120
Page 1 of 2 CITY OF MISSION SOLICITATION, OFFER AND AWARD FORM SOLICITATION INFORMATION REQUEST FOR BIDS (RFB) 1. BID NO.: 15-237-07-20 4. BRIEF DESCRIPTION: 2. ISSUE DATE: June 29, 2015 Arnulfo TatanRodriguez Jr. Park Sidewalk Improvements 3. FOR INFORMATION CONTACT: (No collect calls) NAME: Eduardo Belmarez, Purchasing Director TELEPHONE: (956) 580-8667 FAX: (956) 580-8798 E-MAIL: [email protected] 5. PRE-BID CONFERENCE/GENERAL CONTRACTORS MEETING: ( Highly Recommended) **** There WILL be a conference. **** LOCATION: City of Mission City Hall 1201 E. 8 th Street Mission, TX 78572 DATE: 07/6/2015 TIME: 10:00 AM CST 6. ADVERTISING DATES: 1 st Week of Advertisement Date: __6__/_29___/_15___ 2 nd Week of Advertisement Date: _ 7__/_6___/_15___ 7. SUBMIT BID TO: 8. OFFER SUBMISSION DUE DATE AND TIME: Mailing/Hand/Commercial Courier Delivery City of Mission Purchasing Department 1201 E. 8 th Street R101 Mission, TX 78572 Bid # 15-237-07-20 DATE: July 20, 2015 TIME: 2:00 PM CST 9. No Facsimiles or late arrivals will be accepted. Any bids received after offer submission due date and time will not be opened and will be returned. City of Mission Purchasing Department time stamp clock will be the governing time for acceptability of bids. Overnight mail must also be properly labeled on the outside of the express envelope or package in reference to RFB. 10. SUBMIT WITH OFFER: Original offer and 2 photocopies including documents and attachments so indicated on Page 2 of this form. 11. Offers submitted in response to an RFB will be opened publicly by The City of Mission Purchasing Department, immediately after the submission due date and time. Offers submitted in response to an RFP will NOT be publicly opened. 12. FIRM OFFER PERIOD: Offers submitted shall remain firm for a period of 60 calendar days from the final due date for bids. 13. NOTE: For Invitation for Bids, “offer” and “offeror” mean “bid” and “bidder”. OFFER (To be completed by Offeror) 14. In compliance with the above, the undersigned agrees, if this offer is accepted within the period specified in Block 12, above, to furnish any or all items, or provide the service(s), upon which prices are offered in the Schedule at the price set opposite each item or service, and to deliver the item(s) and or perform the service(s) at the designated location(s) within the time specified. 15. BIDDERS NAME, ADDRESS: (Type or Print) 16. NAME AND TITLE OF PERSON AUTHORIZED TO SIGN THE OFFER: (Type or Print) TELEPHONE: CELL PHONE: E-MAIL: FAX: 17. BIDDERS SIGNATURE & DATE: AWARD (To be completed by City of Mission) 18. TOTAL AMOUNT OF AWARD: 19. DIRECTOR OF PURCHASING SIGNATURE & DATE OF AWARD: Name: Signature: ____________________________________ Date: ____/____/____

Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

  • Upload
    others

  • View
    4

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

Page 1 of 2

CITY OF MISSION SOLICITATION, OFFER AND AWARD FORM

SOLICITATION INFORMATION

REQUEST FOR BIDS (RFB)

1. BID NO.: 15-237-07-20 4. BRIEF DESCRIPTION:

2. ISSUE DATE: June 29, 2015

Arnulfo “Tatan” Rodriguez Jr. Park

Sidewalk Improvements

3. FOR INFORMATION CONTACT: (No collect calls)

NAME: Eduardo Belmarez, Purchasing Director

TELEPHONE: (956) 580-8667 FAX: (956) 580-8798

E-MAIL: [email protected]

5. PRE-BID CONFERENCE/GENERAL CONTRACTORS MEETING: ( Highly Recommended)

**** There WILL be a conference. **** LOCATION: City of Mission City Hall

1201 E. 8th Street Mission, TX 78572 DATE: 07/6/2015

TIME: 10:00 AM CST

6. ADVERTISING DATES:

1st Week of Advertisement Date: __6__/_29___/_15___ 2nd Week of Advertisement Date: _ 7__/_6___/_15___

7. SUBMIT BID TO: 8. OFFER SUBMISSION DUE DATE AND TIME:

Mailing/Hand/Commercial Courier Delivery

City of Mission Purchasing Department

1201 E. 8th Street R101 Mission, TX 78572

Bid # 15-237-07-20

DATE:

July 20, 2015

TIME:

2:00 PM CST

9. No Facsimiles or late arrivals will be accepted. Any bids received after offer submission due date and time will not be opened

and will be returned. City of Mission Purchasing Department time stamp clock will be the governing time for acceptability of bids. Overnight mail must also be properly labeled on the outside of the express envelope or package in reference to RFB.

10. SUBMIT WITH OFFER: Original offer and 2 photocopies including documents and attachments so indicated on Page 2 of this form.

11. Offers submitted in response to an RFB will be opened publicly by The City of Mission Purchasing Department, immediately after the

submission due date and time. Offers submitted in response to an RFP will NOT be publicly opened.

12. FIRM OFFER PERIOD: Offers submitted shall remain firm for a period of 60 calendar days from the final due date for bids.

13. NOTE: For Invitation for Bids, “offer” and “offeror” mean “bid” and “bidder”.

OFFER

(To be completed by Offeror)

14. In compliance with the above, the undersigned agrees, if this offer is accepted within the period specified in Block 12, above, to

furnish any or all items, or provide the service(s), upon which prices are offered in the Schedule at the price set opposite each item or service, and to deliver the item(s) and or perform the service(s) at the designated location(s) within the time specified.

15. BIDDERS NAME, ADDRESS: (Type or Print) 16. NAME AND TITLE OF PERSON AUTHORIZED TO SIGN THE OFFER: (Type or Print)

TELEPHONE: CELL PHONE:

E-MAIL: FAX:

17. BIDDERS SIGNATURE & DATE:

AWARD

(To be completed by City of Mission)

18. TOTAL AMOUNT OF AWARD:

19. DIRECTOR OF PURCHASING SIGNATURE & DATE OF AWARD:

Name:

Signature: ____________________________________

Date: ____/____/____

Page 2: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

Page 2 of 2

SOLICITATION INDEX

20. CONTENTS: (DOCUMENTS WITH A YES ARE TO BE SUBMITTED WITH OFFER)

NAME FORM DESCRIPTION SUBMIT WITH OFFER?

