See sample of Good Faith Effort-attached). ll~h List State appr<oved apprenticeship programs to be utilized, if any. ~~ List Job Traming Partnership Act or Youthbuild programs to be utilized, if any. /Vt.f-1:- List of Section 3 eligible suppliers, subcontractors, vendors and services providers to be utilized: A,~ Name t Amount$. ______ _ Address Phone _______________ _ Name Addre._ss ___________ _ Phone ________________ _ Name Addre-ss------------- Phone _____________ _ Amount$. ______ _ Amount$. ______ _ l'\ •;;' DBE-02/29/2016 Contract No. 4080 Page 138 of 196 Pages HUD SECTION 3 BID PREFERENCE TABLE Implementing Section 3 preference can result in a contract being avvarded to a contractor other than the lo\Nest bidder. A responsive bid must address Section 3 requirements. A bid that meets Section 3 criteria can be selected even when it is ''x'' dollars above the lo\Nest bid. The chart below summarizes the value of the ''x" factor in evaluating bids. LOWEST BID IS: ADDED COST IS THE LESSER OF: Less than$1 00,000 10% of that bid, or $9,000 At least $100,000 but less than-$200,000 9% of that bid, or~16,000 At least $200,000 but less than $300,000 8% of that bid, or~21 ,000 At least $300,000 but less than $400,000 7% of that bid, or $24,000 At least $400,000 but less than $500,000 6% of that bid, or $25,000 At least $500,000 but less than $1 million 5% of that bid, or $40,000 At least $1 million but less than $2 million 4% of that bid, or $60,000 At least $2 million but less than $4 million 3% of that bid, or $80,000 At least $4 million but less than $7 million 2% of that bid, or $105,000 $7 million or more 1 %%of the lowest responsive bid, with no dollar limit (.'\ •+' DBE-02/29/2016 Contract No. 4080 Page 139 of 196 Pages Form 1. Form2. Form3. Form4. Form5. Form6. HUD SECTION 3 REPORTS SECTION 3 EMPLOYEE INFORMATION CONTRACTOR'S/SUBCONTRACTOR'S SECTION 3 MONTHLY REPORT/PART1: EMPLOYMENT AND TRAINING CONTRACTOR'S/SUBCONTRACTOR'S SECTION 3 MONTHLY REPORT/PART II: CONTRACTS AWARDED INCOME CERTIFICATION FOR SECTION 3 RESIDENT CERTIFICATION OF PARTICIPATION IN HUD HOUSING PROGRAMS CERTIFICATION OF SECTION 3 BUSINESS CONCERN MAIL REPORT TO: CITY OF CARLSBAD Housing & Neighborhood Services Department c/o CDBG Administrator 1200 Carlsbad Village Drive Carlsbad, CA 92008 Please note that all Section 3 required forms must be completed in full and signed. Forms must be submitted prior to release of funds. When there is an item on the form that is not applicable to your business, please indicate with "N/A." All contractors, subcontractors, and subrecipients are required to fill in ali information. ~~ • ., DBE-02/29/2016 Contract No. 4080 Page 140 of 196 Pages ·~ CITY OF CARLSBAD SECTION 3 EMPLOYEE INFORMATION ALL NEW HIRES JOB ADDRESS: ________________ _ EMPLOYEE NAME HOW ADDRESS/ZIP CODEIPHONE NUMBER MANY TOTAL SOCIAL SECURITY NUMBER GENDER IN FAMILY ETHNICITY TRADEICRAFT M/F FAMILY INCOME* CODE"* CLASSIFICATION NAME ADDRESS CITY/ZIP SS# I Phone NAME ADDRESS CITY/ZIP SS# I Phone NAME ADDRESS CITY/ZIP SS# I Phone NAME ADDRESS CITY/ZIP SS# I Phone NAME ADDRESS CITY/ZIP SS# I Phone "TOTAL FAMILY INCOME (NOT TO EXCEED 80% OF MEDIAN INCOME), 80% OF MEDIAN FAMILY INCOME PER HOUSEHOLD' Median $73,000 1 PER 2 PER 3 PER 4 PER 5 PER 6 PER 7 PER Low Income "*RACIAUETHNIC CODES: 45,400 51,850 1 -WHITE AMERICAN 2-BLACK AMERICAN 3-NATIVE AMERICAN 4-HISPANIC AMERICAN 58,350 5-ASIAN/PACIFIC ISLAND AMERICAN 2015 AMI figures used in chart. 64,800 70,000 75,200 80,400 8PER 85,550 TOTAL JOB HOURS HRLY WORKED SALARY ~~ DBE-02/29/2016 Contract No. 4080 Page 141 of 196 Pages CITY OF CARLSBAD CONTRACTOR'S/SUBCONTRACTOR'S SECTION 3 MONTHLY REPORT JOB ADDRESS: ________________ _ Contractor __________ _ Address Telepho::::ne::------·---- Contract start Date ContractCompletio._n""'Da=te _______ _ Date of Report'=---------Contract Amount Program Code ~---------Report Period, ___________ _ I PART 1: Employment and Training Job Ca!eqorv Professionals Technicians Office/Clerical Construction by Trade Trade: Electrician Trade: Painter Trade: Carpenter Trade: Trade: Trade: Other: !list) Program Codes 1 -Rexible Subsidy 2-Section 202/811 3 -Public/Indian Housing Development, Opera lion & Maintenance 4-Homeless Assistance only) 5-HOME New Hires who are Section 3 Residents 6-HOME (state) 7 -CDBG 8-CDBG 9-other CD Program Total Hours for Section 3 Employees & Trainees X-other Housing Programs *Preference Category Section 3 Hires & Trainees *Preference Category 1 -YouthBuild 2-Homeless 3 -other Section 3 4-HACLA 5-Section 8 .. Racial/Ethnic Code s) 1 2 3 4 -RaciaVE!hnic Codes: 1 -White American 2-Black Amertcan 3-Native American 4-Hispanic American 5 -Asian/Pacific American 6 -Hasidic Jews (for Part II 5 {'\ •4i' DBE-02/29/2016 Contract No. 4080 Page 142 of 196 Pages CITY OF CARLSBAD SECTION 3 BUSINESS USAGE MONTHLY REPORT JOB ADDRESS: _______________ _ Contractor _________ _ Contract start Date. _________ _ Date ofReport~--------- Address. _________ _ Contract Completion Date. _______ _ Contract Amount ________ _ PART II: Contracts Awarded for Materials/Supplies/Vendors COMPLETE FOR EACH SUBCONTRACT 1. Construction Contracts A. Total dollar amount of contract/subcontract B. total dollar amount of contract/subcontracts awarded to Section 3 businesses C. Percentage of the total dollar amount that was awarded to Section 3 businesses D. Name, address and dollar amount of each Section 3 business E. Nature of Contract. _____________________________________ _ F. Enter the number of Section 3 businesses receiving contracts by Racial/Ethnic code{s) (See Codes on Form2) 1c:::=::J 2c:::=::J 3c:::=::J 4c:=::::J 5c:::=::J c=:=J 2. Non Construction Contracts A. Total dollar amount of all non-construction contracts/subcontracts B. Total dollar amount of non-construction/subcontracts awarded to Section 3 businesses C. Percentage of the total dollar amount that was awarded to Section 3 businesses D. Total number of Section 3 businesses receiving non-construction contracts E. Enter number of Section 3 businesses receiving non-construction contracts by Racial/Ethnic codes(s) 1c:::=::J 2c:::=::J 3c:::=::J 4c:=::::J 5c:::=::J c=:=J {'\ •+i DBE-02/29/2016 Contract No. 4080 Page 143 of 196 Pages CITY OF CARLSBAD Housing & Neighborhood Services 1200 Carlsbad Village Drive, Carlsbad, CA 92008 ~COME CERTIFICATION FOR RESIDENT SEEKING SECTION 3 L_ PREFERENCE IN TRAINING AND EMPLOYMENT I, ___________________ am a resident at the following address: I hereby certify that my total family income for the previous 12 months was $. _____ _ and the total number of adults contributing to\1\/ards my family support is ______ _ The total number of individuals in my family is--------------- Documentation is available to verify the above information. Signature of Se<,iion 3 Resident Date Print Name Verification DociLJments description: l' •f' DBE-02/29/2016 Contract No. 4080 Page 144 of 196 Pages RESIDENT EMPLOYMENT OPPORTIJNITY DATA THE CITY OF CARLSBAD, CALIFORNIA ELIGIBILITY FOR PREFERENCE for EMPLOYMENT PROJECTS UllLIZING U.S. HOUSING AND URBAN DEVELOPMENT (HUD) FUNDS Eligibility for Preference A section 3 resident seeking the preference in training and employment provided by this part shall certify, or submit evidence to the recipient contractor or subcontractor, if requested, that the person is a Section 3 resident, as defined in Section 135.5. (An example of evidence of eligibility for the preference is evidence of receipt of public assistance, or evidence of participation in a public assistance program.) Certification for Resident Seeking Section 3 Preference in Training andEmployment I,----------------'' am a legal resident of the -:--~-----:---:---------:-::-:-~--:and meet the income eligibility guidelines for a low-or very-low-income person as published on the reverse. My permanent address is: I have attached the following documentation as evidence of my status: D Copy of lease D Copy of evidence of participation in a public assistance program Signature Print Name D Copy of receipt of public assistance D Other evidence Date l' .... DBE-02/29/2016 Contract No. 4080 Page 145 of 196 Pages SECTION 3 INCOME LIMITS Individuals residing in the Barrio Area of the City of Carlsbad, California, who meet the income limits set forth below, qualify for Section 3 status. A picture identification card and proof of current residency is required. Eligibility Guideline-Effective March 6, 2015 Number in Household Very low Income Low income 1 individual $28,350 $45,400 2 individuals $32,400 $51,850 3 individuals $36,450 $58,350 4 individuals $40,500 $64,800 5 individuals $43,750 $70,000 6 individuals $47,000 $75,200 7 individuals $50,250 $80,400 8 individuals $53,500 $85,550 l'\ •tr DBE-02/29/2016 Contract No. 4080 Paae 146 of 196 PrtnA!':. CITY OF CARLSBAD Housing & Neighborhood Services 1200 Carlsbad Village Drive, Carlsbad, CA 92008 CERTIFICATION OF SECTION 3 BUSINESS CONCERN Job Site Address:, _________________________ _ Name of Business:, _________________________ _ Address of Business: ________________________ _ Telephone No. ________ _ FAX No., _____________________ __ Service/Goods Purchased & Amount: ___________________ _ Type of Business Corporation Sole Proprietorship Qualifying Basis -----51 percent owned by Section 3 low-income residents, or Partnership Join Venture 1. 2. -----Permanent, full-time employees include at least 30% Section 3 low-income residents, or 3. _____ Written commitment to subcontract more than 20% of dollar award from the City of Carlsbad to business concerns who meet number 1 or 2 above. I, hereby certify that I am authorized to act on behalf of the business indicated above; that the above information is accurate and that I can provide documentation to verify the above information. Signature of Section 3 Resident Date Print Name ('\ •+' DBE-02/29/2016 Contract No. 4080 Page 147 of 196 Pages Appendix I RRFB Installation Instructions {'\ •ff DBE-02/29/2016 Contract No. 4080 Paae 148 of 196 Paaes ~~TAPCO Traffic & Parking Control Company, Inc. Solar-Powered Systems: Pages 8-23; QuickStart Page 9 Protecting the Solar Controller and RRFB LEOs: Never apply solar power to the controller without a battery attached. Never connect RRFB LEDs to an energized circuit. Either will destroy the component and void the warranty, requiring replacement at your expense. Before disconnecting power, 1) always remove the load fuse first (or remove all fuses, while noting their positions); 2) disconnect the battery's negative lead; 3) disconnect battery's positive lead last. When connecting power, 1) verify that the fuse(s) is/are removed and all light bar LEOs are connected; 2) connect the battery (positive terminal first, then negative terminal); 3) connect solar; 4) insert the fuses in their correct positions. If unsure, refer to/request the separate Wiring Schematic for the proper fuse positions and values. RRFB-XL2™: Solar-powered and AC-powered User Guide AC-Powered Systems: Pages 24-31; QuickS tart Page 25 Wherever AC power is present, electrical installation and servicing MUST be performed ONLY by a qualified electrician: serious personal injury or death may result from contact with hazardous AC power. Disconnect AC power source AND verify the circuit breaker is 'OFF' BEFORE performing any wiring procedures or servicing. Protecting the RRFB LEOs: Connecting the RRFB-XL2 LEOs to an energized circuit will destroy them, voiding the warranty and requiring replacement at your expense. To protect them, verify the power to those circuits is disconnected BEFORE connecting the LEDs. NOTE: RRFB-XL LED Flash Duration is covered in this Guide's TAPCO ·Traffic & Parking Control Company, Inc. UG-14124308 Rev C RRFBXL2_ug_14124308_RevC Page 149 of 196 Pages ~JTAPCO Traffic & Parking Control Company, Inc. RRFB-Xl2™ User Guide: Solar-powered and AC-powered Warning, Caution and Note Statements ©2015 Traffic & Parking Control Company, Inc. (TAPCO) All rights reserved. This notice applies to all copyrighted material included with the associated product(s), including but not limited to this manual and software embodied within the product. This User Guide is intended for the sole use of the persons to whom it was provided, and any unauthorized distribution of the manual or dispersal of its contents is strictly forbidden. This manual may not be reproduced in whole or in part by any means whatsoever without the express written permission ofTAPCO. Warning and Caution Statements and Notes: Read These Prior to Assembly and Installation! Warning, Caution and Note statements are used to emphasize important and critical information in this guide. Identifies a potentially hazardous situation which, if not avoided, could result in death or serious injury. Warnin9 statements may describe what you should do to avoid the risk of exposure to the hazard, and may include potential consequences of not avoiding the hazard. Understand and heed all Warnings in this document! Indicates an unsafe practice which could potentially result in minor or moderate injury. It may also be used to alert against unsafe practices that can cause component damage and void warranties. Understand and heed all Cautions in this document! NOTE: Notes are used to inform you about benet1cial tips, techniques and processes regarding the installation, operatiion, programming or maintenance of your system: they typically are not hazard-related. If you have any questions that are not answered by this Guide, contact your Distributor or TAPCO Technical Support. TAPCO Technical Support Phone 866-753-6255 (M-F 8-5 CT) Email blinkertech@tapconet.com Although we've included many of the potential hazards you might encounter during the installation and operation of this equipment, we cannot predict all of the possible hazards: these statements should not be a substitute for your judgment and experience. Wherever AC power is present, electrical installation and servicing MUST be performed ONLY by a qualified electrician: serious personal injury or death may result from contact with hazardous AC power. BEFORE performing any wiring procedures or servicing, disconnect AC power source and verify the circuit breaker is 'OFF'. Batteries normally produce explosive gases which can cause personal injury or death. Therefore, do not allow flames, sparks or lit tobacco to come near batteries. Always provide ventilation when charging or working near a battery, and wear gloves, goggles and an apron. Batteries contain sulfuric add which burns skin, eyes and clothing. Disconnect the fuses and/or solar panel leads before removing or replacing any electrical components. To disconnect batteries, always detach the negative terminal first (to prevent arcing). To re-connect, always attach the battery's positive terminal first and connect the battery's negative terminal lead last. Protecting the Solar Controller and RRFB LEOs: Never apply solar power to the controller without a battery attached. Never connect RRFB LEDs to an energized circuit. Either will destroy the component and void the warranty, requiring replacement at your expense. When disconnecting power, always remove the load fuse first (or all fuses, while noting their posit~ons) before disconnecting the battery. Disconnect the negative lead first, then the positive lead. When connecting power, 1) verify that the fuse(s) are removed and all light bar LEDs are connected; 2) connect the battery (positive terminal first, then negative terminal); 3) connect solar; 4) insert the fuses in their correct positions. If unsure, refer to/request the separate Wiring Schematicfor the proper fuse positions and values. Connecting the RRFB-XL2 LEDs to an energized circuit will destroy them, voiding the warranty and requiring replacement at your expense. To protect the RRFB-XL2 LEDs, always verify the power to those circuits is disconnected BEFORE connecting the LEDs. ©2015 Traffic & Parking Control Company, Inc.· RRFBXL2_ug_14124308_RevC Page 150 of 196 Pages :~TAPCO Traffic & Parking Control Company, Inc. Read and understand All Warnings and Cautions in this Guide (including those on the previous page) BEFORE proceeding with assembly, installation and servicing. Read the Notes statements to facilitate installation, operation, programming and maintenance. Changes or modifications to TAPCO equipment not expressly approved in writing by TAPCO could damage the components and voids any warranty. NOTE: Stored batteries MUST be checked monthly and kept charged to 12V with an approved charger, or your LED devices may not function properly. While charging the batteries you may proceed with other assembly processes. NOTE: The typical default RRFB-Xl LED Flash Duration is 30 seconds, and can be modified following this Guide's section 'Adjusting Beacon Flash Duration (Timeout)'. Wireless communication between systems including Timeout, Radio Binding, Testing & Site Survey are included in the separate BlinkerBeam® Radio Operation User Guide: If that guide is unavailable, contact TAPCO to have a PDF em ailed to you. NOTE: If you are considering the use of push buttons NOT supplied by TAPCO, refer to the section 'TAPCO-Approved Components' before proceeding to verify that your push buttons will function properly with TAPCO RRFB-Xl2 systems. RRFB-XL2™ User Guide: Solar-powered and AC-powered Table of Contents Warning, Caution and Note Statements .................................................. 2-3 RRFB-Xl2 System Requirements; light Bar Cable Requirements ................. 4 TAPCO-Approved Components; Pedestrian Confirmation LED Options .......... 5 Typical2-lane Street RRFB-Xl2 layout ...................................................... 6 Typical4-lane Street RRFB-Xl2layouts ..................................................... 7 Solar-Powered Systems {JCI§Gel6401iHIIt080$~~0·1i·O··"o • .,.HI*·SOG01iOJ3000013000illli!IOO&OO~~ .. .,I:I<:I,.~.," 8-23 Installation Outline: Bask Solar-Powered QuickS tart Steps """'"'""""""' 9 Step-by-step lnstructions06aflllGlll81l\llljl<ltlliBO<l61!10!10.0$UilU<UGOOUGHIOOGIJOUUOUO<IQQC04CfiOOOO!J 10-23 ~~~~~=-~~E!Zlllil!lll3=~~~~~ --~~l'=m:li!IE3Il!mli!l~lll.lllmll!!ll=--~t==l:2ml:!iillil~~ Installation Outline: Bask AC-Powered QukkStart Steps ............. ..,,, ....... 25 BlinkerBeam® Radio Binding .................................................................... 38 Adjusting Beacon Flash Duration (Timeout) .............................................. 39 XAV2E-LED Message Repeat, locate Tone and Message Type ...................... 40 XAV2E-LED Volume Adjustments .............................................................. .40 XAV2E-LED Push Button Tips and Troubleshooting ..................................... 41 Sun Saver Solar Controller Charging Status & Battery State of Charge ......... 42 Sun Saver Solar Controller Parameters ...................................................... .43 SunSaver Solar Controller Tips and Troubleshooting ................................. .44 ProS tar Solar Controller Tips and Troubleshooting .................................... .45 Solar and AC System Tips and Troubleshooting .......................................... 46 Warranty and Registration ..................................................................... u.47 Document & Contact Information ................................................ Back Cover ©2015 Traffic & Parking Control Company, Inc.· RRFBXL2_ug_14124308_RevC Page 151 of 196 Pages ~JTAPCO Traffic & Parking Control Company, Inc. RRFB-XL2™ User Guide: Solar-powered and AC-powered RRFB-XL2 System Requirements; Light Bar Cable Requirements RRFB-Xl2 Rectangular Rapid-Fia1shing Beacon System Requirements: TAPCO's RRFB-XL2 Systems must be used only within the constraints as explained on this page and in the section 'TAPCO- Approved Components~ Other usage not approved expressly (in writing) by TAPCO voids any warranty. All components listed below are available from TAPCO with your system order or in supplemental quantities. Universal System Requirements:: Cabinet Mounting Hardware: U-Bolts or straight bolts or heavy-duty banding: Snap-lock straps are provided for temporary use only, to hold cabinet in place while permanent mounting hardware is attached. Dimmable Light Bar I Controller Requirements: Connect no more than two (2) Dimmable light bars to any Controller. (Non-dimming will accommodate up to four) Dimmable light Bar Cable Runs: Cable Run must not exceed fifty (50) feet in length. See table at right for Non-dimming requirements. XAV Push Button Cable (ifXAV Push Button is used): 8C 18AWG dedicated direct burial-suitable cable, such as Belden 27601 A or equivalent. Solar-powered System Requirements: Solar Panel(s) must be located in full unobstructed sunlight. Stored Batteries must be kept charged until installed. AC-powered System Requirements: AC Power Service Ratings: 120VAC lOA minimum; 3-wire grounded circuit. AC Power Feed: Power feed wire type and gauge should match your local codes and engineering specifications. Refer to the power supply's label for power input requirements, and contact your local engineer/municipality for more information. light Bar Cable Requirements: Identify the type of system you received (non-dimming or dimmable, as identified by the Light Bars' attached cable sheath color and explained in the table at the bottom of this page), then determine your cable gauge requirements based on length of underground cable runs. Non-Dimming light Bars have a black-sheathed cable. Non-Dimming Light Bar Cable Length > Gauge Cable must be dedicated direct burial-suitable, 4C AWG length of Cable Run Minimum Gauge Required Up to 300 feet 18 AWG or larger (16, 14 etc.) 300-450 feet 16 AWG or larger (14, 12 etc.) 450-700 feet 14 AWG or larger (12, 10 etc.) Dimmable light Bars have a !~ray:-sheathed cable. Dimmable Light Bar Cable Requirements Cable must be dedicated direct burial-suitable, 4-conductor 18AWG or larger (16, 14,12 etc.) light Bar Cable Runs must not exceed 50 feet. No more than two (2) Dimmable light bars may be connected to any Controller. How to determine if your Light Bars are Dimmable or Non-Dimming Identifying Characteristic Dimmalble Non-Dimming Light Bar Cable Sheath Color Gray Black Terminal Block Slots 'A' and 'B' Present Not Present ©2015 Traffic & Parking Control Company, Inc.· RRFBXL2_ug_ 14124308_RevC Page 152 of 196 Pages ~~TAPCO Traffic & Parking Control Company, Inc. RRFB-XL2™ User Guide: Solar-powered and AC-powered TAPCO-Approved Components; Pedestrian Confirmation LED Options TAPCO-Approved Components: TAPCO's RRFB-XL2 Rectangular Rapid Flashing Beacon Systems must be used only with TAPCO-Approved components as listed on this page, as well as in the sections 'RRFB-XL2 System Requirements' and 'Light Bar Cable Requirements: The use of any other components not approved expressly (in writing) by TAPCO voids any warranty. All components listed below are available from TAPCO with your system order or in supplemental quantities. Components: light Bars: TAPCO's RRFB-XL2 Light Bars are the only light bars that are approved for use with these systems. Light Bars are available with one (typically), two or no Pedestrian Confirmation LED arrays: see options below. light Bar Cable Requirements: Refer to previous section 'Light Bar Cable Requirements: Batteries: 12V AGM (gel) or VRLA (voltage-regulated lead-acid) with equivalent ratings to original equipment are the only acceptable battery types to be used with these systems. Stored Batteries must be kept charged until installed, or they may not perform satisfactorily. Pedestrian Confirmation LED (PC -LED) Options: If any side-mounted PC -LED does not sync with its large LED array, remove the cover from the light bar enclosure; disconnect both sets of Deutsch connectors; swap and re-connect them; re-attach the cover onto the enclosure. Push Buttons* and Push Button Cable: TAPCO recommends the following Push Button models for use with the RRFB-XL2 systems*: Polara Bulldog Ill Models BDSP-011 and BDSP-014; Polara XAV2E-LED equipped with Polara controller card; Other Mechanical, Normally Open (NIO) Models. *TAPCO cannot verify that other Push Buttons I actuation devices will function properly with these systems. XAV Push Button Cable (ifXAV Push Button is used): 8C 18AWG dedicated direct burial-suitable cable, such as Belden 27601A or equivalent. Bulldog I Mechanical Push Button Cable: 2C 18AWG dedicated direct burial-suitable cable. Connecting the RRFB-XL2 LEDs to an energized circuit will destroy them, voiding the warranty and requiring replacement at your expense. To protect the RRFB-XL2 LEDs, always verify the power to those circuits is disconnected BEFORE connecting the LEDs. FHWA Memorandum IA-11: 6e states 'A small light directed at and visible to pedestrians in the crosswalk may be installed integral to the RRFB or push button to give confirmation that the RRFB is in operation: PC-LED options are illustrated below. Single light Bar, No PC-LED Single light Bar, Single PC-LED Single light Bar, Dual PC -LEOs Dual light Bars, No PC-LED ©2015 Traffic & Parking Control Company, Inc.· RRFBXL2_ug_14124308_RevC Dual light Bars, Single PC-LED Dual light Bars, Dual PC -LEOs Page 153 of 196 Pages ~~TAPCO Traffic & Parking Control Company, Inc. RRFB-XL2™ User Guide: Solar-powered and AC-powered Typical2-lane Street RRFB-XL2 layout . Suggested RRFBs, Signage and Pavement Markings for 2-lane Roads Align the signage and RRFB properly to maximize driver yielding compliance. Keep this in mind when mounting the components to the poles. First, align the RRFB housing to aim the Near Lane LED arrays toward approaching traffic in lanes nearest to that assembly, then tighten. Second, aim the Far Lane LED Arrays toward approach- ing trafficin lanes across from that assembly,. then tighten. Near Lane TOP VIEW Rl-6, Rl-6a signs provide additional guidance to yield. -·---____,::,+--,.,.* Rl-6a (STOP ... ) are allowed only in States where approved YIELD LINES A YIELD line is a series of white isosceles triangles, ------~~~·""""~· pointing toward approaching vehicles, and extending across a lane or lanes. It is used at midblock crosswalk locations where it supple- ments Rl-5 'Yield Here To Pedestrians' signs. See MUTCD Section 3B.16. MUTCD Section 2A.20 Sign Orientation Guidance: 01 Unless otherwise provided in the manual, signs should be vertically mounted at right angles to the direction of, and facing, the traffic that they are intended to serve ... On curved alignments, the angle of placement should be determined by the direction of approaching traffic rather than by the roadway edge at the point where the sign is located. Far Lane Near Lane TOP VIEW SPEED A 1 30 MPH 140' 35 MPH 183' 40 MPH 234' A=distance from Advance sign to 30' crosswalk 1 Rl-5 signs and yield lines provide additional guidance to yield. Advance RRFB are allowed only in conjunction with crosswalk RRFB. CJ CJ A OTHER TYPICAL Fixed Arrays CROSSWALK MARKINGS OR BlinkerSign® LED Signs These signs can be linked wirelessly to flash once per second for the same flash duration of the RRFB. ©2015 Traffic & Parking Control Company, Inc.· RRFBXL2_ug_14124308_RevC Page 154 of 196 Pages ~~TAPCO Traffic & Parking Control Company, Inc. RRFB-XL2™ User Guide: Solar-powered and AC-powered Typicai4-Lane Street RRFB-XL2 Layout Suggested RRFBs, Signage and Pavement Markings for 4-lane Roads T ~ 30' ©2015 Traffic & Parking Control Company, Inc.· RRFBXL2_ug_14124308_RevC Page 155 of 196 Pages ~~TAPCO Traffic & Parking Control Company, Inc. RRFB-XL2™ User Guide: Solar-powered and AC-powered Solar-powered System Introduction Solar-powered System Introduction TAPCO's Solar-powered RRFB-XL2 Rectangular Rapid Flashing Beacon products are ideal for pedestrian-activated crosswalk applications with unobstructed sunlight, where an AC power source is not already present. This section provides instructions on assembling and installing a solar-powered system: please review it completely before proceeding, as well as the section 'Pedestrian Confirmation LED Options~ System Components TAPCO's RRFB-XL2 Rectangular Rapid Flashing Beacons can be configured to meet a variety of crosswalk requirements. The following components make up the solar-powered configurations, shown at right: Solar Panel Assembly Flashing LED Light Bar(s) Control Cabinet (size/type varies) Battery (1 or more) Pedestrian Push Button(s) Optional: Cabinet Mounting Hardware (Snap-lock straps are for temporary use only) Optional: Poles and Bases Cabinet Mounting Hardware: Snap-loiCk straps are for temporary use only) Recommended Tools/Supplies (not sUipplied) Lifetime Silicone Sealant and Duct Seal Marking Pen and Tape Measure Voltmeter/Multimeter For XAV2E-LED Push Button: Torx T15 pin-type star bit (also fits LED heads) Self-tapping screws (or) #7 or 1%4" bit and W'-20 tap Pole Strap Wrench (for threaded poles) Corded Hand-held Drill, preferably with side handle 2" Step Bit (Unibit) or arbor (hole saw) bits Hole Reamer (to remove drilling burs) Fish Tape/Hook to pull cables/wiring out of pole Screw Drivers Torque Wrench, Open/Box Wrenches Ratchet/Driver, Extension, Sockets/Deep Sockets Wire Stripper/Terminal Crimper TAPCO's Solar-powered System Overview: Various RRFB-XL2 configurations are combined to create a complete crosswalk set. When actuated, the BlinkerBeam® radios in each linked assembly communicate wirelessly to flash the RRFB-XL2 light bar LEOs for a programmable duration (timeout). Within each solar-powered RRFB-XL2 assembly, the solar panel and solar controller interact to charge the battery (or batteries) during daylight hours. The controller also regulates the flow of power from the battery to the Flashing LED Light Bar(s). TAPCO's Solar-powered Configurations: Optional Poles/Bases/Mounting Hardware sold separately RRFB-XL2 with single Light Bar and Push Button (Uni-directional) RRFB-XL2 with dual Light Bars and Push Button (Bi-directional) RRFB-XL2 with single Light Bar and no Push Button (Uni-directional) ©2015Traffic & Parking Control Company, Inc.· RRFBXL2_ug_14124308_RevC Page 156 of 196 Pages :JTAPCO Traffic & Parking Control Company, Inc. RRFB-XL2™ User Guide: Solar-powered and AC-powered Solar-Powered System Installation Outline Jdsic steps to install a Solar-Powered LED RRFB-XL2 Assembly: For more in-depth details and images/illustrations of each step below, refer to the like-numbered sections following this page. 1. Site Prep: Prepare your site(s) for mounting the assemblies. Note due southerly direction for solar panel alignment. 2. Sign Mounting Prep: Mark the pole where the signs will be mounted: the warning sign's bottom and mounting holes, and the plaque's top and mounting holes. 3-4. Light Bar Porting Prep (3: Right side of street; 4: Left side of street): Mark the pole at the midpoint between the sign and plaque edges, and for the opposite-facing light bar if used. 5. Light Bar Port Drilling: See 1 OB and 11 B for more info and images. Use step bit or arbor bit to drill ports. Ream off all burs. 6. Push Button Prep (varies): (XAV) Mark mounting/port holes; remove cover; strip and connect the wires; replace the cover. (Bulldog): Remove cover. Mark and drill a cable port. Ream off all burs. Drill/tap mounting holes. Mount base onto pole. 7. Cabinet Port Marking & Drilling: Mark the cabinet port location, then drill the port. Ream off all burs. 8. Solar Panel Porting Cable Feed & Mounting: Feed the Solar Panel cable through its mounting cap, and through the pole to the pole's cabinet port; place the Solar Panel onto the pole and rotate it so it will face southward. Tighten allen screws. Adjust panel tilt per your latitude, and tighten bolts. 9. Push Button Mounting & Cable Feed (varies): Fish the push button cable through its port to the pole's cabinet port; (XAV) Remove the plaque and mount the push button frame to the pole. Re-install the plaque. (Bulldog) Strip, crimp and connect leads. Secure the cover onto the base. 10. Light Bar Cable Feed (varies): Verify all light bar Pedestrian Confirmation LED locations and align accordingly; (Straps) Use a fish tape to pull the cables through their respective ports to the pole's cabinet port hole. (U-bolts) Remove the light bar covers. Use a fish tape to pull the cables through their ports to the pole's cabinet port hole . . l. Light Bar Mounting (varies): Verify all light bar Pedestrian Confirmation LED locations; (Straps) Feed straps through the bracket slots, wrap them around pole and secure. Trim straps if desired. (U-bolts) Place a pair of u-bolts onto the pole and secure each light bar onto them. Replace the light bar covers. 12. Cable Feeds and Cabinet Mounting: Based on quantity, determine which step (15, 16 or 17) you will use. Terminalize and feed cables into the cabinet (order varies). Mount cabinet to pole. Seal openings with lifetime silicone caulk/duct seal. 13. Fuse Removal I Replacement: CAUTION-Remove load circuit fuse or all fuses prior to making any wiring connections. 14. RRFB-XL2 LED Lead Prep: Strip/terminate RRFB-XL2 LED leads (splice and solder if connecting 3-41ight bars). 15-17. LED Terminal Block Wiring: Choose Correct Step, based on number and type (A= Non-Dimmable, B= Dimmable): 15. Connect Single light Bar leads to the Terminal Block. 16. Connect Dual Light Bar leads to the Terminal Block. 17. Connect Triple or Quadruple Light Bar leads to the Terminal Block. 18. Connect Push Button Leads In Cabinet: On terminal block (Bulldog) or printed circuit board (XAV). See instructions. 19. Connect Optional Components. Verify polarity. 