Cover Sheet

Solicitation, Offer and Award Form (Complete in its entirety to include Sign and Date)

YES

Instructions to Bidders

General Terms & Conditions

YES

Bid Bond or Cashier’s Check of 5% of Total Amount of Bid YES

Delivery Terms YES

Payment & Performance Bonds NO

Milestone Schedule NO

Insurance Certificate NO

Schedule of Subcontractor(s)/Subconsultant(s)

Attachment #1 YES

Non-Collusive Bidding Certificate Vendor Acknowledgement Form YES

Pricing Schedule Signed and Completed YES

Addenda Checklist & Addendums Confirmation Receipt of Addendum(s) YES

Additional Responsibility Criteria & Bidder’s General Questionnaire

General Questions (Supporting Documentations) YES

CIQ Questionnaire Conflict of Interest Questionnaire YES

Specifications/Scope of Work Description of Park Sidewalk Improvements NO

Exhibit U Buy America Certificate YES

21. ACKNOWLEDGMENT OF ADDENDUMS: ADDENDUMS # DATE ADDENDUMS # DATE

Offeror acknowledges receipt of the following addendum(s) to the solicitation: (Identify addendum number and date of each.)

Page 3: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42

City of Mission

Instructions to Bidder – General Terms & Conditions

Bid Name/No.: Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements/ 15-237-07-20

Please read your specifications thoroughly and be sure that the offered complies with all requirements. Any

variation from the specifications will not be allowed. If you are the successful bidder, it will be required that

U“Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements” be provided as specified.

(1) Introduction and Purpose of Solicitation

The City is seeking sealed bids from qualified firms or individuals interested in providing all labor,

materials, and equipment for the Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements.

Contractors are to submit bid in accordance with the specifications attached hereto and any other

miscellaneous scope elements identified in specifications.

(2) Type of Business

(a) The Bidder represents as part of its offer that it operates as (Mark one with an "X"):

(3) Interest of Public Officials

The offeror represents and warrants that no employee, official, or member of the Council (Executive

Committee) of the City is or will be pecuniarily interested in or benefited directly or indirectly as a result of

this contract.

(4) Covenant Against Gratuities

The offeror represents as part of its offer that neither it nor any of its employees, representatives or agents

have offered or given gratuities (in the form of entertainment, gifts or otherwise) to any director, officer or

employee of the City with the view toward securing favorable treatment in the awarding, amending, or the

making of any determination with respect to the performing of the contract.

(5) Preparation of Bids

(a)Bidders are expected to examine the Pricing Schedule, General Terms & Conditions, all drawings,

specifications, the statement of work, and all other provisions of, and attachments to, the solicitation,

whether incorporated by reference or otherwise, prior to the submission of bids. Failure to do so will be at

the bidder's risk.

(b)Each bidder shall furnish the information required by the solicitation. Bids shall be submitted on the bid

form contained in the solicitation. Bidders shall sign and print or type their name on the bid form and each

continuation sheet on which they make an entry. Erasures or other changes must be initialed by the person

signing the bid. Bids signed by an agent of the bidder (other than an officer or a partner of the bidder) are

to be accompanied by evidence of the agent's City (unless such evidence has been previously furnished to

the City).

(c)All blanks on the bid form shall be filled in by typewriter or printed in ink with a firm fixed unit price

for items bid. Unit prices shall include packing unless otherwise specified. In case of any discrepancy

between a unit price and any extended or total price required by the bid form, the unit price will be

presumed to be correct, subject, however, to correction to the same extent and in the same manner as any

other mistake.

Page 4: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 2 of 42

(d)Bids for property or services other than those specified in the Schedule will not be considered unless

specifically authorized in the solicitation. Any condition, qualification, or limitation of the bid may be a

basis for rejection of the bid as nonresponsive.

(e)The bidder must state a definite time for delivery of property or for performance of services unless

otherwise specified in the solicitation. All measurements shall be in the system of weights and measures in

common usage in the United States, and pricing shall be in U.S. dollars.

(6) Submission of Bids

(a) Bids and modifications thereof shall be enclosed in sealed envelopes or sealed cartons and submitted to

the Buyer of the City of Mission at the address specified in the solicitation. The bidder shall show the hour

and date specified in the solicitation for receipt of bids, the solicitation number, and the bidder's name,

address, and telephone number on the face of the envelope or carton.

(b) Telegraphic bids will not be considered unless authorized by the solicitation; however, bids may be

modified or withdrawn by written or telegraphic notice, provided such notice is received prior to the hour

and date specified for receipt of bids.

(c) Samples of items, when required, must be submitted within the time specified and, unless otherwise

specified in the solicitation, at no expense to the City. If not destroyed by testing, samples will be returned

at the bidder's request and expense, unless otherwise specified in the solicitation.

(d) Each copy of the bid shall include the legal name of the bidder and a statement whether the bidder is a

sole proprietorship, a corporation, or any other legal entity. A bid for a corporation shall further give the

state of incorporation and have the corporate seal affixed to it.

(7) Acknowledgement by Signature

Bids must give full firm name and address of bidder, and be manually signed. Failure to do so will

disqualify your bid. Person signing bid must show title or CITY TO BIND HIS FIRM IN A

CONTRACT. Firm name and authorized signature must appear on each page that calls for this

information.

(8) Pre-Bid Conference and Questions Concerning the Solicitation

(a) A pre-bid conference is scheduled for all interested parties to discuss the solicitation requirements, if so

indicated on the Solicitation, Offer and Award Form. Details concerning the conference date, time and

location are also provided.

(b) Questions and requests for clarification relating to this solicitation, shall be submitted in writing, to the

contact person identified in the Solicitation, Offer and Award Form by mail, facsimile or commercial

courier, at least three (3) working days in advance of the scheduled conference to allow sufficient time for

responses to be considered and prepared by the City. Questions concerning the solicitation that are not

addressed at the conference, if one is held, shall be submitted in writing no later than five (5) working days

in advance of the offer submission due date and time, which is the minimum time required for the City’s

reply to reach offerors before the offer submission due date and time, as required by the

"Acknowledgement of Amendments to the Invitations for Bids" clause. Questions received less than five

(5) working days in advance of the offer submission due date and time will be responded only if the City

determines that the question and its response would have a material and substantive impact on the

solicitation.

(9) Explanation to Bidders

Any explanation desired by a bidder regarding the meaning or interpretation of the solicitation, drawings,

specifications, etc., must be requested in writing from the City’s authorized representative and with

sufficient time allowed for a reply to reach bidders before the submission of bids. Oral explanations or

instructions given before the award of any contract, at any pre-bid conferences or otherwise, will not be

binding on the City. Any information given to a bidder concerning an interpretation of the solicitation will

Page 5: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 3 of 42

be furnished to all bidders as an amendment to the solicitation, if such information is necessary to bidders

in submitting bids on the solicitation or if the lack of such information would be prejudicial to uninformed

bidders.

(10) Acknowledgment of Addendums to Invitation for Bids

(a) If this solicitation is amended, then all terms and conditions which are not modified remain

unchanged.

(b) Bidders shall acknowledge receipt of any addendums to this solicitation: (1) by signing and returning

the addendums; or (2) by identifying the addendums number and date in the space provided for this

purpose on the bid form; or (3) by letter or telegram. The City must receive the acknowledgment by

the time and at the place specified for receipt of bids.

(11) Alter or Amend

Bids cannot be altered or amended after opening time. Alterations made before opening time must be

initialed by bidder guaranteeing authenticity. No bid may be withdrawn after opening time without

acceptable reason in writing and only after approval by the City of Mission.

(12) STATE SALES TAX MUST NOT BE INCLUDED IN BID. Contractors are not tax exempt.

(13) Deviations

Any additions, deletions, deviations or variations from the following specifications shall be specified in

your bid for review by the Architect, Engineer and Public Works Director. Any parts not specifically

mentioned which are necessary for the work to be complete and for use or which are normally furnished

as standard equipment shall be furnished by the successful bidder and shall confirm in strength, quality,

and workmanship to the accepted standard of the industry.

(14) Contract Type

This is a firm fixed lump sum price contract for the Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk

Improvements.

(15) Evaluation and Basis for Award

(A) 1BOne Award

One contract award is anticipated under this solicitation. Multiple contract awards shall not be made.

(B) Unit and Extended Pricing

Offerors shall insert the unit price and extended amount for each line item offered on the price schedule. If

a line item is offered at “No Cost,” enter “No Cost” in the unit price column. Additionally, offerors shall

calculate and insert the total price in the space provided on the price schedule. In the event of discrepancies

in extended price, unit prices will govern. Bids subject to unlimited price increase will not be considered.

(16) Award of Contract

(A) The contract will be awarded to the lowest responsible bidder whose bid, conforming to the

solicitation, will be most advantageous to the City, price and other factors considered. A responsible

bidder is one who affirmatively demonstrates to the City that the bidder has adequate financial

resources and the requisite capacity, capability, and facilities to perform the contract within the

delivery period or period of performance, has a satisfactory record of performance on other comparable

projects, has a satisfactory record of integrity and business ethics, and is otherwise qualified and

eligible to receive award under the solicitation and laws or regulations applicable to the procurement.

Page 6: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 4 of 42

(B) The City reserves the right to reject any or all bids in part or in total for any reason, to accept any bid if

considered best for its interest, and to waive any informalities and minor irregularity in any bids

received.

(C) A written award (or acceptance of bid) which is mailed, telegraphed, or otherwise furnished to the

successful bidder within the time for acceptance specified in the solicitation shall be deemed to result

in a binding contract without further action by either party.

(D) Any financial data submitted with any bid hereunder or any representation concerning facilities or

financing will not form a part of any resulting contract; provided, however, that if the resulting contract

contains a clause providing for price reduction for defective cost or pricing data, the contract price will

be subject to reduction if cost or pricing data furnished hereunder is incomplete, inaccurate, or not

current.

(17) Independent Contractor

The Contractor at all times shall be an independent contractor. The Contractor shall be fully responsible for

all acts and omissions of its employees, subcontractors, and their suppliers, and shall be specifically

responsible for sufficient supervision and inspection to ensure compliance in every respect with the

contract requirements. There shall be no contractual relationship between any subcontractor or supplier of

the Contractor and the City by virtue of this contract. No provision of this contract shall be for the benefit

of any party other than the City and the Contractor.

(18) Milestone Schedule

The Contractor must submit a brief schedule within 10 calendar days from Notice of Award showing how

he intends to organize and perform the work for this contract.

(19) Permits and Responsibilities

The Contractor shall, without additional expense to the City, be responsible for obtaining any necessary

licenses and permits and for complying with any federal, state, county, and municipal laws, codes, and

regulations applicable to the performance of the work, including, but not limited to, any laws or regulations

requiring the use of licensed contractors to perform parts of the work. The Contractor also shall be

responsible for all damages to persons or property that occur as a result of the Contractor's fault or

negligence and shall take proper safety and health precautions to protect the work, the workers, the public,

and the property of others. The Contractor also shall be responsible for all materials delivered and work

performed until completion and acceptance of the entire work, except for any completed unit of work

which may have been accepted under the contract.

(20) Private Utility Construction

The Contractor shall schedule and coordinate his work effort with any private utility contractor who may be

relocating private utilities during this construction period. The utility companies are to be notified in

writing ten (10) calendar days prior to commencing any work effort affecting the utility. Reconfirmation

will be obtained by the Contractor by telephone forty-eight (48) hours prior to beginning work.

(21) Foreseen Delay

When delay can be foreseen, bidder shall give prior notice to the City of Mission. Bidder must keep City

of Mission advised at all times of status on the completion of project. Default in promised delivery

(without acceptable reasons) or failure to meet specifications, authorizes the City of Mission to purchase

such deliver/service “Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements” off contract.

The contractor will be liable for any increase in cost incurred due to defaulting on “Arnulfo “Tatan”

Rodriguez Jr. Park Sidewalk Improvements” project.

Page 7: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 5 of 42

a. Acceptable reasons for delayed of project are as follows; Act of God (floods, tornadoes,

hurricanes, etc.), acts of government, fire strikes, war. Actions beyond the control of the

successful bidder.

(22) Liquidated Damages

LIQUIDATED DAMAGES FOR DELAY: And the CONTRACTOR agrees that time is the essence of

this contract, and that for each day of delay beyond the number of working days herein agreed upon for

the completion of the work herein specified and contracted for (after due allowance for such extension of

time as is provided for under Extension of Time herein) above the OWNER may withhold permanently

for the CONTRACTOR’S total compensation, the sum of five hundred dollars per day

Dollars $500.00/day) as stipulated damages for such delay.

Bidders are advised that any part of the specifications that are not met within the time of completion

regardless of how major or minor it might be shall be grounds for none acceptance and collection of

liquidated damages and forfeiture of bonds.

(23) Confidential Data

Each bidder may clearly mark each page of the bid that contains trade secrets or other confidential

commercial or financial information which the bidder believes should not be disclosed outside the City.

Disclosure of requested information will be determined in accordance with the Texas Open Records Act.

(24) Cancellation of Solicitation

This solicitation may be cancelled by the City before or after receipt of bids or proposals (as applicable).

(25) Removal of Contract Personnel

(a) The Contractor and any subcontractor acknowledge that any person assigned to work under this

Contract must perform their duties so as to not unduly impair contract performance. By assigning a

person to work under this Contract, the Contractor agrees to be responsible for the behavior of that

person during contract performance.

(b) The Contractor acknowledges that the City has the right to require the removal of any Contractor or

subcontractor employee that the Engineer, Project Manager, or Purchasing Director determine, at

their sole discretion, to be negatively effecting performance of work under the contract. Examples of

such behavior include: (1) conduct which poses a threat to the safety of anyone working under the

contract; (2) conduct which is disruptive to contract performance; (3) careless work performance; and

(4) other behavior determined by one of the three (3) project officials to be objectionable or unduly

hindering contract performance.

(c) Upon receipt of written notice from the Purchasing Director that a person’s behavior is unduly

impairing contract performance, the Contractor agrees to remove that person from doing any further

work on the contract, and to cause that person to be removed from the worksite. The Contractor

agrees that it is not entitled to any additional costs it may incur as a result of the removal of the person

named by the Purchasing Director.

(26) Discrepancies or Omissions

Bidder shall carefully examine the bid forms, general terms and conditions, and specifications.