20. Haul Assemblies to site, and Install: Signs can be mounted at your shop or on-site. 21.1nsert & Connect Battery: Insert battery into cabinet. Verify Polarity, then connect positive battery cable first, then negative cable to corresponding battery terminals. If using multiple batteries, press polarized connectors together. 23. Connect Solar Panel Leads: Verify Polarity, then connect the solar leads to corresponding terminal block slots. 24. Fuse insertion: With the battery connected you may now insert the fuse(s). NOTE: If you need to perform servicing or wiring changes at any time, you must first remove the fuses, and do not re-insert them until the LEDs and battery are reconnected. This is necessary to protect the solar controller and RRFB-XL2 LEDs. ©2015 Traffic & Parking Control Company, Inc.· RRFBXL2_ug_14124308_RevC Page 157 of 196 Pages ~JTAPCO Traffic & Parking Control Company, Inc. RRFB-XL2™ User Guide: Solar-powered and AC-powered Solar-powered Step-by-step Instructions Site Prep: Prepare your site for mounting the assemblies according to your engineering plans, as well as your State, Fed- eral and local regulations: while th1~ forms are setting, you may proceed with assembly at your shop, reducing your time exposed to traffic/potential risks. For solar alignment, note due southerly direction in relation to the assembly locations. Note: the use of a locking collar or at lien screw is recommended to allow for on-site pole rotation adjustment and locking. ~ Sign Mounting Prep: Mark the pole locations for the warning sign and plaque tops and bottoms, and make cross-marks where the top-center of the plaque and the bottom-center of the sign will be mounted. Allow at least 6 inches between them for light bar clearance. If sign/plaque mounting bolts will be used, mark pole for their mounting hole locations. NOTE: The next 2 steps explain light bar wiring port placement. If used, center median light bars can be mounted directly opposite of each other with their LED arrays aimed counter-clockwise from the street's path so they will be directed toward the drivers approaching from that direction. For more median-mounted light bar information and illustration, refer to this Guid«~'s section 'Typical4-lane Street RRFB-Xl2layout'. ~ Light Bar Porting Prep for Right side of street: refer to this Guide's sections on Typica! ... RRFB-X£2 Layout. Mark the cable port hole for the Near Lane light bar at the midpoint between the marks for top of the plaque and bottom of the sign.lf an opposing light bar will be used, make a mark on the back side of the pole, rotated slightly counter-clockwise so the Far Lane light bar aims toward the lane(s) across the street. On a 4W' pole, offset it about W' for 2-lane streets or%" for 4-lane streets: see illustrations below. For u-bolt Light Bar mounting only, the second hole must also be staggered 1" above or below the first hole to allow vertical staggering of light bars: see 1 OB and 11 B for more information and images. far lane Near Lane ©2015 Traffic & Parking Control Company, Inc.· RRFBXL2_ug_14124308_RevC Page 158 of 196 Pages :~TAPCO Traffic & Parking Control Company, Inc. RRFB-XL2™ User Guide: Solar-powered and AC-powered Solar-powered Step-by-step Instructions (continued) ~ light Bar Porting Prep for left side of street: Mark the cable port hole for the Far Lane light bar at the midpoint between the top of the plaque and bottom of the sign, but rotated slightly counter-clockwise so the Far Lane light bar aims toward the lane(s) across the street. On a 4Y2'' pole, offset it about W' for 2-lane streets or %11 for 4-lane streets. For a Near Lane light bar, make a mark on the opposite side of the pole so it will aim toward traffic approaching from that direction: see illustrations below. For u-bolt Light Bar mounting only, the second hole must also be staggered 1 II above or below the first hole to allow vertical staggering of light bars: see 1 OB and 11 B for more information and images. Far Lane light Bar Port Drilling: See steps 10 and 11 for more information and images to help ensure proper porting placement. Using a step bit or an arbor (hole saw), drill1 II or larger porting holes: larger ports allow for greater rotation of light bars. Ream off all burs inside and outside of the porting holes to help prevent cable damage. XAV2E-lED Push Button Prep: (For Bulldog Push Button, skip to 6B: 'Bulldog Push Button Prep') Read the complete instructions in the XAV2E-LED push button's shipping box. Use its Mounting Hole Diagram to mark the pole for mounting holes and cable porting. Remove the bottom cover of the push button frame by removing the two screws with a Torx T15 pin-type star bit (not supplied). Carefully strip about 1 W' off of the push button cable's outer jacket, then strip W' of the insulation off of each wire. Insert just the stripped portion of each lead into its corresponding terminal port (see images and table below) and tighten the screw to secure it, then pull gently on each lead to ensure a secure connection. Replace the cover and tighten it securely. Drill the cable port in the pole per XAV2E-LED instructions and ream off all burs. Terminal label I lead Insulation Color* PWR+ PWR-BTN LED MUTE MIC AUDl AUD2 Red Black Orange Yellow Brown Blue Red/Black Blue/Black '+XAV2E-LED Push Button Cable: Dedicated direct burial-suitable cable with 8C 18AWG stranded conductors and matching color coding, such as Belden 27601 A or equivalent, available from TAPCO. ©2015 Traffic & Parking Control Company, Inc.· RRFBXL2_ug_14124308_RevC Page 159 of 196 Pages :~TAPCO Traffic & Parking Control Company, Inc. RRFB-XL2™ User Guide: Solar-powered and AC-powered Solar-powered Step-by-step Instructions (continued) ~ Bulldog Push Button Prep (two different bases shown below): Unscrew and remove the push button cover from its ca:l mounting base. Use the mounting~ base as a template to mark the porting hole and the two push button mounting holes. ~ Drill and ream out a push button cable porting hole in the pole,%" diameter or more. Drill mounting holes with a #7 or 13;6/ bit, then thread with a W'-20 tap (self-tapping screws could also be used). Mount the push button base to the pole. NOTE: If you are considering the use of push buttons NOT supplied by TAPCO, refer to the section 'TAPCO-Approved Components' before proceeding to verify that your push buttons will function properly with TAPCO RRFB-XL2 systems. ~ Cabinet Port Marking & Drilling:: Mark the cabinet porting hole location on the pole: varies according to your engineer's plans. Use a 2" step bit or a 2" arbor bit (hole saw) to drill the cable feed porting hole, just large enough to accept the cabinet stub. Ream off all burs inside and outside of the porting hole to help prevent cable damage. 00 Side-Mount Solar Panel Porting Cable Feed & Mounting (For Top-Mount, skip to BB: 'Top-Mount Solar Panel Cable ~ Feed & Mounting'): Mark the solar panel porting hole location on the (when installed) southern side of pole, in line ~ with the bracket hole shown below. Drill and ream out a cable porting hole in the pole,%" or more in diameter. Mount bracket onto pole/mast arm so collector faces upward and toward the equator (southward). Feed the cable into the pole through the bracket, into the pole's porting hole, and back out through the cabinet porting hole. Adjust the tilt to 45° above horizontal in southern U.S. latitudes, to a steeper 55° in northern U.S.Iatitudes. Tighten the bracket hardware securely. ©2015 Traffic & Parking Control Company, Inc.· RRFBXL2_ug_14124308_RevC Page 160 of 196 Pages ~~TAPCO Traffic & Parking Control Company, Inc. RRFB-XL2™ User Guide: Solar-powered and AC-powered Solar-powered Step-by-step Instructions (continued) ~ Top-Mount Solar Panel Cable Feed & Mounting: Feed the solar panel cable through its mounting cap's porting hole, into the pole and back out through the cabinet porting hole. Place the solar panel/bracket onto the pole, then tighten the ~ allen set screws evenly. Adjust the panel's collector facing toward the equator (southward), tilted to 45° above horizontal in southern U.S. latitudes to a steeper 55° in northern U.S. latitudes. Tighten the bracket tilting hardware securely. ~ XAV Push Button Cable Feed/Mounting (For Bulldog Push Button, skip to 9B: 'Bulldog PB Cable Feed/Mounting'): . Fish the push button cable through its port into the pole and back out through the cabinet porting hole. Unscrew the ~ plaque's four screws with a Torx T15 pin-type star bit (not supplied); remove plaque. Mount the push button frame onto the pole, then secure it with the supplied bolts fed through lock washers and washers. Replace and secure the plaque. ~ Bulldog Push Button Cable Feed/Mounting: Fish the push button cable through its port into the pole, and back out Cif:J through the cabinet porting hole. Strip the ends of the push button leads (typically Blue and Brown) and crimp a spade c:?.LJ terminal onto each. On two-terminal push buttons, polarity does not matter: connect the leads to the two push button terminals in any order. If you use a different push button with three terminals, connect the typically Blue lead to the push button's 'COM' terminal and the typically Brown lead to the 'NO' terminal: you will terminate them identically on the cabinet's terminal block. Do NOT use the'NC'terminal. Place the push button cover onto its base and secure with screws. ©2015 Traffic & Parking Control Company, Inc. • RRFBXl2_ug_14124308_RevC NOTE: If you are considering the use of push buttons NOT supplied by TAPCO, refer to the section 'TAPCO-Approved Components' before proceeding to verify that your push buttons will function properly with TAPCO RRFB-Xl2 systems. Page 161 of 196 Pages :~TAPCO Traffic & Parking Control Company, Inc. RRFB-XL2™ User Guide: Solar-powered and AC-powered Solar-powered Step-by-step Instructions (continued) . light Bar Cable Feeds when using Snap-lock Straps: (if using u-bolts, skip to 1 OB: tight Bar Cable Feeds when using U-bolts'): Verify the location of Pedestrian Confirmation LED array on each light bar: see images and illustrations below, as well as 'Pedestrian Confirmation LED Options' section. Fish each Light Bar cable through its corresponding porting hole in the pole, and back out through the pole's control cabinet porting hole. Pull the remaining slack cable through the pole. NOTE: For more RRFB-XL2 layout and orientation info, refer to this Guide's sections 'Pedestrian Confirmation lED Options~ 'Typical 2-lane Street RRFB-Xl2 layout' and 'Typical4-lane Street RRFB-XL2layout'. ;1'6; Light Bar Cable Feeds when using U-bolts: Verify the location (if present) of Pedestrian Confirmation LED array on each -··-light bar: see illustrations below. Remove the four suews on each Light Bar cover, then remove each cover. Feed a fish tape through from the cabinet porting hole. Attach the Near Lane Light Bar cable end to it. Feed the cable from the Far Lane light bar (if used) through its port and back out of the Near Lane port. Attach the second cable end to the fish tape, then pull both of the cables through the pole and out of the cabinet porting hole. Pull remaining slack through the pole. light Bar Orientation For left Side of Street far lane light Bar Orientation For Right Side of Street ©2015 Traffic & Parking Control Company, Inc.· RRFBXL2_ug_14124308_RevC Page 162 of 196 Pages :)TAPCO Traffic & Parking Control Company, Inc. RRFB-XL2™ User Guide: Solar-powered and AC-powered Solar-powered Step-by-step Instructions (continued) Light Bar Mounting when using Snap-lock Straps (If using u-bolts, skip to 11 B: 'Light Bar Mounting when using 1 ., U-bolts'): Feed the Snap-lock bracket straps through the slots of the light bar mounting bracket to an appropriate length rl~. for your pole (trim to length if desired). Verify that the all light bars are oriented so all Pedestrian Confirmation LED Arrays will face desired direction: see'Pedestrian Confirmation LED Options' section. Then, feed the strap ends around the pole and through the buckles. Adjust the bars and tighten the straps so the light bars are securely attached to the pole. Straps can be trimmed before or after attaching to pole Light Bar Mounting when using U-bolts: Place au-bolt onto the pole for each light bar. With Pedestrian Confirmation LED arrays aligned as illustrated below, place each light bar onto its u-bolt. Add a washer and nut to each thread (rubber face toward pole), adjust the bars and tighten the nuts evenly. Replace the cover on each light bar and secure with four screws: to help prevent cross-threading, turn each screw counter-clockwise until you hear/feel a click, then tighten clockwise. light Bar Orientation For left Side of Street Near Lane ~~ PEO 1\nay far lane ©2015 Traffic & Parking Control Company, Inc.· RRFBXL2_ug_14124308_RevC light Bar Orientation For Right Side of Street Page 163 of 196 Pages :~TAPCO Traffic & Parking Control Company, Inc. RRFB-XL2™ User Guide: Solar-powered and AC-powered Solar-powered Step-by-step Instructions (continued) ~ Cable Feeds and Cabinet Mounting: Heed Caution Statements below, then review steps 15-17 to determine which step to follow, based on the number of light bars connected to one terminal block (Step 15=Single, 16=Double, 17= Triple or Quadruple; Substep A=Non-Dimrning, B=Dimmable).lf you are connecting three or four light bars to one terminal block, see Step 17 before proceeding to simplify splicing cables, either inside the pole or inside the cabinet. Otherwise, feed all cable(s) into the cab~ net through its port. Secure the cabinet onto the pole: hardware varies with cabinet mounting type, and may or may not be provided. Snap-lock straps are provided ONLY for temporary use, to support cabinet while permanent banding, u-bolts or standard bolts are installed. Tighten the hardware (heavy-duty banding or bolts/nuts) securely. ~1!J Fuse Removal I Replacement: Open the control cabinet. CAUTION: Verify that the load circuit fuse is removed from ~--U the fuse block prior to making any wiring connections. If unsure, remove all fuses and note their positions. Always connect the RRFB-Xl2 leads ruior to applying power to them: connecting them with power applied will destroy the LEDs, voiding any warranty and requiring replacement at your expense. Once ALL connections have been made (RRFB-XL2 LEDs first, then Battery, and last Solar) you will need to insert each fuse into its correct fuse block slot so the system will function properly. If unsure of fuse order, the separate Wiring Schematic indicates the fuse order and their values. Appllying solar panel power to the solar controller without the battery load connected will destroy the controller, voiding the warranty and requiring replacement at your expense. If you need to disconnect the battery at any time, you must first remove the load fuse and/or solar fuse, and do not re-insert them until the battery is reconnected. Connecting the RRFB-XL2 LEDs to an energized circuit will destroy them, voiding the warranty and requiring replacement at your expense. To protect the RRFB-XL2 LEDs, always verify the power to those circuits is disconnected BEFORE connecting the LEDs. M RRFB-Xl2lED lead Prep I Cabinet Mounting: Heed Caution Statements above, then review steps 15-17 to determine which step to follow~. based on the number of light bars connected to one terminal block. Each Substep A explains Non-Dimming light Bar terminations (light bars with BLACK cable); Each B explains Dimmable light Bar terminations (light bars with If not done already, strip 3fs11 off of the unterminated RRFB-XL2 LED leads that are fed into the cabinet. Crimp a spade connector onto the exposed portion of each LED lead or, if connecting multiple light bars, onto each spliced set of identical leads: see step 16 or 17). Proceed to the correct step to complete the RRFB-XL2 LED connections. ©2015 Traffic & Parking Control Company, Inc.