Should the bidder find discrepancies in, or omissions from bid forms, general terms and conditions,

specifications, or other documents, or should he/she be in doubt as to their meaning, he/she should at once

notify the Purchasing Department (Mission City Hall, (956) 580-8667) and Engineer and obtain

clarification by addendum prior to submitting any bid.

(27) Compliance with Federal, State and Local

Page 8: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 6 of 42

Bidders must comply with all applicable federal, state and local laws, rules, regulations and ordinances

and statutes relating to purchasing in the State of Texas in addition to the requirements of this form.

(28) Change Orders

Change orders will be limited; bidders must thoroughly review specifications in order to factor in any

unforeseen costs. Change orders on this project shall be considered and accepted at the request of the City

of Mission or if agreed upon by both contractor and the City of Mission.

(29) Allowance

Any change either deletion or addition in quantities will be based off the unit cost per line item agreed

upon in contract.

(30) Site Investigation and Conditions Affecting the Work

(a) The Contractor acknowledges that it has taken steps reasonably necessary to ascertain the nature and

location of the work and that it has investigated and satisfied itself as to the general and local conditions

which can affect the work or its cost, including, but not limited to, (1) conditions bearing upon

transportation, disposal, handling, and storage of materials; (2) the availability of labor, water, electric

power, and roads; (3) uncertainties of weather, flooding patterns and water drainage, or similar physical

conditions at the site; (4) the conformation and conditions of the ground; and (5) the character of

equipment and facilities needed preliminary to and during work performance. The Contractor

acknowledges that its undertaking to complete the contract within the contract schedule includes an

allowance for the normal number of days in which contract work may be partially or totally delayed

because of weather during the season and at the location the contract will be performed and that the

Contractor shall not be entitled to excusable delays or compensation for such delays. The Contractor also

acknowledges that it has satisfied itself as to the character, quality, and quantity of surface and subsurface

materials or obstacles to be encountered insofar as this information is reasonably ascertainable from an

inspection of the site, access to the site, and territory surrounding the site, including all exploratory work

done by the Engineer and City as well as from the drawings and specifications made a part of this

contract. Any failure of the Contractor to take the actions described and acknowledged in this

paragraph will not relieve the Contractor from responsibility for estimating properly the difficulty

and cost of successfully performing the work or for proceeding to perform the work successfully

without additional expense to the City.

(b) The City assumes no responsibility for any conclusions or interpretations made by the Contractor

based on the information made available by the City. Nor does the City assume responsibility for any

understanding reached or representation made concerning conditions which can affect the work by any of

its officers or agents before the execution of this contract, unless that understanding or representation is

expressly stated in this contract.

(31) Indemnification

The bidder agrees to indemnify and save harmless the City, the Purchasing Director and any assistants

from all suits and actions of every nature and descriptive brought against them or any of them, for or on

account of the use of patented appliances, products or processes, and he/she shall pay all royalties and

charges which are legal and equitable. Evidence of such payment or satisfaction shall be submitted upon

request of the Purchasing Director, as a necessary requirement in connection with the final estimate for

payment in which such patented appliance, products or processes are used.

(32) BILLING AND PAYMENT INSTRUCTIONS:

The City of Mission will execute payment by mail within thirty (30) working days after each percentage of

work has been completed and found to meet specifications for “Arnulfo “Tatan” Rodriguez Jr. Park

Sidewalk Improvements” as indicated below.

Page 9: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 7 of 42

(a) Invoices may be submitted once per month to and shall conform to policies or regulations adopted

from time to time by the City. Invoices shall be legible and shall contain, as a minimum, the following

information: (1) the contract and purchase order number (if any); (2) a complete itemization of all costs

including quantities ordered and delivery order numbers (if any); (3) any discounts offered to the City

under the terms of the contract; (4) evidence of the acceptance of the supplies or services by the City; (5)

unique traceable invoice number(s); and (6) any other information necessary to demonstrate entitlement to

payment under the terms of the contract. Failure to provide the above critical information may result in the

rejection and return of the invoice for resubmission with complete data.

(b) Subject to the withholding provisions of the contract, payment shall be made within 30 days after the

City's receipt of a properly prepared invoice.

(33) Funding

Funds for this procurement have been provided through the Federal Transportation Administration (FTA)

and local funds. The award of a bid or contract hereunder will not be construed to create a debt of the City

which is payable out of funds beyond the current designated funds for this project. .

(34) Bid Bond

The bidder is specifically advised that the bid must be accompanied by a bid bond from a reliable surety

company licensed to operate in the State of Texas, totaling five percent (5%) of the total amount of the bid,

as a guaranty that if awarded the bid, the bidder shall meet all specification requirements and delivery

date(s). A certified cashier’s check will be allowed in lieu of a bid bond for five (5%) of the total amount

for the project.

a) Bidder’s failure to comply with specification requirements and delivery date(s) shall forfeit the

check(s) or bid bond(s) as identified in this paragraph of these general terms and conditions to

bidders. Such check(s) or bid bond(s) will be returned to all except three lowest bidders within ten

(10) business days after opening of bids, and the remaining check(s) or bid bond(s) to exclude the

successful bidders will be returned promptly after an official awarded of contract.

b) Certified cashier’s check or bid bond from a reliable surety company of the awarded bidder shall be

returned upon receipt of final delivery/acceptance of said goods or services along with

payment/performance bond(s) by the Owner. If no award has been made within (60) days after

opening of bids, check(s) and/or bid bond(s) will be returned accordingly.

(35) Performance and Payment Bonds

(a) Performance Bond. The Contractor shall provide a Performance Bond if the contract amount

exceeds $100,000.

(b) Payment Bond. The Contractor shall provide a Payment Bond if the contract amount exceeds

$25,000.

(c) All required bonds shall be provided in an amount equal to one hundred percent (100%) of the

contract amount. The surety company providing the bonds must be authorized to do business in the

State of Texas. The surety company shall be approved for the amount of the bonds and, either hold a

certificate of City from the U.S. Department of Treasury or have obtained reinsurance from a

Treasury listed insurer, in accordance with the requirements of Article 7.19-1, Vernon's Texas

Insurance Code, as amended.

(d) The Contractor shall be required to submit all required bonds within ten (10) days from the date of

Notice of Award to the purchasing department.

(36) Submission of Schedule of Subcontractor(s)/Subconsultant(s)

Page 10: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 8 of 42

Each offeror should include with bid a completed Schedule of Subcontractor(s)/Subconsultant(s) form

provided as Attachment 1 to General Terms and Conditions with their offer. The contents of the form

may be a factor used in determining an offeror's responsibility.

(37) Duty to Inform

If, at any time during the performance of the contract the Contractor becomes aware of an actual or

potential problem, fault, or defect in the project or any non-conformance with any contract document,

federal, state or local law, rule, or regulation, the Contractor shall give immediate written notice thereof to

the Engineer. If the Contractor is aware of any such problem, fault, defect or non-conformance, or should

be aware through proper diligence of any such problem, fault, defect or non-conformance, and the

Contractor fails to give the required notice, the Contractor shall assume full responsibility therefore and

shall bear all costs attributed thereto.

(38) Insurance Requirements for Supply/Services and/or Construction

(a) Required Coverage. The Contractor shall, at all times during the term of this contract and extended

terms thereof, provide and maintain the following types of insurance protecting the interests of the City of

Mission and the Contractor with limits of liability not less than those specified below.

Commercial General Liability insurance or its equivalent, listing City of Mission as an additional

insured, providing limits of not less than $500,000 for bodily injury and property damage per occurrence,

consistent with potential exposure to City under the Texas Tort Claims Act. Coverage should include

injury to or death of persons and property damage claims arising out of the services, construction, etc.

provided with a general aggregate of $1,000,000, and a products and completed operations aggregate of

$1,000,000. Coverage should include: Damaged to rented premises at a minimum of $100,000 per

occurrence. There shall not be any policy exclusions or limitations for the following as well:

Contractual Liability covering Contractor's obligations herein

Personal Injury Advertising Liability

Medical Payments

Fire Damage Legal Liability

Broad Form Property Damage

Liability for Independent Contractors

(b) Automobile liability insurance policy with combined single limit of at least Five Hundred Thousand

Dollars ($500,000.00) per occurrence, consistent with potential exposure to City under the Texas Tort

Claims Act.

(c) Uninsured/Underinsured motorist coverage in an amount equal to the bodily injury limits set forth

immediately above;

(d) A Five Hundred Thousand Dollar ($500,000.00) Comprehensive General Liability insurance policy

providing additional coverage to all underlying liabilities of City consistent with potential exposure of

City under the Texas Tort Claims Act;

(e) Workers’ Compensation and Employers’ Liability- insurance is equivalent to State of Texas Workers’

Compensation Statutory Limits, providing limits of not less than $1,000,000 for each accident, each

disease per employee $1,000,000, and policy limit of no less than $1,000,000. There shall not be any

policy exclusions or limitations.

(f) Certificates of Insurance. Before commencing execution of this contract, and within 7 calendar days

from date of award of contract, the Contractor shall furnish Original proof of insurance via Certificates of

Insurance satisfactory to the City of Mission at the following addresses,

City of Mission

Glorina Flores, Buyer

Page 11: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 9 of 42

1201 E. 8th Street

Mission, TX 78572

Bid # 15-237-07-20

evidencing that insurance as required by paragraph (a) above is in force, stating policy number dates of

expiration and limits of liability thereunder. All copies of policies and Certificates of Insurance submitted

to the City shall be in a form and content acceptable to the City.

(g) Approval of Forms and Companies. All coverage described in this contract shall be in a form and

content satisfactory to the Purchasing Director. No party subject to the provisions of this contract shall

violate or knowingly permit to be violated any of the provisions of the policies of insurance described

herein. All insurance should be provided by insurance companies with a Best’s rating of A- or better.

Please include proof of such rating with your coverage documents.

(h) Additional Insured Endorsement. The policy or policies providing Commercial General Liability, and

as otherwise required above, shall be endorsed to name City of Mission, their directors, officers,

representatives, agents, and employees as Additional Insurers with respects to operations performed by or

on behalf of the Contractor in the performance of this contract via ISO endorsements CG 2037 or its

equivalent. The policy shall also be endorsed to name other interests as directed by City of Mission.

(i) Notice of Cancellation or Material Changes. Policies and/or Certificates shall specifically provide that

a thirty (30) day notice of cancellation, non-renewal, or material change be sent to the City.

(j) Multiple Policies. The limits of liability as required above may be provided by a single policy of

insurance or a combination of primary, excess, or umbrella liability policies. But in no event shall the

total limit of liability of any one occurrence or accident be less that the amount shown above.

(k) Deductibles. Companies issuing the insurance policies and the Contractor shall have no recourse

against the City for payment of any premiums or assessments for any deductibles, as all such premiums

and deductibles are the sole responsibility and risk of the Contractor.

(l) Subcontractors. If any part of the work is sublet, the Contractor shall require any and all

subcontractors performing work under this contract to carry General Liability and Products, and

Construction Liability Insurance, with limits of liability that Contractor shall deem appropriate and

adequate to protect the interests of the City. In the event a subcontractor is unable to furnish insurance in

accordance to section (a) above, the Contractor shall endorse the subcontractor as an Additional Insured.

Insurance certificates for subcontractors shall be furnished to the City of Mission upon request.

(m) No Release. The carrying of the above-described coverage shall in no way be interpreted as relieving

the Contractor of any other responsibility or liability under this agreement, or any applicable law, statute,

regulation, or order.

(39) Inspection of Construction

(a) The word "work" includes, but is not limited to, materials, workmanship, and manufacture and

fabrication of components.

(b) The Contractor shall maintain an adequate inspection system and perform such inspections as will

ensure that the work called for by this contract conforms to contract requirements. The Contractor shall

maintain complete inspection records and make them available to the City. All work shall be conducted

under the general direction of the Engineer and is subject to inspection and testing by the City at all places

and at all reasonable times before acceptance to ensure strict compliance with the terms of the contract.

(c) Inspections and tests by the City are for the sole benefit of the City and do not: (1) relieve the

Contractor of responsibility for providing adequate quality control measures; (2) relieve the Contractor of

responsibility for damage to or loss of the material before acceptance; (3) constitute or imply acceptance;

Page 12: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 10 of 42

or (4) affect the continuing rights of the City after acceptance of the completed work under paragraph

(i) below.

(d) The presence or absence of an inspector from the City does not relieve the Contractor from any

contract requirement, nor is the inspector authorized to change any term or condition of the specifications

without the Engineers written authorization.

(e) The Contractor shall promptly furnish, without additional charge, all facilities, labor, and material

reasonably needed for performing such safe and convenient inspections and tests as may be required by

the Engineer. The City may charge to the Contractor any additional cost of inspection or test when work

is not ready at the time specified by the Contractor for inspection or test, or when prior rejection makes

reinspection or retest necessary. The City shall perform all inspections and tests in a manner that will not

unnecessarily delay the work. Special, full size, and performance tests shall be performed as described in

the contract.

(f) The Contractor shall, without charge, replace or correct work found by the Engineer not to conform to

contract requirements, unless in the public interest the City consents to accept the work with an

appropriate downward adjustment in contract price. The Contractor shall promptly segregate and remove

rejected material from the premises.

(g) If the Contractor does not promptly replace or correct rejected work, the City may (1) by contract or

otherwise, replace or correct the work and charge the cost to the Contractor or (2) terminate for default the

Contractor's right to proceed.

(h) If, before acceptance of the entire work, the City decides to examine already completed work by

removing it or tearing it out, the Contractor, on request, shall promptly furnish all necessary facilities,

labor, and material. If the work is found to be defective or nonconforming in any material respect due to

the fault of the Contractor or its subcontractors, the Contractor shall defray the expenses of the

examination and of satisfactory reconstruction. However, if the work is found to meet contract

requirements, the Engineer shall make an equitable adjustment for the additional services involved in the

examination and reconstruction, including, if completion of the work was thereby delayed, an extension of

time.