· RRFBXL2_ug_14124308_RevC Page 164 of 196 Pages ~JTAPCO Traffic & Parking Control Company, Inc. RRFB-XL2™ User Guide: Solar-powered and AC-powered Solar-powered Step-by-step Instructions (continued) Connecting the RRFB-XL2 LEOs to an energized circuit will destroy them, voiding the warranty and requiring replacement at your expense. To protect the RRFB-XL2 LEOs, always verify the power to those circuits is disconnected BEFORE connecting the LEOs. NOTE: Non-Dimming RRFB-XL21ight bars have a black-sheathed cable (see substep 'f\ below). RRFB-XL21ight bars have a {;)ray-sheathed cable (see substep 'B' below). If in doubt of your type, look in your control cabinet and check the terminal block's label for the presence or lack of'A' and 'B' terminals. Dimmable systems have 'A' and 'B' terminals, while non-dimming systems do not. How to determine if your light Bars are Dimmable or Non-Dimming Identifying Characteristic Dimmable Non-Dimming Light Bar Cable Sheath Color Gray 51110~ Black Terminal Block Slots 'A' and 'B' Present Not Present ~ To connect a SINGLE Non-Dimming light bar (models with a black-sheathed cable) to one terminal block:--~~ ~ Connect the Light Bar's White lead 'LED1 +'connector to the'LED1 +'slot; connect its Black lead 'LED1-' connector to the ~ 'LED1-' slot; connect its Brown lead 'LED2+' connector to the 'LED2+' slot; connect its Blue lead 'LED2-' connector to the 'LED2-' slot. Tighten each terminal screw sufficiently to ensure a secure connection. ~ To connect a SINGLE Dimmable light bar (models with a gray-sheathed cable) to one terminal block: Cfi"1 Connect the Light Bar's White lead 'LED1 +'connector to the 'LED1 +'slot; connect its Black lead 'LED1-' connector to the ~ 'LED1-' slot; connect its Brown lead 'LED2+' connector to the 'LED2+' slot; connect its Blue lead 'LED2-' connector to the 'LED2-' slot. The'/\ and 'B' slots are not used. Tighten each terminal screw sufficiently to ensure a secure connection. ©2015 Traffic & Parking Control Company, Inc.· RRFBXL2_ug_14124308_RevC Page 165 of 196 Pages ~~TAPCO Traffic & Parking Control Company, Inc. RRFB-XL2™ User Guide: Solar-powered and AC-powered Solar-powered Step-by-step Instructions (continued) NOTE: Verify LED circuits are not energized.l~on-Dimming RRFB-XL21ight bars have a black-sheathed cable (see substep 'A' below). Dimmable RRFB-XL21ight bars have a 9r.:l)-5iic.:nm::u cable (see substep 'B' below). If in doubt of your type, look in your control cabinet and check the terminal block's label for the presence or lack of 'K and 'B' terminals. Dimmable systems have 'K and 'B' terminals, while non-dimming systems do not. ~ To connect TWO Non-Dimming li9ht bars (models with a black-sheathed cable) to one terminal block, c~ identical RRFB-XL2 LED leads must be wired in parallel. EITHER: 1) Stack the identical lead connectors on the terminal ~ block slot as illustrated below and explained in Step 15A, or else 2) Splice the identical leads, terminate and connect to the appropriate terminal as illustrated below and explained in Step 15A. ,------------.. a To connect a TWO Dimmable ligh1t bars (models with a gray-sheathed cable) to one termina~IWbl~oc~k:~~aiiii~ CiiiRl RRFB light Bar #1: Connect the BLUE lead's spade terminal to the 'LED2-' slot; Connect the BROWN lead's spade termi-ci?J nal to one side of the open 'B' slot; Connect the BLACK lead's spade terminal to the 'LED1-' slot; Connect the WHITE lead's spade terminal to one side of the open 'N slot; tighten screws; next, complete RRFB light Bar #2 connections (below) RRFB Light Bar #2: Connect the BLUE lead's spade terminal to the other side of the 'B' slot; Connect the BROWN lead's spade terminal to the 'LED2+' slot,; Connect the BLACK lead's spade terminal to the other side of the 'P.: slot; Connect the WHITE lead's spade terminal to the 'LED1+' slot. Tighten each terminal screw sufficiently to ensure a secure connection. ©2015 Traffic & Parking Control Company, Inc.· RRFBXL2_ug_14124308_RevC Page 166 of 196 Pages ~~TAPCO Traffic & Parking Control Company, Inc. RRFB-XL2™ User Guide: Solar-powered and AC-powered Solar-powered Step-by-step Instructions (continued) NOTE: Non-Dimming RRFB-XL21ight bars have a black-sheathed cable (see substep 'ft: below). RRFB-XL21ight bars have a nw""'-""" cable (see substep 'B' below). If in doubt of your type, look in your control cabinet and check the terminal block's label for the presence or lack of 'A' and /B' terminals. Dimmable systems have 'Nand 'B' terminals, while non-dimming systems do not. Connecting the RRFB-XL2 LEDs to an energized circuit will destroy them, voiding the warranty and requiring replacement at your expense. To protect the RRFB-XL2 LEDs, always verify the power to those circuits is disconnected BEFORE connecting the LEDs. ~ To connectTHREE or FOUR Non-Dimming light bars (models with a black-sheathed cables) --~~ ~~ to one terminal block, identical RRFB-XL2 LED leads must be wired in parallel. To do so, splice together each group of leads ~ with identical labels/colors: LED1 + (white leads); LED1-(black leads); LED2+ (brown leads); and LED2-(blue leads). Splice them wherever it is most convenient, either inside the pole or inside the cabinet. Solder (recommended) and insulate each spliced group separately to isolate them. Terminate each like-colored spliced group in the control cabinet with a spade connector. Keep any altered leads and cables correctly labeled to ensure the proper terminations. Connect the white leads' 'LED1 +'connector to the 'LED1 +'slot. Connect the black leads"LED1-' connector to the 'LED1-' slot. Connect the brown leads' 'LED2+' connector to the 'LED2+' slot. Connect the blue leads' 'LED2-' connector to the 'LED2-' slot. With the light bar connections made, complete other connections. ~ Connecting THREE or FOUR Dimmable light bars to one terminal block is not recommended: contact TAP CO Technical flj Support before proceeding with this type of wiring. B Connect Bulldog I Mechanical Normally Open (N/0) Push Button leads in Cabinet: (See step 18B for XAV2E-lED c~ Push Butto~) For.two-terminal push button~, polarity does not ma~er: connect t~e blue and brown leads to the two push C]!i0 button termmals m any order. If you use a d1fferent push button w1th three termmals, connect the blue lead to the push button's 'COM' terminal and the brown lead to the Normally Open 'NO' terminal. Do not use push button's N/C terminal. NOTE: If you are considering the use of push buttons NOT supplied by TAPCO, refer to the section 'TAPCO-Approved Components' before proceeding to verify that your push buttons will function properly with TAPCO RRFB-XL2 systems. ©2015 Traffic & Parking Control Company, Inc.· RRFBXL2_ug_14124308_RevC Page 167 of 196 Pages :JTAPCO Traffic & Parking Control Company, Inc. RRFB-XL2™ User Guide: Solar-powered and AC-powered Solar-powered Step-by-step Instructions (continued) a Connect XAV2E-LED Push Button l.eads in Cabinet: locate the green circuit board inside the cabinet, as shown below at L-B"'~ left. There are eight pairs of push bUitton terminals: two slots with screws are provided for each terminal, in the event you r-rl are connecting two push buttons. Carefully strip about 411 off of the cable's outer jacket and then strip W' of the insulation off of each wire. Insert just the bare,, stripped portion of each color-coded push button wire lead into either corresponding terminal slot on the circuit board: see image and table below. Tighten each terminal screw onto the lead's stripped portion, securing each lead to its terminal. Pull each lead gently to ensure a secure connection. Terminal label/lead Insulation Color* AUD2 AUD1 MIC MUTE LED BTN PWR-PWR+ Blue/Black Red/Black Blue Brown Yellow Orange Black Red *XAV2E-LED Push Button Cable: Dedicated direct burial-suitable cable with 8C 18AWG stranded conductors and matching color coding, such as Belden 27601 A or equivalent is required, available from TAPCO. ~ Optional Component Connections: If there are additional components that require power connections, connect them to their corresponding terminal block positions. The '12V+/OV-' terminals provide for a constant source of 12VDC. ~ Haul Assemblies to site, and Install: The assemblies can now be hauled to the installation site(s) and installed: your signs can be mounted either at your shOJJ or on-site. ©2015 Traffic & Parking Control Company, Inc.· RRFBXL2_ug_14124308_RevC Page 168 of 196 Pages ~~TAPCO® Traffic & Parking Control Company, Inc. RRFB-XL2™ User Guide: Solar-powered and AC-powered Solar-powered Step-by-step Instructions (continued) Connecting the RRFB-XL2 LEOs to an energized circuit will destroy them, voiding the warranty and requiring replacement at your expense. To protect the RRFB-XL2 LEOs, always verify the power to those circuits is disconnected BEFORE connecting the LEOs. :BJ Insert & Connect SINGLE Battery: (See step 21 B for MULTIPLE Batteries) RRFB-XL2 LEOs must be connected prior to this Lflt'\J step! With the light bar LEOs connected, open the control cabinet. With Load fuse or all fuses removed, move the battery ~ cables to the side so they will be accessible. Center the battery on the bottom of control cabinet so its Negative terminal is to the left and the Positive terminal is to the right (typically with label facing inward). First, attach the ring terminal of the battery cable tagged 'Positive +'to the'+' terminal on battery. Last, attach the ring terminal of the battery cable tagged 'Negative -'to the '-'terminal on the battery. ~ Insert & Connect MULTIPLE Batteries: (See step 21A for Single Battery) RRFB-XL2 LEOs must be connected prior to r-c:'N this step! With the light bar LEDs connected, open the control cabinet. With Load fuse or all fuses removed, remove the dlJ battery cables from the pouch on the inside of the door. For each battery: attach the red-wired ring terminal to the Positive (+)battery terminal, and then the black-wired ring terminal to the Negative(-) battery terminal by feeding each bolt through a lock washer, a washer, ring terminal and second washer; then thread bolt into battery and tighten securely with wrench. Place each battery on the bottom of the control cabinet. Locate the battery cable cluster attached to the terminal block. Matching red to red and black to black, press each of its connectors together with one of the battery's connectors. Pull gently on each pair of connectors to verify they are all locked together. ©2015 Traffic & Parking Control Company, Inc.· RRFBXL2_ug_14124308_RevC Page 169 of 196 Pages ~JTAPCO Traffic & Parking Control Company, Inc. RRFB-XL2™ User Guide: Solar-powered and AC-powered Solar-powered Step-by-step Instructions (continued) ~ Connect Solar Panel leads: AFTER attaching cables to the battery, attach the solar panel leads: attach the solar panel cable's lead tagged 'Solar-' to 'Solar-' on the terminal block. Attach the solar panel cable's Lead tagged 'Solar+' to 'Solar+' on the terminal block. NEVER detach the battery without first detaching the solar panel leads or load fuse! If you need to disconnect the battery at any time, you must first remove the load fuse and/ or solar fuse, and do notre- insert them until the battery is reconnected. This is necessary to protect the solar controller. ~ Fuse Insertion: With the battery mnnected you may now insert the fuse(s). All fuses must be inserted into their correct positions to operate and to prote!Ct the system: if you are unsure of their correct positions refer to the separate wiring schematic or, if unavailable, contact TAPCO Technical Support with the cabinet's Serial Number. You must insert the solar fuse so the solar panel can recharge the battery: otherwise the battery will discharge with use and the system will fail. You may now test the system .. To adjust beacon flash duration, either refer to the sections 'BiinkerBeam Radio Menus' and 'Adjusting Flash Duration (Timeout)' which are included in this Guide as well as in the separate BlinkerBeam Radio Operation User Guide. Applying solar panel power to the solar controller without the battery load connected will destroy the controller, voiding the warranty and requiring replacement at your expense. If you need to disconnect the battery at any time, you must first remove the load fuse and/or solar fuse, and do not re-insert them until the battery is reconnected. Connecting the RRFB-XL2 LEDs to an energized circuit will destroy them, voiding the warranty and requiring replacement at your expense. To protect the RRFB-XL2 LEDs, always verify the power to those circuits is disconnected BEFORE connecting the LEOs. fa LED Synchronization: If any of the Pedestrian Confirmation LEDs is not flashing in sync with its corresponding large LED array, you may rectify it by removing the light bar cover, disconnecting and swapping the Deutsch connectors, and replacing the cover. If there are any other iss Illes, refer to the Tips and Troubleshooting sections in this Guide. ©2015 Traffic & Parking Control Company, Inc.· RRFBXl2_ug_14124308_RevC Page 170 of 196 Pages ~~TAPCO Traffic & Parking Control Company, Inc. RRFB-XL2™ User Guide: Solar-powered and AC-powered Solar-powered Step-by-step Instructions (continued) IJj Single Battery Replacement: (See step A2 for MULTIPLE Batteries) NEVER detach the battery without first detaching the solar panel leads or load fuse or all fuses: this is necessary to protect the solar controller! Batteries should provide years of use, but will eventually require replacement. Actual battery life will depend on climate, flash duration and LED intensity. With a replacement battery from TAPCO and heeding the Warning and Caution statements, first remove the fuses: this is necessary to protect the solar controller. Then, detach the negative ring connector from the battery terminal; last, detach the positive ring connector. Remove the old battery. Then, follow the 'Insert & Connect Battery' procedures in step 21 A to complete the replacement process. Always detach the negative terminal first, and always connect the negative terminal after connecting the positive terminal. AFTER the battery is connected, re-insert the fuse(s). Upon activation the LEOs should begin to flash. Dispose of old batteries per local code. Do NOT incinerate. !'~~,l;~l~~IiiiiitM;i,,~ft If you need to disconnect the battery at any time, you must first remove the load fuse and/ or solar fuse, and do notre- insert them until the battery is reconnected. This is necessary to protect the solar controller. ,q Multiple Battery Replacement: NEVER detach the batteries without first detaching either the solar panel leads or ~ the load fuse or all fuses: this is necessary to protect the solar controller! Batteries should provide years of use, but will eventually require replacement. Actual battery life will depend on climate, flash duration and LED intensity. With the load fuse or all fuses removed, pull apart the battery cable connectors. Remove each battery from the cabinet and detach the leads from the terminals. Then, follow the 'Insert & Connect Battery' procedures in step 21 B to complete the replacement process. AFTER the batteries are connected, re-insert the fuse(s). Upon activation the LEOs should begin to flash. Dispose of old batteries per local code. Do NOT incinerate. ~ ~ ~ ~ i :>."··~~~,~~~ ci,4V;J;~pi;;;~~t~ ,,,':~~.~;~< Applying solar panel power to the solar controller without the battery load connected will destroy the controller, voiding the warranty and requiring replacement at your expense.lf you need to disconnect the battery at any time, you must first remove the load fuse and/or solar fuse, and do not re-insert them until the battery is reconnected. ©2015 Traffic & Parking Control Company, Inc.· RRFBXL2_ug_14124308_RevC Page 171 of 196 Pages :~TAPCO Traffic & Parking Control Company, Inc. RRFB-XL2™ User Guide: Solar-powered and AC-powered AC-powered System Introduction AC-powered System Introduction TAPCO's AC-powered RRFB-XL2 Rectan~Jular Rapid Flashing Beacon products are idea~ for pedestrian-activated crosswalk applications where an AC power source is available. This section provides instructions on assembling and installing an AC system: before proceeding please review it completely. Power Service Ratings: 120VAC, typicai10A minimum; 3-wire tgrounded circuit. light Bar Cable Requirements: Refer to the section 'Light Bar Cable Requirements' to determine your cable type and gauge requirements based on length of underground cable runs and your type of light bars (dimming or non-dimmable). System Components TAPCO's RRFB-XL2 Rectangular Rapid Flashing Beacons can be configured to meet a variety of crosswalk requirements. The following components make up the AC -powered configurations, shown at right: Flashing LED Light Bars Pedestrian Push Button(s) Control Cabinet (size/type varies) Optional: Poles and Bases Cabinet Mounting Hardware: Snap-lock straps are for temporary use only) Recommended Tools/Supplies (not supplied) Lifetime Silicone Sealant and Duct Seal Marking Pen and Tape Measure Voltmeter/Multimeter For XAV2E-LEO Push Button: Torx T15 pin-type star bit (also fits LEO heads) Self-tapping screws (or) #7 or 1%4" bit and W'-20 tap Pole Strap Wrench (for threaded poles) Corded Hand-held Drill, preferably with side handle 2" Step Bit (Unibit) or arbor (hole saw) bits Hole Reamer (to remove drilling burs) Fish Tape/Hook to pull cables/wiring out of pole Screw Drivers Torque Wrench, Open/Box Wrenches Ratchet/Driver, Extension, Sockets/Deep Sockets Wire Stripper/Terminal Crimper NOTE: For more info on RRFB-Xl21ayout and orientation, refer to this Guide's sections 'Pedestrian Confirmation LED Options', 'Typicai2-Lane Street RRFB-XL2 Layout' and 'Typicai4-Lane Street RRFB-XL2 Layout'. XAVCU2 Controller to Push Button Station Cable: Must be dedicated direct burial-suitable cable with 8C 18AWG stranded conductors and matching color coding, such as Belden 27601A or equivalent, available from TAPCO. Bulldog & Manual N/0 Push Button Cable: 2C 18AWG. TAPCO's AC-powered System Overview: Various RRFB-XL2 configurations are combined to create a complete crosswalk set. The LED light bars in the set can be either wired together or wirelessly linked by BlinkerBeam® radios, to flash each synchronously when actuated for a programmable duration (timeout). Within each AC-powered RRFB-XL2 assembly, the power supply and controller regulate the flow of power to the light bar(s). TAPCO's AC-powered Configurations: Optional Poles/Bases/Mounting Hardware sold separately RRFB-XL2 with RRFB-XL2 with dual single Light Bar Light Bars and Push Button and Push Button (Uni-directional) (Bi-directional) RRFB-XL2 with single Light Bar and no Push Button (Uni-directional) ©2015 Traffic & Parking Control Company, Inc.