(i) Unless otherwise specified in the contract, the City shall accept, as promptly as practicable after

completion and inspection, all work required by the contract or that portion of the work the Engineer

determines can be accepted separately. Subject to the provisions of the "Warranty of Construction" clause

hereof, acceptance shall be final and conclusive except for latent defects, fraud, gross mistakes amounting

to fraud, or the City's rights under any warranty or guarantee.

(40) Project Management

(a) Contractor Representative

The Contractor shall appoint an individual acceptable to the City to serve as Project Manager for this

contract. This individual shall be fully responsible for the day-to-day activities under this contract and

shall be physically present on the job site during work performance. The Project Manager, or his City

approved designee, shall have the authority to represent the Contractor on all technical and contractual

issues relating to the work and shall serve as the primary point of contact for the City. In the event of

multiple work sites, and with advance approval from City, the Project Manager responsibilities may be

delegated to a City approved superintendent or foreman. The Contractor shall not replace, without prior

written notice to and consent by the Purchasing Director, remove or reassign any key personnel. However,

the Contractor shall, if requested to do so by the City, remove or reassign any personnel not acceptable to

the City. The Contractor shall designate a primary and an alternate contact for notification of emergency

work. The Purchasing Director shall be furnish appropriate phone numbers for contracting these

individual 24 hours a day via beepers, answering service or other approved means

(41) Warranty of Construction

Page 13: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 11 of 42

(a) In addition to any other warranties in this contract, the Contractor warrants, that work performed under

this contract conforms to the contract requirements and is free of any defect in equipment, material, or

design furnished, or workmanship performed, by the Contractor or any subcontractor or supplier at any

tier.

(b) This warranty shall continue for a period of one (1) year from the date of final acceptance of the work.

If the City takes possession of any part of the work before final acceptance, this warranty for such part of

the work shall continue for a period of one (1) year from the date the City takes possession.

(c) The Contractor shall remedy at the Contractor's expense (i) any failure to conform to the contract

requirements or (ii) any defect. In addition, the Contractor shall remedy at the Contractor's expense any

damage to real or personal property owned or controlled by the City, when the damage is the result of: (1)

the Contractor's failure to conform to contract requirements; or (2) any defect of equipment, material,

workmanship, or design furnished.

(d) The Contractor shall restore any work damaged in fulfilling the terms and conditions of this clause.

The Contractor's warranty with respect to work repaired or replaced will run for one (1) year from the

date of repair or replacement.

(e) The Engineer shall notify the Contractor, in writing, within a reasonable time after the discovery of any

failure, defect, or damage.

(f) If the Contractor fails to remedy any failure, defect, or damage within a reasonable time after receipt of

notice, the City shall have the right to replace, remove, or otherwise remedy the failure, defect, or damage

at the Contractor's expense.

(g) With respect to all warranties, express or implied, from subcontractors, manufacturers, or suppliers for

work performed and materials furnished under this contract, the Contractor shall: (1) make arrangements

with the material manufacturer to provide the required warranty before installation (2) obtain all

warranties that would be given in normal commercial practice; and (3) require and enforce all warranties

to be executed, in writing, for the benefit of the City.

(42) Accident Prevention

(a) In performing this contract, the Contractor shall provide for protecting the lives and health of

employees and other persons; preventing damage to property, materials, supplies, and equipment; and

avoiding work interruptions. For these purposes, the Contractor shall: (1) provide appropriate safety

barricades, signs, and signal lights; (2) comply with all safety standards required by federal, state, or local

law and any additional standards customarily employed in connection with the type of work being

performed or the conditions at the site; and (3) ensure that any additional measures the Engineer or Public

Works Director determine to be reasonably necessary for this purpose are taken.

(b) The Contractor shall maintain an accurate record of exposure data on all accidents incident to work

performed under this contract resulting in death, traumatic injury, occupational disease, or damage to

property, materials, supplies, or equipment. The Contractor shall report this data in the manner prescribed

by the Engineer.

(c) The Architect, Engineer or Public Works Director shall notify the Contractor of any noncompliance

with these requirements and of the corrective action required. This notice, when delivered to the

Contractor or the Contractor's representative at the site of the work, shall be deemed sufficient notice of

the noncompliance and corrective action required. After receiving the notice, the Contractor shall

immediately take corrective action. If the Contractor fails or refuses to take corrective action promptly,

the Architect or Engineer may issue an order stopping all or part of the work until satisfactory corrective

action has been taken. The Contractor shall not base any claim or request for equitable adjustment for

additional time or money on any stop order issued under these circumstances.

(d) The Contractor shall be responsible for its subcontractors' compliance with this clause.

Page 14: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 12 of 42

(43) Municipality's Right to Carry Out the Work

If the Contractor fails or refuses to carry out all or any part of the work in accordance with the contract

requirements or within the contract schedule and fails or refuses to correct such deficiency within seven

(7) days of receipt of written notice thereof from the City of Mission, the City, in its sole discretion and

without waiving any other rights it may have, may elect to correct such deficiencies and charge the

Contractor the cost of such corrections. Nothing in this clause shall relieve the Contractor of its obligation

to perform the remainder of the work in accordance with the contract.

(44) Cleaning Up

The Contractor shall at all times keep the work area, including storage areas, free from accumulations of

waste materials. Before completing the work, the Contractor shall remove from the work and premises any

rubbish, tools, scaffolding, equipment, and materials that are not the property of the City. Upon

completing the work, the Contractor shall leave the work area in a clean, neat, and orderly condition

satisfactory to the Engineer.

(45) Governing Law

The rights, obligations, and remedies of the parties shall be governed by the laws of the State of Texas.

Whenever there is no applicable state statute or decisional precedent governing the interpretation of, or

disputes arising under or related to, this contract, then federal common law, including the law developed

by federal boards of contract appeals, the United States Claims Court (formerly the Court of Claims), and

the Comptroller General of the United States, shall govern. Venue for any action shall lie exclusively in

Hidalgo County, Texas. This is the complete agreement between the parties. If any provision of the

contract is found to be invalid or unenforceable, the remaining provisions shall not be impaired.

(46) Title to Submittals

All information, drawings, or other submittals required to be furnished by the Contractor to the City under

this contract shall become the property of the City.

(47) Royalties and Patents

The Contractor shall pay all royalties and license fees. The Contractor shall defend all suits or claims for

infringement of any patent rights and shall save the City harmless from loss on account thereof, except

when a particular design, process, or product of a particular manufacturer is specified by the City;

provided, that, if the Contractor has reason to believe that the design, process, or product specified

infringes a patent, the Contractor shall be responsible for such loss unless it promptly gives such

information to the Purchasing Director.

(48) Progress Payments

(a) The City shall pay the Contractor the contract price as provided in this contract.