· RRFBXl2_ug_14124308_RevC Page 172 of 196 Pages ~~TAPCO Traffic & Parking Control Company, Inc. RRFB-XL2™ User Guide: Solar-powered and AC-powered AC-powered System Installation Outline Basic steps to install an AC-Powered LED RRFB-Xl2 Assembly: For more in-depth details and images/illustrations of each step below, refer to the like-numbered sections following this page. 1. Electrical Power Prep (Qualified Electrician Only): Prepare your site for power feeds and other cable runs. 2. Site Prep: Prepare your site(s) for mounting the assemblies and for any cable runs. 3. Sign Mounting Prep: Mark the pole where the signs will be mounted: the warning sign's bottom edge and mounting holes, and the plaque's top edge and mounting holes. 4. light Bar Porting Prep (Right side of street): See 1 OB and 11 B for more information and images. Mark the pole at the midpoint between the sign/plaque edges, and for the opposite-facing light bar if used. S.light Bar Porting Prep (left side of street): See 10B and 11 B for more information and images. Mark the pole at the midpoint between the sign/plaque edges, and for the opposite-facing light bar if used. 6. light Bar Port Drilling: Use step bit or arbor bit to drill cable ports. Ream off all burs. 7. Push Button Prep (varies): (XAV) Mark mounting/port holes; remove cover; strip and connect the wires; replace the cover. (Bulldog): Remove cover. Mark and drill a cable port. Ream off all burs. Drill/tap mounting holes. Mount base onto pole. 8. Cabinet Port Marking & Drilling: Mark the cabinet port location, then drill the port. Ream off all burs. 9. Push Button Mounting & Cable Feed (varies): Fish the push button cable through its port to the pole's cabinet port; (XAV) Remove the plaque and mount the push button frame to the pole. Re-install the plaque. (Bulldog) Strip, crimp and connect leads. Secure the cover onto the base. 10.light Bar Cable Feed (varies}: Verify all light bar Pedestrian Confirmation LED locations and align accordingly; (Straps) Use a fish tape to pull the cables through their respective ports to the pole's cabinet port hole. (U-bolts) Remove the light bar covers. Use a fish tape to pull the cables through their ports to the pole's cabinet port hole. 11.light Bar Mounting (varies): Verify all light bar Pedestrian Confirmation LED locations and align accordingly; (Straps) Feed straps through the bracket slots, wrap them around pole and secure. Trim straps if desired. (U-bolts) Place a pair of u-bolts onto the pole and secure each light bar onto them. Replace the light bar covers. 12. Cable Feeds and Cabinet Mounting: Based on quantity, determine which step (14, 15 or 16) you will use. Terminalize and feed cables into the cabinet (order varies). Mount cabinet to pol~. Seal openings with lifetime silicone caulk/duct seal. 13. RRFB-Xl2LED lead Prep: Strip RRFB-XL2 LED leads, (splice and solder if connecting 3-41ight bars) and terminate. 14-16.LED Terminal Block Wiring: Choose Correct Step, based on number and type (A= Non-Dimmable, B= Dimmable): 14. Connect Single light Bar leads to the Terminal Block. 15. Connect Dual light Bar leads to the Terminal Block. 16. Connect Triple or Quadruple light Bar leads to the Terminal Block. 17. Connect Push Button leads In Cabinet: On terminal block (Bulldog) or printed circuit board (XAV). See instructions. 18. Connect Optional Components. Verify polarity. 19. Haul Assemblies to site, and Install: Signs can be mounted at your shop or on-site. 20. Power Feed and Connection: Qualified Electrician Only. 21. Turn OFF Circuit Breaker. 22. Power Feed and Connection: Qualified Electrician Only. Attach power leads: system must be properly grounded. Turn on circuit breaker. NOTE: If you need to perform servicing or wiring changes at any time, you must first disconnect power, and do not power up unless the LEOs are already connected. This is necessary to protect from destroying the RRFB-XL2 LEOs. ©2015 Traffic & Parking Control Company, Inc.· RRFBXL2_ug_14124308_RevC Page 173 of 196 Pages ~~TAPCO Traffic & Parking Control Company, Inc. RRFB-XL2™ User Guide: Solar-powered and AC-powered AC-powered Step-by-step Instructions tlj Qualified Electrician Only: AC Power Service Ratings: 120VAC 1 OA minimum; 3-wire grounded circuit. AC Power Feed: Power feed wire type and gauge should match your local codes and engineering specifications. Refer to the power supply's label for power input requirements, and contact your local engineer/municipality for more information. Run power feeds to site and cable runs according to Federal, your State and local regulations, as well as your engineering plans. Coordinate procedures with Installer to ensure the proper power feeds. Non-Dimming light Bar Cab~e length > Gauge Dimmable light Bar Cable Ret~uirements Cable must be dedicated direct burial-suitable, 4-conductor 18AWG or larger (16, 14 etc.) Cable must be dedicated direct burial-suitable, 4C AWG Light Bar Cable Runs must not exceed 50 feet. No more than two (2) Dimmable light bars may be connected to any Controller. length of Cable Run Up to 300 feet 300-450 feet 450-700 feet Minimum Gauge Required 18 AWG or larger (16, 14 etc.) 16 AWG or larger (14, 12 etc.) 14 AWG or larger (12 etc.) §IJ Site Prep: Prepare your site for mounting the assemblies and for any cable runs according to your engineering plans, as ~ well as your State, Federal and local codes/regulations: while the forms are setting, you may proceed with assembly at your shop, reducing your time exposed to traffic and to potential risks. Note: the use of a threaded allen screw or locking collar is recommended to allow for on-site pole rotation adjustment and locking pole position after adjustment. NOTE: For more RRFB-Xl21ayout information, refer to the sections 'Typical2-lane Street RRFB-Xl2layout' & 'Typical4-lane Street RRFB-Xl2 Layout'. ~ Sign Mounting Prep: Mark the pole at the warning sign and plaque tops and bottoms, and make cross-marks where the top-center of the plaque and the lbottom-center of the sign will be mounted. Allow at least 6 inches between them for light bar clearance. If mounting bolts will be used for the sign and plaque, mark the pole for their mounting hole locations. NOTE: The next 2 steps explain light bar wiring port placement. If used, center median light bars can be mounted directly opposite of each other with their LED arrays aimed counter-clockwise from the street's path so they will be directed toward the drivers approaching from that direction. For more median-mounted light bar information and illustration, refer to this Guide's section 'Typical4-lane Street RRFB-Xl2layout'. ©2015 Traffic & Parking Control Company, Inc.· RRFBXL2_ug_14124308_RevC Page 17 4 of 196 Pages ~JTAPCO Traffic & Parking Control Company, Inc. RRFB-XL2™ User Guide: Solar-powered and AC-powered AC-powered Step-by-step Instructions (continued) NOTE: The next two steps cover light bar wiring port placement. If used, center median light bars can be mounted directly opposite of each other, each rotated counter-clockwise from the street's path so that their LEDs will be directed toward the drivers approaching from that direction. For more median-mounted RRFB-XL21ight bar information and illustration, refer to this Guide's section 'Typicai4-Lane Street RRFB-XL2 Layout'. §fJ light Bar Porting Prep for Right side of street: Mark the cable port hole for the Near Lane light bar at the midpoint between the marks for top of the plaque and bottom of the sign.lf an opposing light bar will be used, make a mark on the back side of the pole, rotated slightly counter-clockwise so the Far Lane light bar aims toward the lane(s) across the street. On a 416'' pole, offset it about W' for 2-lane streets or%" for 4-lane streets: see illustrations below. For u-bolt Light Bar mounting only, the second hole must also be staggered 1" above or below the first hole to allow vertical staggering of light bars: see 11 B: 'Light Bar U-Bolt Mounting' for more information. Near Lane ~ Light Bar Porting Prep for left side of street: Mark the cable port hole for the Far Lane light bar at the midpoint between the top of the plaque and bottom of the sign, but rotated slightly counter-clockwise so the Far Lane light bar aims toward the lane(s) across the street. On a 41h" pole, offset it about Y2" for 2-lane streets or%" for 4-lane streets. For a Near Lane light bar, make a mark on the opposite side of the pole so it will aim toward traffic approaching from that direction: see illustrations below. For u-bolt Light Bar mounting only, the second hole must also be staggered 1" above or below the first hole to allow vertical staggering of light bars: see 11 B: 'Light Bar U-Bolt Mounting' for more information. ---------------. Near Lane zrvtzc f% {l} ~ · · ~, PED Array Far lane light Bar Port Drilling: See steps 10 and 11 for more information and images to help ensure proper placement. Mark the pole at the midpoint between the sign/plaque edges, and for the opposite-facing light bar if used. Using a step bit or an arbor (hole saw), drill1" or larger porting holes: larger ports allow for greater rotation of light bars. Ream off all burs inside and outside of the porting holes to help prevent cable damage. ©2015 Traffic & Parking Control Company, Inc.· RRFBXL2_ug_14124308_RevC Page 175 of 196 Pages :~TAPCO Traffic & Parking Control Company, Inc. RRFB-XL2™ User Guide: Solar-powered and AC-powered AC-powered Step-by-step Instructions (continued) ~ XAV2E-lED Push Button Prep: (f=or Bulldog Push Button, skip to 7B: 'Bulldog Push Button Prep') Read the complete Ci~ instructions in the XAV2E-LED push button's shipping box. Use its Mounting Hole Diagram to mark the pole for mounting cru holes and cable porting. Remove the bottom cover of the push button frame by removing the two screws with a Torx T15 pin-type star bit (not supplied). Carefully strip about 1Y2" off ofthe push button cable's outer jacket, then strip%" of the insulation off of each wire. Insert just the stripped portion of each lead into its corresponding terminal port (see images and table below) and tighten the screw to secure it, then pull gently on each lead to ensure a secure connection. Replace the cover and tighten it securely. Drill the cable port in the pole per XAV2E-LED instructions and ream off all burs. Terminal label/lead Insulation Color* AUD2 AUD1 MIC MUTE lED BTN PWR-PWR+ Blue/Black Red/Black Blue Brown Yellow Orange Black Red *XAV2E-lED Push Button Cable: Dedicated direct burial-suitable cable with 8( 18AWG stranded conductors and matching color coding, such as Belden 27601 A or equivalent, available from TAPCO. 00 Bulldog and Push Button Prep (two different bases shown below): Unscrew and remove the push button cover from its ~ mounting base. Use the mountingr base as a template to mark the porting hole and the two push button mounting holes. [~ Drill and ream out a push button cable porting hole in the pole,%" diameter or more. D1rill mounting holes with a #7 or 1%4" bit, then thread with a %"-20 tap (self-tapping screws could also be used). Mount the push button base to the pole. NOTE: If you are considering the use of push buttons NOT supplied by TAPCO, refer to the section 'TAPCO-Approved Components' before proceeding to verify that your push buttons will function properly with TAPCO RRFB-Xl2 systems. ©2015 Traffic & Parking Control Company, Inc.· RRFBXL2_ug_14124308_RevC Page 176 of 196 Pages ~~TAPCO ·affic & Parking Control Company, Inc. RRFB-XL2™ User Guide: Solar-powered and AC-powered AC-powered Step-by-step Instructions (continued) ~ Cabinet Port Drilling: Mark the cabinet porting hole location on the pole: varies according to your engineer's plans. Use a 211 step bit or a 211 arbor bit (hole saw) to drill the cable feed porting hole, just large enough to accept the cabinet stub. Ream off all burs inside and outside of the porting hole to help prevent cable damage. ~ XAV Push Button Cable Feed/Mounting (For Bulldog Push Button, skip to 9B: 'Bulldog ... Cable Feed/Mounting'): Fish ~ the push butt~n cable throug.h its port into. the pole an? back out through the cabinet porting hole. Unscrew the plaque's dru four screws w1th a Torx T15 pm-type star b1t (not supplied); remove plaque. Mount the push button frame onto the pole, then secure it with the supplied bolts fed through lock washers and washers. Replace and secure the plaque. ~ Bulldog Push Button Cable Feed/Mounting: Fish the push button cable through its port into the pole, and back out Lillf1 thro~gh the cabinet porting hole .. Strip the ends of the p~sh button leads (typically Blue and Brown) and crimp a spade r~ term mal onto each. On two-term mal push buttons, polanty does not matter: connect the leads to the two push button terminals in any order. If you use a different push button with three terminals, connect the typically Blue lead to the push button's 'COM' terminal and the typically Brown lead to the 'NO' terminal: you will terminate them identically on the cabinet's terminal block. Do NOT use the'NC'terminal. Place the push button cover onto its base and secure with screws. ©2015 Traffic & Parking Control Company, Inc.· RRFBXL2_ug_14124308_RevC NOTE: If you are considering the use of push buttons NOT supplied by TAPCO, refer to the section 'TAPCO-Approved Components' before proceeding to verify that your push buttons will function properly with TAPCO RRFB-XL2 systems. Page 177 of 196 Pages ~~TAPCO Traffic & Parking Control Company, Inc. RRFB-XL2™ User Guide: Solar-powered and AC-powered AC-powered Step-by-step Instructions (continued) light Bar Cable Feeds when using Snap-lock Straps: (if using u-bolts, skip to 1 OB: 'light Bar Cable Feeds when using U-bolts'): Verify the location of Pedestrian Confirmation LED array on each light bar: refer to the 'Pedestrian Confirmation LED Options' section. Fish each Li~1ht Bar cable through its corresponding porting hole in the pole, and back out through the pole's control cabinet porting hole. Pull the remaining slack cable through the pole. NOTE: For more RRFB-Xl2 layout and orientation info, refer to this Guide's sections 'Pedestrian Confirmation LED Options', 'Typical 2-lane Street RRFB-Xl2 layout' and 'Typical4-lane Street RRFB-Xl2 Layout'. light Bar Cable Feeds when using U-bolts: Verify the location (if present) of Pedestrian Confirmation LED array on each light bar. Remove the four screws on each Light Bar cover, then remove each cover. Feed a fish tape through from the cabinet porting hole. Attach the Near lane Light Bar cable end to it. Feed the cable from the Far Lane light bar (if used) through its port and back out of the Near lane port. Attach the second cable end to the fish tape as well, then pull both of the cables through the pole and out of the cabinet porting hole. Pull remaining slack through the pole. light Bar Orientation For left Side of Street Near lane ~~ far lane Light Bar Orientation For Right Side of Street ©2015 Traffic & Parking Control Company, Inc.· RRFBXL2_ug_14124308_RevC Page 178 of 196 Pages :~TAPCO Traffic & Parking Control Company, Inc. RRFB-XL2™ User Guide: Solar-powered and AC-powered AC-powered Step-by-step Instructions (continued) light Bar Mounting when using Snap-lock Straps (If using u-bolts, skip to 11 B: 'light Bar Mounting when using U-bolts'): Feed the Snap-lock bracket straps through the slots of the light bar mounting bracket to an appropriate length for your pole (trim to length if desired). Verify that the all light bars are oriented so all Pedestrian Confirmation LED Arrays will face desired direction: see'Pedestrian Confirmation LED Options' section. Then, feed the strap ends around the pole and through the buckles. Adjust the bars and tighten the straps so the light bars are securely attached to the pole. Straps can be trimmed before or after attaching to pole Light Bar Mounting when using U-bolts: Place a u-bolt onto the pole for each light bar. With Pedestrian Confirmation LED arrays aligned as illustrated below, place each light bar onto its u-bolt. Add a washer and nut to each thread (rubber face toward pole), adjust the bars and tighten the nuts evenly. Replace the cover on each light bar and secure with four screws: to help prevent cross-threading, turn each screw counter-clockwise until you hear/feel a click, then tighten clockwise. light Bar Orientation For left Side of Street far lane ©2015 Traffic & Parking Control Company, Inc.· RRFBXL2_ug_14124308_RevC ~~ Near Lane light Bar Orientation For Right Side of Street Page 179 of 196 Pages ~~TAPCO Traffic & Parking Control Company, Inc. RRFB-XL2™ User Guide: Solar-powered and AC-powered AC-powered Step-by-step Instructions (continued) , Connecting the RRFB-XL2LEOs to an energized circuit will destroy them, voiding the warranty and requiring replacement at your expense. To protect the RRFB-XL2 LEOs, always verify the power to those circuits is disconnected BEFORE connecting the LEOs. [DJ Cable Feeds and Cabinet Mounting: Heed Caution Statement above, then review steps 14-16 to determine which step to follow, based on the number of light bars connected to one terminal block (Step 14=5illgle, 15=Double, 16= Triple or Quadruple; Substep A=Non-Dimming, B=Dimmable).lf you are connecting three or four light bars to one terminal block, see Step 16 before proceeding to simplify splicing cables, either inside the pole or inside the cabinet. Otherwise, feed all cable(s) into the cabinet through its port. Secure the cabinet onto the pole: hardware varies with cabinet mounting type, and may or may not be provided. Snap-lock straps are provided ONLY for temporary use, to support cabinet while permanent banding, u-bolts or standard bolts are installed. Tighten the hardware (heavy-duty banding or bolts/nuts) securely. H RRFB-Xl2 LED lead Prep: Alway~; connect the RRFB-Xl2 leads prior to applying power to them: connecting them with power applied will destroy the LEOs, voiding any warranty and requiring replaceme11t at your expense. If not done already, strip%" off of the unterminated RRFB-XL2 LED leads that are fed in through the port. Crimp a spade connector onto the exposed portion of each LED lead or, if connecting multiple light bars, crimp a spade connector onto each spliced set of identical leads: see step 15 or 16). Proceed to the appropriate step to complete the RRFB-Xl2 LED connections. Each Substep A explains Non-Dimming light Bar terminations (light bars with BLACK cable); How to determine if your light Bars are Dimmable or Non-Dimming Identifying Char;acteristic Dimmable Non-Dimming Light Bar Cable Sheath Color Gray Black Terminal Block Slots 'A' and 'B' Present Not Present ©2015 Traffic & Parking Control Company, Inc.· RRFBXL2_ug_14124308_RevC Page 180 of 196 Pages ~~TAPCO ·raffic & Parking Control Company, Inc. RRFB-XL2™ User Guide: Solar-powered and AC-powered AC-powered Step-by-step Instructions (continued) Connecting the RRFB-XL2 LEDs to an energized circuit will destroy them, voiding the warranty and requiring replacement at your expense. To protect the RRFB-XL2 LEDs, always verify the power to those circuits is disconnected BEFORE connecting the LEDs. NOTE: Non-Dimming RRFB-XL21ight bars have a black-sheathed cable (see substep 'A' below). RRFB-XL21ight bars have a !J'!'ay-sheathed cable (see substep 'B' below). If in doubt of your type, look in your control cabinet and check the terminal block's label for the presence or lack of 'A' and 'B' terminals. Dimmable systems have 'A' and 'B' terminals, while non-dimming systems do not. How to determine if your Light Bars are Dimmable or Non-Dimming Identifying Characteristic Dimmable Non-Dimming Light Bar Cable Sheath Color Gray Black Terminal Block Slots 'A' and 'B' Present Not Present [:g To connect a SINGLE Non-Dimming light bar (models with a black-sheathed cable) to one terminal block:--~~ ~ Connect the Light Bar's White lead 'LED1 +'connector to the 'LED1 +'slot; connect its Black lead 'LED1-' connector to the L.3:u 'LED1-' slot; connect its Brown lead 'LED2+' connector to the 'LED2+' slot; connect its Blue lead 'LED2-' connector to the 'LED2-' slot. Tighten each terminal screw sufficiently to ensure a secure connection. R To connect a SINGLE Dimmable light bar (models with a gi·,ay-sheathed cable) to one terminal block: -~~iliEI! ~ Connect the Light Bar's White lead 'LED1 +'connector to the 'LED1 +'slot; connect its Black lead 'LED1-' connector to the dlj 'LED1-' slot; connect its Brown lead 'LED2+' connector to the 'LED2+' slot; connect its Blue lead 'LED2-' connector to the 'LED2-' slot. The 'K and 'B' slots are not used. Tighten each terminal screw sufficiently to ensure a secure connection. ©2015 Traffic & Parking Control Company, Inc.· RRFBXL2_ug_14124308_RevC Page 181 of 196 Pages ~JTAPCO Traffic & Parking Control Company, Inc. RRFB-XL2™ User Guide: Solar-powered and AC-powered AC-powered Step-by-step Instructions (continued) ,- NOTE: Verify LED circuits are not energized.INon-Dimming RRFB-Xl21ight bars have a black-sheathed cable (see substep 'A' below). m, .1. RRFB-Xl21ight bars have a :J' "1 ;~•cmm:d cable (see substep 'B' below). If in doubt of your type, look in your control cabinet and check the terminal block's label for the presence or lack of 'A' and 'B' terminals. Dimmable systems have 'A' and 'B' terminals, while non-dimming systems do not. ~ To connect TWO Non-Dimming li~Jht bars (models with a black-sheathed cable) to o11e terminal block, --~~ !~ identical RRFB-XL2 LED leads must be wired in parallel. EITHER: 1) Stack the identical lead connectors on the terminal ~--' block slot as illustrated below and explained in Step 14A, or else 2) Splice the identical leads, terminate and connect to the appropriate terminal as illustrated below and explained in Step 14A. r-----------.. ~ To connect a TWO Dimmable light bars (models with a cable) to one terminal block: ;BIIlllllJII,IIlll@ ~ RRFB Light Bar #1: Connect the BLUE lead's spade terminal to the 'LED2-' slot; Connect the BROWN lead's spade terminal 1 ' to one side of the open 'B' slot; Connect the BLACK lead's spade terminal to the 'LED1-' slot; Connect the WHITE lead's spade terminal to one side of the open 'P\ slot; tighten screws; next, complete RRFB light Bar #2 connections (below) RRfB light Bar #2: Connect the BLUE lead's spade terminal to the other side of the 'B' slot; Connect the BROWN lead's spade terminal to the 'LED2+' slot; Connect the BLACK lead's spade terminal to the other side of the 'A' slot; Connect the WHITE lead's spade terminal to the 'LED1+' slot. Tighten each terminal screw sufficiently to ensure a secure connection. ©2015 Traffic & Parking Control Company, Inc.· RRFBXl2_ug_14124308_RevC Page 182 of 196 Pages ~JTAPCO ""'"raffic & Parking Control Company, Inc. RRFB-XL2™ User Guide: Solar-powered and AC-powered AC-powered Step-by-step instructions (continued) NOTE: Verify LED circuits are not energized. Non-Dimming RRFB-XL21ight bars have a black-sheathed cable (see substep 'A' below). RRFB-XL21ight bars have a cable (see substep 'B' below).lf in doubt of your type, look in your control cabinet and check the terminal block's label for the presence or lack of 'A' and 'B' terminals. Dimmable systems have 'A' and 'B' terminals, while non-dimming systems do not. Connecting the RRFB-XL2 LEOs to an energized circuit will destroy them, voiding the warranty and requiring replacement at your expense. To protect the RRFB-XL2 LEOs, always verify the power to those circuits is disconnected BEFORE connecting the LEOs. ~ To connect THREE or FOUR Non-Dimming light bars (models with a black-sheathed cables) --~~ [_~ to_ on~ ter~inal block, identical RRFB-XL~ LED leads must be wired in parallel. To do so, splice together each group of leads ~ wrth rdentrcallabels/colors: LED1+ (whrte leads); LED1-(black leads); LED2+ (brown leads); and LED2-(blue leads). Splice them wherever it is most convenient, either inside the pole or inside the cabinet. Solder (recommended) and insulate each spliced group separately to isolate them. Terminate each like-colored spliced group in the control cabinet with a spade connector. Keep any altered leads and cables correctly labeled to ensure the proper terminations. Connect the white leads' lED1 +'connector to the 'LED1 +'slot. Connect the black leads"LED1-' connector to the lED1-' slot. Connect the brown leads' lED2+' connector to the lED2+' slot. Connect the blue leads' lED2-' connector to the 'LED2-' slot. With the light bar connections made, complete other connections. ~ Connecting THREE or FOUR Dimmable light bars to one terminal block is not recommended: contact TAPCO Technical ~~ Support before proceeding with this type of wiring. --F~l/ -=J ~ Connect Bulldog I Mechanical Normally Open (N/0} Push Button leads in Cabinet: (See step 17B for XAV2E-LED ~~ Push Butto~) For_two-terminal push button~, polarity does not ma~er: connect t~e blue and brown leads to the two push c~ button termmals rn any order. If you use a drfferent push button wrth three termmals, connect the blue lead to the push button's 'COM' terminal and the brown lead to the Normally Open 'NO' terminal. Do not use push button's N/C terminal. NOTE: If you are considering the use of push buttons NOT supplied by TAPCO, refer to the section 'TAPCO-Approved Components' before proceeding to verify that your push buttons will function properly with TAPCO RRFB-XL2 systems. ©2015 Traffic & Parking Control Company, Inc.· RRFBXL2_ug_14124308_RevC Page 183 of 196 Pages ~~TAPCO Traffic & Parking Control Company, Inc. RRFB-Xl2™ User Guide: Solar-powered and AC-powered AC~powered Step-by-step Instructions {continued) ~ Connect XAV2E-LED Push Button L.eads in Cabinet: Locate the green circuit board inside the cabinet, as shown below at ~ left. There are eight pairs of push button terminals: two slots with screws are provided for each terminal, in the event you t=l/1 are connecting two push buttons. Carefully strip about 4" off of the cable's outer jacket and then strip W' of the insulation off of each wire. Insert just the bare, stripped portion of each color-coded push button wire lead into either corresponding terminal slot on the circuit board: see image and table below. Tighten each terminal screw onto the lead's stripped portion, securing each lead to its terminal. Pull each lead gently to ensure a secure connection. Terminal Label/Lead Insulation Color* AUD2 AUDl MIC MUTE LED BTN PWR-PWR+ Blue/Black Red/Black Blue Brown Yellow Orange Black Red *XAV2E-LED Push Button Cable: Dedicated direct burial-suitable cable with 8( 18AWG stranded conductors and matching color coding, such as Belden 27601 A or equivalent is required, available from TAPCO. a Optional Component Connections: If there are additional components that require power connections, connect them to their corresponding terminal block positions. The '12V +/OV-' terminals provide for a constant source of 12VDC. il] Haul Assemblies to site, and lnstaH: The assemblies can now be hauled to the installation site(s) and installed: your signs can be mounted either at your shop or on-site. a Power Feed and Connection: Qualified Electrician ONLY! If power leads are fed directly to the cabinet at this time, ONLY a qualified electrician should proceed with assembly from here forward. Run power feeds and connect to the power cable exten5ion in the bottom of the pole. If using a pedestal base with access door, the main power feeds can be connected to the extension leads after wiring and erecting are completed. ©2015 Traffic & Parking Control Company, Inc.· RRFBXL2_ug_14124308_RevC Page 184 of 196 Pages ~JTAPCO Traffic & Parking Control Company, Inc. RRFB-XL2™ User Guide: Solar-powered and AC-powered AC-powered Step-by-step Instructions (continued) ~ Turn OFF Circuit Breaker: CAUTION: Verify that the circuit breaker is switched to 'OFF' prior to making any wiring connections. Always attach the RRFB-XL2LED Leads prior to applying power to them: attaching them with power applied can destroy the LEOs, requiring replacement at your expense. Once ALL RRFB-XL2 LED and other component connections have been made and with power applied, you may turn the circuit breaker to the 'ON' position. L'? ;,,;~E:',,~:,,'i~~!l!•§tiL! Connecting the RRFB-XL2LEDs to an energized circuit will destroy them, voiding the warranty and requiring replacement at your expense. To protect the RRFB-XL2 LEDs, always verify the power to those circuits is disconnected BEFORE connecting the LEOs. ~ Power Connections: Qualified Electrician ONLY! Switch circuit breaker to the OFF position. Attach Power leads: System MUST be properly grounded! Attach your (typically black) 'Line' lead to the terminal block's 'Line In'; tighten screw. Attach your (typically white) 'Neutral' lead to the terminal block's 'Neutral In'; tighten screw. Attach your (typically green) 'Ground' lead to the terminal block's 'Ground'; tighten screw. Switch circuit breaker to the ON position. The system should now be ready to test. To adjust beacon flash duration, either refer to the 'BiinkerBeam Radio Menus' and 'Adjusting Flash Duration (Timeout)' sections included in this Guide and in the separate BlinkerBeam Radio Operation User Guide. :~C,'''~:i:,?f' '"'·" ;Jii;·~·~~.~i,·t·~·.·:. ', ·~~,·;~:.: . . :._,···~.:.:'·~'·.:.:: ,. .-_" _ ~ftV:·I-;; .U·I"·;_ _ -. ·-,·_ 0 ;,_' ,;· --/' ,--,, ~-0 ·'-S· - Connecting the RRFB-XL2 LEOs to an energized circuit will destroy them, voiding the warranty and requiring replacement at your expense. To protect the RRFB-XL2 LEDs, always verify the power to those circuits is disconnected BEFORE connecting the LEDs. ~ lED Synchronization: If any of the Pedestrian Confirmation LEDs is not flashing in sync with its corresponding large LED array, you may rectify it by removing the light bar cover, disconnecting and swapping the Deutsch connectors, and replacing the cover. If there are any other issues, refer to the Tips and Troubleshooting sections in this Guide. ©2015 Traffic & Parking Control Company, Inc.· RRFBXL2_ug_14124308_RevC Page 185 of 196 Pages ~~TAPCO Traffic & Parking Control Company, Inc. RRFB-XL2™ User Guide: Solar-powered and AC-powered BlinkerBeam Radio Binding , NOTE: TAPCO binds your Radios before shipping, so the system should bind automatically upon powering up all radios. Verify the cabinet label's 6-numeral portion ofBC:' numbers (BC: xxxxxx_) all need to be identical: if not you may need to modify the code for them to bind. The Master Radio's. cabinet label's Binding Code Number (BC: xxxxxx_) ends in 'G' (as shown on label at right} while the other (Child) radios' cabinet labels Binding Code Number (BC: xxxxxx_) ends in 'N'. 1. To communicate and to bind properly, BlinkerBeam® Radios need to be activated and at least 10 feet apart. Identify the Master BlinkerBeam® Radio, typically housed in the cabinet with a label that shows a Binding Code Number (BC: xxxxxx_) ending in'G:* Power up the Master Radio and proceed to Step 2. 2. If no text is showing on the Master Radio's LCD display, press either button to wake it, then triple-click its Right Button in rapid succession: while in Binding Mode its LCD screen will alternately display'BINDING; andl 'MASTER' continuously, and its LEDs will alternately flash red (left, right, left, right, etc.) continuously. *If label is unavailable or if you are introducing a new radio into the network, the radio type is also displayed in its *DINFO and *FCTRY menus: refer to the separate 'BiinkerBeam Radios Operation' User Guide. If the display is dark, click either of the buttons: the Radio wakes and defaults to the TAPCO Autoscrolling Menu. ~ Triple Right Click ( *TAPCO ... )------')>( BINDING)~( MASTER) 3. Go to every Child (Slave/Repeater) Radio and triple-click its Right Button. The screen will alternately display'BINDING; then 'SLAVE' or 'REPEAT' repeatedly until bound. When bound, LEDs will both light up solid red, then flash red four times. Until you end the Master's binding mode, the left LED will slowly flash red and its screen will scroll the TAPCO menu. ~ Triple Right Click C'_T_A_PC-0-.