(b) The City shall make progress payments monthly as the work proceeds, or at more frequent intervals as

determined by the Architect/Engineer, on estimates approved by the Architect/Engineer. If requested by

the Architect or the Engineer, the Contractor shall furnish a breakdown of the total contract price showing

the amount included therein for each principal category of the work, in such detail as requested, to provide

a basis for determining progress payments. In the preparation of estimates, the Engineer may authorize

material delivered on the site and preparatory work done to be taken into consideration. Material

delivered to the Contractor at locations other than the site may also be taken into consideration if

consideration is specifically authorized by this contract and the Contractor furnishes satisfactory evidence

that it has acquired title to such material and that the material will be used to perform this contract.

(c) In making these progress payments, there shall be retained 10 percent of the estimated amount until

final completion and acceptance of the contract work. However, if the Architect or Engineer finds that

satisfactory progress was achieved during any period for which a progress payment is to be made, the

Architect or Engineer may authorize payment to be made in full without retention of a percentage. When

Page 15: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 13 of 42

the work is substantially complete, the Architect or Engineer shall retain an amount that they consider

adequate protection of the City and may release to the Contractor all or a portion of any excess amount.

Also, on completion and acceptance of each separate building, public work, or other division of the

contract for which the price is stated separately in the contract, payment may be made for the completed

work without retention of a percentage.

(d) All materials and work covered by progress payments made shall, at the time of the payment, become

the sole property of the City, but this shall not be construed as relieving the Contractor from the sole

responsibility for all material and work upon which payments have been made or the restoration of any

damaged work, or waiving the right of the City to require the fulfillment of all of the terms of the contract.

(e) The City shall, upon request, reimburse the Contractor for the entire amount of premiums paid for

performance and payment bonds (including coinsurance and reinsurance agreements, when applicable)

after the Contractor furnishes evidence of full payment to the surety. Such reimbursement shall be part of,

and not in addition to, the contract price.

(f) The City shall pay the amount due the Contractor under this contract after: (1) completion and

acceptance of all work; (2) presentation of a properly executed voucher; and (3) presentation of a release

of all claims against the City arising by virtue of this contract, other than claims, in stated amounts, that

the Contractor has specifically excepted from the operation of the release.

(g) Concurrently with the submission of each request for a progress payment under this contract, the

Contractor shall certify that all due and payable bills with respect to the contract work either have been

paid or will be paid with the proceeds of the current request for progress payment.

(h) The City may withhold all or part of any progress payment otherwise due the Contractor if any one or

more of the following conditions exist: (1) the Contractor fails to prosecute the work to completion in a

diligent, efficient, timely, and workmanlike manner and in strict accordance with the provisions of the

contract; (2) the Contractor fails to use an adequate amount or quality of personnel or equipment to

complete the work without undue delay; (3) the Contractor fails to make prompt payments to its

subcontractors, suppliers, materialmen, or laborers; (4) any part of such payment to the Contractor is

attributable to work which is defective or not performed in accordance with the contract requirements;

provided, however, such payment shall be made as to the part thereof attributable to work which is

performed in accordance with the contract requirements and is not defective; or (5) the Contractor is

otherwise in default of any of its obligations under the contract.

(49) Final Acceptance

Final acceptance of the work will be subject to inspection by the Engineer, Purchasing Director, Public

Works Director and/or their authorized representative. Any portion of the work that does not pass

inspection will have to be corrected before The City does a final acceptance of the project. After the

Contractor has satisfactorily completed the work assigned under the contract, the Contractor may then

submit on a monthly basis, an invoice for the payment of unpaid moneys owed on the contract. Upon

completion of the contract, the City shall issue a Notice of Final Acceptance to the Contractor. If the City

determines that all contractual requirements have not been satisfied, it shall withhold issuance of the

Notice of Final Acceptance until completion of all outstanding requirements.

(50) Default

(a) If the Contractor refuses or fails (i) to commence the work within the time required by this contract,

(ii) to prosecute the work or any separable part with the diligence that will ensure its completion within

the time specified in this contract, including any extension, (iii) to provide sufficient and properly skilled

workmen or proper materials or equipment to complete the work in an acceptable manner and without

delay, (iv) to promptly pay its subcontractors, laborers, and materialmen, (v) to perform any of its other

obligations under this contract, or (vi) to complete the work within the time specified in this contract

("events of default"), the City may, by written notice to the Contractor, terminate the right to proceed with

the work (or the separable part of the work). In this event, the City may take over the work and complete

it by contract or otherwise, and may take possession of and use any materials, appliances, and plant on the

work site necessary for completing the work. The Contractor and its sureties shall be liable for any

Page 16: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 14 of 42

damage to the City resulting from events of default, whether or not the Contractor's right to proceed with

the work is terminated. This liability includes any increased costs incurred by the City in completing the

work.

(b) The Contractor's right to proceed shall not be terminated because of delays nor the Contractor charged

with damages under this clause, if --

(1) the delay in completing the work arises from unforeseeable causes beyond the control and

without the fault or negligence of the Contractor (examples of such causes include (i) acts of God

or of the public enemy, (ii) acts of the City in either its public or contractual capacity, (iii) acts of

another Contractor in the performance of a contract with the City, (iv) fires, (v) floods, (vi)

epidemics, (vii) quarantine restrictions, (viii) strikes, (ix) freight embargoes, (x) unusually severe

weather, or (xi) delays of subcontractors or suppliers at any tier arising from unforeseeable causes

beyond the control and without the fault or negligence of both the Contractor and the

subcontractors or suppliers); and

(2) the Contractor, within 10 days from the beginning of any delay (unless extended by the

Purchasing Director), notifies the Purchasing Director in writing of the causes of delay. The

Purchasing Director shall ascertain the facts and the extent of the delay. If, in the judgment of the

Purchasing Director, the findings of fact warrant such action, the time for completing the work shall

be extended. The findings of the Purchasing Director shall be final and conclusive on the parties

but subject to appeal under the "Disputes" clause.

(c) If, after termination of the Contractor's right to proceed, it is determined that the Contractor was not in

default, or that the delay was excusable, the rights and obligations of the parties will be the same as if the

termination had been issued for the convenience of the City.

(d) The rights and remedies of the City in this clause are in addition to any other rights and remedies

provided by law or under this contract. Time is of the essence for all delivery, performance, submittal,

and completion dates in this contract.

(51) Termination for Convenience

The Purchasing Director may, whenever the interests of the City so require, terminate this contract, in

whole or in part, for the convenience of the City. The Purchasing Director shall give written notice of the

termination to the Contractor specifying the part of the contract terminated and when termination becomes

effective.

(a) The Contractor shall incur no further obligations in connection with the terminated work, and, on

the date set in the notice of termination, the Contractor will stop work to the extent specified. The

Contractor shall also terminate outstanding orders and subcontracts as they relate to the terminated work.

The Contractor shall settle the liabilities and claims arising out of the termination of subcontracts and

orders connected with the terminated work. The Purchasing Director may direct the Contractor to assign

the Contractor's right, title, and interest under terminated orders or subcontracts to the City. The

Contractor must still complete the work not terminated by the notice of termination and may incur

obligations as are necessary to do so.