-.. ---.. ---:71'-------~ BOUND J~( *TAPCO... ) Ma5:ter's Right Button lX 1m 4. After all radios are bound as explained in step 3, return to the Master Radio. Double-click the Master Radio's Right Button in rapid succession, thus terminating the Binding Mode. The Master screen will then scroll through the TAPCO menu, and its left LED will flash green once every 8 seconds. --} Double Right Click til 5. Now each of the Child Radios' LEDs should light in this sequence: Left solid red; Right solid amber; Right solid red (these first 3 LED patterns may repeat); Left solid green. Finally the Radio's Left LED flashes green once every 8 seconds repetitively, indicat~ng the Binding of this Radio has been successful! NOTE: If radios do not bind using this process, binding codes may be incompatible or there may be a different issue. If they do not bind, refer to the separate 'BiinkerBeam Radios Operation' User Guide. Contact TAPCO Technical Support and a PDF can be emailed to you. ©2015 Traffic & Parking Control Company, Inc.· RRFBXL2_ug_14124308_RevC Page 186 of 196 Pages ~~TAPCO Traffic & Parking Control Company, Inc. RRFB-XL2™ User Guide: Solar-powered and AC-powered Adjusting Beacon Flash Duration (Timeout) m the Configuration (*CONFG) Menu you can view, modify and/or testt t Partial Menu of Functions: KEY FOR MENU NAVIGATION: ·~ =Single Left CJick 8: ) =Single Right Click your Flash Duration (Timeout) settings on two levels: '+LOCAL' Submenu, affecting only the devices wired to that radio, OR: '+NETWRK' Submenu, affecting ALL radio-networked devices. Refer to the separate BlinkerBeam® User Guide's NOTE: Network-level settings can be performed from ruJY. radio, but all radios need to be bound before changing Network settings. NOTE: Timeout settings are independent of LED TESP settings. section 'Device LED Testing In Configuration Menu' for LED device testing, which is independent ofTimeout. Ul-----7 =Double Right Click --.,..;;= 1. From the Autoscrolling Mode of the *TAPCO Menu, click the Left Button. 2. When *CONFG is displayed, click the Right Button once to display' +LOCAr 3. The' +LOCAL' submenu affects only the devices wired to that radio. 4. From' +LOCAL' click the Left Button to display' +NETWRK' if you wish to affect ALL bound networked radios/devices, which must be already bound. Additional Left Button clicks toggle between the Local & Network menus. 5. From either' +LOCAL' or'+NETWRK~ click the Right Button once to enter the Timeout menu. When 'TIMOUT'is displayed, click the Right Button once to set the flash duration using a combination of the Left and Right Buttons. 6. With the six-digit time displayed in seconds, click the Right Button to advance to the TIMOUT digit you wish to modify. While the desired digit is flashing, increase its value by clicking the Left Button. To set the duration to 45 seconds for example, set display to '000045' and then save as explained next. 7. When all digits are at the desired value, displayed in seconds, press and hold the Right Button for 2 seconds until the display reads 'SAVING: It will then read out the saved Timeout value once more: you're done! The procedure is now complete: LCD display will reset once it is in sleep mode. Close the cabinet. Optional: If you want to perform other functions, rapidly double-click the Right Button to return the radio to higher menu levels: *CONFG ~------. i SAVING) No Click: l Automatic '-Y ###### From Duration [6], to return to TIMOUT, Testt or Reset To advance through TIMOUT digits From Timeout [5], lB'8 to return to +Local or +Network From +Local [3] or +Network [ 4], returns you to Configuration [2]. Step TIMOUT Flash Duration User Action 1 With the Display reading *CONFG, click the Radio's Right Button. The display will read +LOCAL. At this level, click the Left Button to toggle between the +Local and +Network menus. 2 Click the Right Button to enter the Timeout menu. With the Dis- play reading TIMOUT, click the Radio's Right Button. The display will read######. At this level, click the Right Button to advance through the digits and the Left Button to increase the value of the selected (flashing) digit to program the number of seconds that the device(s) will flash. When the desired value is reached, press and hold the Right Button for two seconds to Save your settings. The saved value is displayed; procedure is completed. 3 Rapid double-clicking the Right Button returns the Radio I Display to a higher Menu level. To increase the value of the selected (flashing) TIM OUT digit value: cycles through 1,2,3,4,5,6,7,8,9,0,1,2, etc. Display Notes *CONFG Choose the level which you want to view and to +LOCAL (or) modify or test: +Local or +Network level. Then +NETWORK proceed to the Timeout or Test menu. TIM OUT Timeout is the Flash Duration of the Device(s). ###### The readout indicates the present flash duration SAVING setting in seconds. If you simply want to test the LED(s), See the separate BlinkerBeam Operation User Guide section 'Device LED Testing' for procedures. Once the TIMOUT Flash Duration has been saved, ###### nothing more is required. The radio LCD display will automatically reset once in sleep mode. TIM OUT See Flow Chart above. ©2015 Traffic & Parking Control Company, Inc.· RRFBXL2_ug_14124308_RevC Page 187 of 196 Pages :~TAPCO Traffic & Parking Control Company, Inc. RRFB-XL2™ User Guide: Solar-powered and AC-powered Message Repeat, locate Tone and Message Type; Volume Adjustments , lro reduce the risk associated with electric shock injury, including death resulting from contact with hazardous AC voltage, all AC -powered systems must be serviced by a Qualified Electrician with previous training or certification to safely work on high voltage equipment. The XAV2E-LED Push Button Control Unit, XAVCU2, has two LED indicators, shown below at right. The red PWR LED flashes once per second, indicating thatthe board has operating power and that the on-board microcontroller is functioning. The red BUTTON LED indicates whenever the associated push button is pressed and activated. Message Repeat, locate Tone and Message Type: Dip switch positions 1 and 2 (SW1, SW2) are used to selectthe number of message repeats whenever flashing starts. If any ofthe message repeats (1, 2, or 3) is selected, then any button push during the flashing will restart the message count. SW1 SW2 Message Repetitions OFF OFF 1 Repeat ON OFF 2 Repeats OFF ON 3 Repeats ON ON Continuous while flashing locate Tone Frequency: Dip switch positions 3 and 4 are used to configure the PBS locating tone. SW3 SW4 Result OFF OFF No Locate Tone ON OFF Locate tone every 2 seconds OFF ON Locate tone every 3 seconds ON ON Locate tone every 4 seconds Dip Switches [ Message Type: Dip switch position 5 sel12cts the message type. ~ SWS Result OFF English Language Only ON English message followed by Spanish VOLUME Control: The output volume from the XAV2E-LED system self-adjusts automatically based over a wide range of ambient noise levels received by the microphone. 'MIC SENS' microphone sensitivity control: adjusting can increase or decrease the relative volume change resulting from a change in ambient noise. 'VOL MIN' and 'VOL MAX' controls, for both the voice message and locate tones, restrict the volume range chosen by the microphone control. The 'VOL MIN' control sets the lower limit for the volume, while the 'VOL MAX' control sets the upper limit. If both controls are set the same, or the 'VOL MAX' is set below the MIN, the volume will remain fixed. The 'VOL MAX' control takes precedence over'VOL NIIN: 'Fl TIME' Control: DO NOT adjust this setting/To modify Flash Duration of the LED arrays (from the typical30-second default), refer to the section 'Adjusting Flash Duration (Timeout): Volume Adjusters ©2015 Traffic & Parking Control Company, Inc.· RRFBXL2_ug_14124308_RevC Page 188 of 196 Pages ~JTAPCO RRFB-XL2™ User Guide: Solar-powered and AC-powered XAV2E-LED Push Button Tips and Troubleshooting Traffic & Parking Control Company, Inc. To reduce the risk associated with electric shock injury, including death resulting from contact with hazardous AC voltage, all AC -powered systems must be serviced by a Qualified Electrician with previous training or certification to safely work on high voltage equipment. Turn OFF power BEFORE performing any servicing, maintenance or troubleshooting. The following are descriptions ofthe XAV2E-LED Push Button's Circuit Board terminals to help identify sources of trouble. For more detailed information in addition to the table below, refer to the section 'XAV2E-LED Push Button Message, Tone and Volume Adjustments'. For additional system troubleshooting refer to the section 'System Tips and Troubleshooting: PWR+ TERMINAL This point should always have a DC voltage present. This voltage should be 13 to 15 volts most ofthe time. It will 'RED' typically fluctuate some if the voice message is currently playing. For DC model, the voltage should match the DC INPUT voltage. This voltage is measured between PWR+ and PWR-. PWR-TERMINAL'BLACK' This is the circuit ground for the XAV2E-LED system. BTN TERMINAL Connecting this terminal to ground (PWR-) should cause the BUTTON LED to light and cause the BUTTON OUT 'ORANGE' terminals to change to a low resistance state between them. Pressing the PBS button should cause the voltage at the BTN terminal to drop to near zero. LED TERMINAL 'YELLOW' This is an open collector type output from the Control Unit to the PBS.It connects to ground to turn on the PBS LEOs. This output should turn on the LEOs whenever the voltage is present at the LTS IN input. MUTE TERMINAL 'BROWN' This is an output signal which switches the audio amplifier in the PBS between operate and standby modes. It should go to ground whenever a sound is to be played. MIC TERMINAL 'BLUE' This is a low voltage signal from the PBS which represents the ambient noise level. It is generally less than 1 volt above ground and can range from 0 to 1.5 volts. It should change as the ambient noise changes. AUD1'R/BK'; AUD2'BL!BK' This is a balanced audio signal which provides the input signal to the audio amplifier. FLSH COM, FLSH1, FLSH2 Output signals for driving external flash relays. BUTTON; OUT Solid state opto-relay contact closure while BUTTON terminal is grounded. LTS IN*: COM and 10-35 Input from LED flash circuit. For the Control Unit, this signal must be present in order to trigger the voice message VDC inputs are used and also to flash the PBS LEOs. *This input is required to trigger the voice message. See note below at right. ©2015 Traffic & Parking Control Company, Inc.· RRFBXL2_ug_14124308_RevC Page 189 of 196 Pages ~~TAPCO Traffic & Parking Control Company, Inc. RRFB-XL2™ User Guide: Solar-powered and AC-powered SunSaver Solar Controller Charging Status & Battery State of Charge , Protecting the Solar Controller and RRFB LEDs: Never apply solar power to the controller without a battery attached. Never connect RRFB LEDs to an energized circuit. Either action will destroy the component and void the warranty, requiring replacement at your expense. When disconnecting power, always remove the load fuse first (or all fuses, while noting their positions) before disconnecting the battery. Disconnect the negative lead first, then the positive lead. When connecting power, 1) verify that the fuse(s) are removed and the light bar LEDs are connected; 2) connect the battery (positive terminal first, then negative terminal); 3) connect solar; 4) insert the fuses in their correct positions. If unsure, refer to/request the separate Wiring Schematic for the proper fuse positions and values. Controller'CHARGING Status' LED , With devices connected and adequate sunlight shining on the solar panel, the LED marked "CHARGING STATUS" indicates the Controller Charging Status and any error indications. When charging during the day, the Charging Status LED is on with an off 'heartbeat' flicker once ev(~ry 5 seconds. The Charging Status LED is off at night,. with an on 'heartbeat' flicker once every 5 seconds. These LED patterns indicate normal operating conditions. Battery State Of Charge LEOs These three LEOs indicate the battery's State Of Charge (SOC). The Green SOC LED should be lit before initially using the system. If yellow or red LED is lit, remove fuses, then disconnect and ~x~..-..x ~~x ~ ~ ~ <:Q~~<:Q~'?S~"'S charge the battery before using. Charging Status Warnings The Charging Status LED (above, left) indicates charging status and any existing solar input error conditions. The Status LED flashes red whenever an error condition or conditions exist. For further explanation of warnings, refer to 'Protections' section. Charging . Charging Indication Operating Status LED LED Characteristics State None Off, with ON heartbeat1 Night Green On Solid, with OFF heartbeat2 Charging Red Flashing Error Red On Solid, with OFF heartbeaf Critical Error 1 Status LED heartbeat indication flickers ON briefly, once every 5 seconds 2 Status LED heartbeat indication flickers OFF briefly, once every 5 seconds !Battery Voltage State Of Charge The Controller's three LEDs (top, right) indicate the battery's voltage state. If the Red SOC LED is lit, the battery charge is too low for the Solar Controller to function. In this event, remove the fuses, then disconnect the battery leads and use a 12VDC charger to charge it to a level of 12.6V. If you don't have a 12VDC charger, you may charge the battery with the solar panel in full sunlight without operation, but this procedure may require one or more full day's worth of sunlight. SOC (State Of Charge) Warnings The three battery State Of Charge LEDs (above, right) indicate the level of voltage in the battery. The SOC indication is based solely on battery voltage setpoints, which provides only an approximation of the battery charge state. The amount oftime between a green SOC indication and load disconnect will depend on many factors including: Rate of discharge (amount of load draw); Capacity of the battery; Health of the battery and LVD set point. As the battery discharges, the Battery State Of Charge SOC LEDs (top, right) will transition from green to yellow and then from yellow to flashing red. A flashing red SOC LED indication is a warning that a low voltage disconnect (LVD) event is imminent: if the battery discharges to the LVD set point, the load will disconnect and a solid red Battery Status LED indication will be displayed. Remove fuses, then disconnect battery and recharge. SOC LEOs Indication Battery Status Load Status Green Fast Flashing3 Full Battery: Load On (2 Flashes/Second) Equalize Charge Green Medium Flashing3 Fu II Battery: Load On (1 Flash/Second) Absorption Charge Green Slow Flashing3 Full Battery: load On (1 Flash/2 Seconds) Float Charge Green On Solid Battery Nearly Full Load On Yellow On Solid Battery Half Full Load On Red Flashing3 Battery low LVDWarning (1 Flash I Second) (load On) Red On Solid Battery Empty LVD (load Off) None No LEOs On Battery Missing load Off 3 Multiple flashing SOC LEDs =Error Condition. See Error Indications. ©2015 Traffic & Parking Control Company, Inc.· RRFBXL2_ug_14124308_RevC Page 190 of 196 Pages ~~TAPCO Traffic & Parking Control Company, Inc. RRFB-XL2™ User Guide: Solar-powered and AC-powered Sun Saver Solar Controller Parameters Protecting the Solar Controller and RRFB LEOs: Never apply solar power to the controller without a battery attached. Never connect RRFB LEDs to an energized circuit. Either action will destroy the component and void the warranty, requiring replacement at your expense. When disconnecting power, always remove the load fuse first (or all fuses, while noting their positions) before disconnecting the battery. Disconnect the negative lead first, then the positive lead. When connecting power, 1) verify that the fuse(s) are removed and the light bar LEDs are connected; 2) connect the battery (positive terminal first, then negative terminal); 3) connect solar; 4) insert the fuses in their correct positions. If unsure, refer to/requestthe separate Wiring Schematicfor the proper fuse positions and values. low Voltage Disconnect (check/replace Solar fuse) (Battery Status LEOs sequencing green&red -yellow) If the solar panel/circuitry is not supplying sufficient voltage, use a voltmeter to test output/continuity. Solar Overload (Charging Status LED flashing Red) If the solar current exceeds tlie maximum solar rating, the Controller will stop charging until the solar current returns to within its operational rating. Load Overload (Battery Status LEOs sequencing green&red -yellow) If the oad current exceeds the maximum load current rating, the Controller will disconnect the load.lt will then attempt to reconnect the load two (2) times approximately ten seconds apart. If the overload remains after the first two (2) attempts, the fault must be cleared by removing and reapplying power. Solar Short Circuit (Charging Status LED off) The solar input power wires are short-circuited. Charging automatically resumes when the short is cleared. load Short Circuit (Battery Status LEOs sequencing green&red -yellow) Fully protected against load wiring short circuits. After two (2) automatic load reconnect attempts (1 0 seconds apart), the fault must be cleared by removing and reapplying power. PV (Photovoltaic) Reverse Polarity (Charging Status LED off) Fully protected against reverse solar connection. No damage to the controller will result. Correct the mistake to resume normal operation. Battery Reverse Polarity (Battery Status LEDs sequencing green&red-yellow) Fully protected against reverse battery connection. No damage to the controller will result. Correct the mistake to resume normal operation. Damaged Local Temperature Sensor (Battery Status LEDs sequencing red-yellow-green; Charging Status LED on solid red) The local ambient temperature sensor is short circuited or damaged. Charging stops to avoid overcharging or undercharging. This is a critical error. Contact TAPCO Technical Support for service. Damaged Internal Temperature Sensor (Battery Status LEDs sequencing red-yellow-green; Charging Status LED on solid red) The internal heats ink temperature sensor is damaged. This is a critical error. Contact TAPCO Technical Support for serv'ice. High Temperature (Battery Status LEOs sequencing red -yellow) The heatsink temperature has exceeded 85°C (153°F); the solar and load is disconnected. The controller will automatically reconnect when the heatsink cools to 80°C (144°F). High Voltage Disconnect (Battery Status LEDs sequencing red -green) The battery voltage has exceeded the controller's maximum regulation limit. The solar and load will be disconnected until the battery voltage decreases to the high voltage reconnect threshold. Controller'CHARGING Status' LED ~Battery State Of Charge LEOs ©2015 Traffic & Parking Control Company, Inc.· RRFBXL2_ug_14124308_RevC Page 191 of 196 Pages ~JTAPCO Traffic & Parking Control Company, Inc. RRFB-XL2™ User Guide: Solar-powered and AC-powered SunSaver Solar Controller Tips and Troubleshooting , SYMPTOM ~ POSSIBLE CAUSES ~.__ __ C_O_RR_E_CT_IV_E_AC_T_IO_N_: *_RE_M_O_VE_S_O_LA_R_FU_S_E F_IR_S_T _ __, Charging Status LED flashes intermittently Charging Status LED off Charging Status LED flashes red Charging Status LED solid red Solar Fuse Removed or Blown Solar Short Circuit PV Reverse Polarity ..... Solar Overload or impending Low Voltage Disconnect event ~ LVD: Low Voltage Disconnect With battery and components connected to circuitry, insert or replace solar fuse. Charging automatically resumes when the short is cleared. Correct the solar panel connections on the terminal block. ~ Controller will stop charging until solar current returns to normal rating limits . I ~ Disconnect Load fuse; disconnect & then re-connect the negative battery terminal. Charge battery to 12.6V or above for reconnect, or it will default to LVD event. Disconnect Solar Circuit fuse, then remove and reapply power. Re-insert solar fuse. Disconnect Solar Circuit fuse, then remove and reapply power. Re-insert solar fuse. Disconnect Load fuse; correct the battery connections on battery or terminal block. With battery and components connected to circuitry, insert or replace solar fuse. Use voltmeter to test panel polarity/output; rectify or replace solar panel. Use voltmeter to test continuity; rectify or replace wiring connections. Critical Error. Contact TAPCO Technical Support for service. Critical Error. Contact TAPCO Technical Support for service. Controller automatically reconnects when temperature reaches acceptable limit. Controller automatically reconnects when voltage reaches acceptable limit. I ©2015 Traffic & Parking Control Company, Inc.· RRFBXL2_ug_14124308_RevC Page 192 of 196 Pages ~~TAPCO Traffic & Parking Control Company, Inc. RRFB-XL2™ User Guide: Solar-powered and AC-powered ProStar Solar Controller Tips and Troubleshooting Never apply solar power to the controller without having a battery already attached. Doing so will destroy the controller and void the warranty, requiring replacement at your expense. ProS tar Troubleshooting (except on this page) should be performed ONLY by qualified personnel. There are no user-serviceable parts, fuses or circuit breakers inside the ProS tar Controller. NOTE: The Pro Star controller is used ONLY with 85-watt or larger solar panels. The typical, Sun Saver controller is covered in other sections. The ProStar is assembled with automated equipment, tested with computers, and is protected from faults. Since the ProStar will generally not be the cause of a problem, it is usually worthwhile to troubleshoot the entire system for faults. Most problems will be caused by wiring connections, faulty loads or batteries unable to hold a charge. IF BATTERY IS NOT CHARGING: ·Check the green CHARGING LED above the Solar input: With sunlight directly on the solar collector, this LED should be lit. • Check that the proper approved Battery Type has been selected. • Check that all wire connections in the system are correct and tight. , Check the polarity (+/-)of the connections . • Measure the solar array open-circuit voltage (disconnected from the controller) and confirm it is normal. If the array voltage is low or zero, repair or replace the fault in the array . • Confirm that the load is not drawing more energy than the solar array can provide . • Check the condition of the battery. Determine if the battery voltage falls at night with no load. If the battery is unable to maintain its voltage, it may be failing. If so, replace with approved battery. • Measure the solar input voltage (during daytime) and battery voltage at the ProS tar terminals. If the voltages at the terminals are the same (within about 0.5 volts), the solar array is charging the battery. If the solar voltage is close to open-circuit (about 20V), and the battery voltage is low, the controller is not charging the battery and may be defective. Make sure the ProS tar is not in Pulse Wave Modulation (PWM) regulation for this test. NOTE: If the battery is not being fully recharged, measure the voltage at the battery terminals on the ProStar, and then at the terminals on the battery. This should be done at midday with full charging from the solar array (and not in PWM regulation).lfthe ProS tar terminals are 1 volt higher than the battery terminals, for example, this voltage drop will cause the battery to regulate 1 volt below its desired regulation (PWM) voltage, and it will take longer to recharge. 1 this case, the SENSE terminals should be connected to the battery for accurate charging. NOTE: A Solar Controller other than a ProS tar (right) may be installed with your SOLAR RRFB-XL2 system. Utilize only the instructions, tips and troubleshooting for your installed Controller. IF BATTERY VOLTAGE IS TOO HIGH: • First check the operating conditions to account for temperature compensation (59°F temperature will increase PWM regulation by OJV for a 12V battery) and automatic equalizations. • Check that the proper battery type has been selected. • Disconnect the solar array, and remove the battery wire from the ProStar's battery positive (+)terminal. Wait a few seconds and reconnect the battery positive terminal (leaving the solar array disconnected). After start-up, the green CHARGING LED should not be on. Measure the voltage at the SOLAR terminals (with the array still disconnected).lf battery voltage is measured at the SOLAR terminals and the green LED is on, the controller may be defective . IF lOAD IS NOT OPERATING PROPERLY: • Check that the load is connected and turned on. Confirm that no fuses or circuit breakers in the cabinet are tripped (there are no fuses or circuit breakers inside the ProS tar Controller). • Check all connections to the load, and battery connections. Make sure voltage drops in the system are not too high (a voltage drop to the load will reduce the voltage at the load). • Check the Controller LEOs: if the red status LED is on, the load has been disconnected due to low battery voltage (LVD). This is a normal protection function; the load will automatically reconnect when the battery is charged by the solar array, or manually (fastest method). ·If the LEOs are blinking, the load may have been disconnected due to: 1) Red/Green-Yellow sequencing= short circuit or overload: After 3 automatic retries, the fault must be located/cleared and the load must be switched off or disconnected for 10 seconds or longer to restore power to the load terminals. 2) Red-Yellow sequencing= high temperature disconnect. 3) Red-Green sequencing= high voltage disconnect. 4) Red/Green/Yellow blinking together =battery select fault. Measure the voltage at the BATTERY terminals. If it is above the LVD level and no faults are present, the load should have power. Measure the voltage at the LOAD terminals: if there is no voltage present, the controller may be defective. Contact TAPCO Technical Support. ©2015 Traffic & Parking Control Company, Inc.· RRFBXL2_ug_14124308_RevC Page 193 of 196 Pages ~JTAPCO Traffic & Parking Control Company, Inc. I SYMPTOM ~ POSSIBLE CAUSES ~ Pedestrian LEOs out of synch w/ ~ Circuitry I Light Bar Orientation j-.- large LED arrays ~ Fuse Removed or Blown* Insufficient Solar Charging: Make certain that collector face +-is facing south, tilted 45-55°, and is clear of debris, snow and any other obstruction that ~ prevents sunlight from reaching the collector face. In cabinet, make certain that white lead from solar panel is connected to the Solar+ ~ terminal and the black lead LED Array is connected to the Solar- doesn't flash: terminal. this could also be caused by Battery is not fully charged or Solar Controller will no longer hold a charge: issues, covered ~ iffuses are inserted, remove ~ on previous them prior to proceeding with pages. corrective action (s). Loose connections or broken ~ wires: remove fuses prior to ~ corrective action(s). ~ BlinkerBeam® antenna is loose ~ BlinkerBeam® Master is down ~ BlinkerBeam® not synching ~ BlinkerBeam® signal is too weak Individual LED ~ Loose wiring/circuitry doesn't flash +1 Inoperative LED RRFB-XL2™ User Guide: Solar-powered and AC-powered Solar and AC System Tips and Troubleshooting CORRECTIVE ACTION: *REMOVE SOLAR FUSE FIRST Remove the cover from the light bar you wish to change. Disconnect both sets of Deutsch connectors. Swap and re-connect them. Place the cover onto the light bar. Rotate each screw counter-clockwise until it clicks, then screw in clockwise. *If Blown, rectify short; If missing, replace fuse with one of equivalent amp value. Align solar collector so it faces due south, towards mid-day sun.lf obstructed by trees, trim or remove them to allow more sunlight to reach collector. If obstructed by immovable object, such as a building, mountain or hillside, rotate so collector receives the maximum amount of sunlight. If obstruction is immovable or cannot be altered, consider replacement with larger solar panel or AC-powered system. Remove Solar Circuit Fuse, then (in full sun) test with a DC voltmeter across the terminal block5,Solar+'(with white lead connected) and 'Solar-'(with black lead connected) to ensure a charging voltage is present, typically 18-22VDC in full I sunlight. If no voltage is present, open the junction box cover on back of solar· •·· panel. Inside the panel's junction box, test the voltage across the, +'and ,_, · terminals. If sufficient voltage is present, repair or replace the cable running from the solar panel to the cabinet. If no voltage is present there, replace solar panel. Remove Load fuse or All fuses. Test battery voltage across terminals: if below 12V, disconnect, remove and charge battery fuUy: then re-test with a battery load tester, available at some automotive parts stores. If battery will not hold a charge, replace with new, fully charged TAPCO replacement battery or equivalent (see,TAPCO- Approved Components~ Then, re-insert fuse(s). Discard old battery per local code. Gently test each connection to ensure each is tight. If loose, tighten screw or nut until snug. If a wire is broken, strip and splice it with a insulated connector, or contact TAPCO or distributor for replacement part(s). Extend radio antennas straight out from radios and twist clockwise U until snug. Check power and function of BlinkerBeam® Master Radio. Refer to BlinkerBeam® Operation Guide to perform diagnostic tests. Refer to BlinkerBeam® Operation Guide to perform diagnostic tests. Make sure all leads are properly connected and tight, then reactivate. Contact TAPCO or distributor for replacement part(s). ©201 5 Traffic & Parking Control Company, Inc.· RRFBXL2_ug_14124308_RevC Page 194 of 196 Pages ~~TAPCO Traffic & Parking Control Company, Inc. RRFB-XL2™ User Guide: Solar-powered and AC-powered Warranty and Registration Please follow the instructions below to Register your Product Warranty. Warranty amended September 1, 2013: not applicable to systems delivered prior to that date. The use of components not supplied (or approved in writing) by TAPCO, or for use other than stated in this document voids any warranty. Traffic & Parking Control Company, Inc., (TAPCO), warrants to each purchaser of an RRFB-XL2 Rectangular Rapid Flashing LED Beacon (Product) for other than personal, family or household use, that the Product will be free from defects in material and workmanship for a period of three (3) years after the date of original purchase. TAPCO warrants accessories, service parts and components purchased separately to be free from defects in material and workmanship for a period of one (1) year after the date of original purchase. If within such warranty periods any part thereof is proven to TAPCO's satisfaction to be defective, such part shall be repaired by TAPCO or its authorized distributor or, at TAPCO's option, replaced f.o.b. TAPCO's factory without charge, including labor costs at its standard rate incurred while repairing said Product. TAPCO's obligation hereunder shall be limited to such repair or replacement and shall be further considered upon TAPCO's receiving written notice of any alleged defect and proof of original purchase within ten (10) days after its discovery and, at TAPCO's option, the return of the allegedly defective part to TAPCO f.o.b. its factory or to its authorized distributor. This warranty shall not apply to any parts not furnished by TAPCO as well as any damage caused by such parts, or to parts which shall have been repaired or altered by others than TAPCO so as, in TAPCO's judgment, to adversely affect the same; or which shall have been subject to other than normal use or service, negligence, accident or improper installation, care or storage. TAPCO will not be responsible for any expense related to parts or labor which is unrelated to defects in material or workmanship ofTAPCO ~Jroduct, including but not limited to acts of God (Force majeure). fhe foregoing warranties are exclusive and in lieu of all other express and implied warranties. TAPCO's liability is limited expressly to the repair and replacement of defective parts as provided herein. TAPCO shall not be liable for any consequential, incidental or contingent damages whatsoever, whether for breach of contract, breach of warranty, negligence or other tort, or on any strict liability theory. John Kugel President Traffic & Parking Control Company, Inc. (TAPCO) Registration: The RRFB-XL2 Rectangular Rapid Flashing LED Beacon Assembly from TAPCO represents the latest technology in the field of LED-enhanced traffic control, and is designed to provide you with years of trouble-free service. Please take a few moments to record the serial number(s) below, and keep this document in a safe place for future reference. Registration is simple and will take just a few moments of your time. Please register your warranty on-line at: www.tapconet.com/warranty MODEL NAME: RRFB-XL2 Rectangular Rapid Flashing LED Beacon Assembly SERIAL NUMBER(s): _________________ _ DATE OF PURCHASE: ____________ _ OPTIONS PURCHASED: ___________ _ INSTALLATION LOCATION: _________ _ 'THER NOTES: ©2015 Traffic & Parking Control Company, Inc.· RRFBXL2_ug_14124308_RevC Page 195 of 196 Pages ~~TAPCO Traffic & Parking Control Company, Inc. RRFB-XL2™: Solar-powered and AC-powered User Guide Solar~Powered Systems: Pages 8-23; QuickS tart Page 9 AC-Powered Systems: Pages 24-37; QuickS tart Page 25 Wherever AC power is present, electrical installation and servicing MUST be performed ONLY by a qualified electrician: serious personal injury or death may result from contact with hazardous AC power. Disconnect AC power source AND verify the circuit breaker is 'OFF' BEFORE performing any wiring procedures or servicing. For technical support: Phor!~ 866-753-6255 (M-F 8-5 CT) E-mail blinkertech@tapconet.com ©2015, Traffic & Parking Control Company, Inc. {TAPCO) US Patent Nos 6,943,698; 6,693,556; Other Patents Pending. TAPCO Logo and other trademarks are the property ofTraffic & Parking Control Company, Inc. :~TAPCO TAPCO ·Traffic & Parking Control Company, Inc. UG-14124308 Rev C RRFBXL2_ug_14124308_RevC Page 196 of 196 Pages