(b) The Purchasing Director may require the Contractor to transfer title and deliver to the City in the

manner and to the extent directed by the Purchasing Director: (i) the fabricated or unfabricated parts, work

in process, completed work, supplies, and other material produced or acquired for the work terminated;

and (ii) the completed or partially completed plans, drawings, information, and other property that, if the

contract had been completed, would be required to be furnished to the City. The Contractor shall, upon

direction of the Purchasing Director, protect and preserve property in the possession of the Contractor in

which the City has an interest. If the Purchasing Director does not exercise this right, the Contractor shall

use its best efforts to sell such supplies and manufacturing materials.

(c) The City shall pay the Contractor the following amounts:

Page 17: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 15 of 42

(1) For contract work performed before the effective date of termination, the total (without

duplication of any items) of --

(i) the cost of this work;

(ii) a sum, as profit on (i), above, determined by the Purchasing Director to be fair and

reasonable; however, if it appears that the Contractor would have sustained a loss on the

entire contract had it been completed, the Purchasing Director shall allow no profit under this

subparagraph

(iii) and shall reduce the settlement to reflect the indicated rate of loss.

(2) The reasonable costs of settlement of the work terminated, including --

(i) accounting, legal, clerical, and other expenses reasonably necessary for the preparation

of termination settlement proposals and supporting data;

(ii) the termination and settlement of subcontracts (excluding the amounts of such

settlements); and

(iii) storage, transportation, and other costs incurred, reasonably necessary for the

preservation, protection, or disposition of the termination inventory.

(3) The total sum to be paid the Contractor under this subparagraph shall not exceed the total

contract price plus the reasonable settlement costs of the Contractor reduced by the amount of

payments otherwise made, the proceeds of any sales of construction, supplies, and construction

materials under this subparagraph, and the contract price of work not terminated.

(52) Termination for Default

(a) The City may, subject to the provisions of paragraph (c) below, by written notice of default to the

Contractor, terminate the whole or any part of this contract in either one of the following circumstances:

(1) if the Contractor fails to make delivery of the supplies or to perform the service within the time

specified herein or any extension thereof; or

(2) if the Contractor fails to perform any of the other provisions of this contract, or so fails to make

progress as to endanger performance of this contract in accordance with its terms, and in either of these

two circumstances does not cure such failure within a period of 10 days (or such longer period as the

Purchasing Director may authorize in writing) after receipt of notice from the Purchasing Director

specifying such failure.

(b) In the event the City terminates this contract in whole or in part as provided in paragraph (a) of this

clause, the City may procure, upon such terms and in such manner as the Purchasing Director may deem

appropriate, supplies or services similar to those so terminated, and the Contractor shall be liable to the

City for any excess costs for such similar supplies or services; provided, that the Contractor shall continue

the performance of this contract to the extent, if any, it has not been terminated under the provisions of

this clause.

(c) Except with respect to defaults of subcontractors, the Contractor shall not be liable for any excess

costs if the failure to perform the contract arises out of causes beyond the control and without the fault or

negligence of the Contractor. Such causes may include, but are not restricted to, the following: acts of

God or of the public enemy, acts of the City, fires, floods, epidemics, quarantine restrictions, strikes,

freight embargoes, and unusually severe weather; provided, however, in every case the failure to perform

must be beyond the control and without the fault or negligence of the Contractor. If the failure to perform

is caused by the default of a subcontractor and if such default arises out of causes beyond the control of

both the Contractor and subcontractor and without the fault or negligence of either of them, the Contractor

shall not be liable for any excess costs for failure to perform, unless the supplies or services to be

Page 18: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 16 of 42

furnished by the subcontractor were obtainable from other sources in sufficient time to permit the

Contractor to meet the required delivery schedule.

(d) If this contract is terminated as provided in paragraph (a) of this clause, the City, in addition to any

other rights provided in this clause, may require the Contractor to transfer title and deliver to the City in

the manner and to the extent directed by the Purchasing Director (i) any completed supplies and (ii) such

partially completed supplies and materials, parts, tools, dies, jigs, fixtures, plans, drawings, information,

and contract rights (hereinafter called "manufacturing materials") as the Contractor has specifically

produced or specifically acquired for the performance of such part of this contract as has been terminated;

and the Contractor shall, upon direction of the Purchasing Director, protect and preserve property in

possession of the Contractor in which the City has an interest. Payment for completed supplies delivered

to and accepted by the City shall be at the contract price. Payment for manufacturing materials delivered

to and accepted by the City and for the protection and preservation of property shall be in an amount

agreed upon by the Contractor and Purchasing Director. Failure to agree to such amount shall be a dispute

concerning a question of fact within the meaning of the Disputes Clause of this contract. The City may

withhold from amounts otherwise due the Contractor for such completed supplies or manufacturing

materials such sum as the Purchasing Director determines to be necessary to protect the City against loss

because of outstanding liens or claims of former lien holders.

(e) If, after notice of termination of this contract under the provisions of this clause, it is determined for

any reason that the Contractor was not in default or that the default was excusable under the provisions of

this clause, the rights and obligations of the parties shall be those provided in the Termination for the

Convenience of the City Clause hereof. Failure to agree to any such adjustment shall be a dispute

concerning a question of fact within the meaning of the Disputes Clause of this contract.

(f) The rights and remedies of the City provided in this clause shall not be exclusive and are in addition

to any other rights and remedies provided by law or under this contract. Time is of the essence for all

delivery, performance, submittal, and completion dates in this contract.

(g) As used in paragraph (c) of this clause, the terms "subcontractor" and "subcontractors" mean

subcontractor(s) at any tier.

Page 19: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 17 of 42

CERTIFICATIONS & FEDERAL CLAUSES

(FEDERALLY ASSISTED CONSTRUCTION, ALTERATION OR REPAIR CONTRACT)

** NOTE: THIS SECTION MUST BE COMPLETED AND RETURNED WITH THE OFFER **

(53) Disadvantaged Business Enterprise (DBE)

The offeror represents as part of its offer that it (Mark one with an "X"):

a disadvantaged business enterprise (DBE). A DBE is defined as "a for-profit small business concern

which is at least 51 percent owned by one or more socially and economically disadvantaged individuals,

or in case of any publicly owned business, at least 51 percent of the stock of which is owned by one or

more socially and economically disadvantaged individuals and whose management and daily business

operations are controlled by one or more of the socially and economically disadvantaged individuals who

own it." For purposes of this definition, socially and economically disadvantaged individuals include

Black Americans, Hispanic Americans, Asian-Pacific Americans, Subcontinent Asian Americans, Native

Americans, women; and any additional groups whose members are designated as socially and

economically disadvantaged by the Small Business Administration (SBA), at such time as the SBA

designation becomes effective.

(54) Disadvantaged Business Enterprise Goals

If goals have been established, by submission of this offer, the offeror certifies that it will comply with the

provisions of "Disadvantaged Business Enterprise Provisions,” and will meet such goals as are established

in any ensuing contract. The Lower Rio Grande DBE goals will apply for this project.

(55) Certification of Independent Price Determination

(a) By submission of this offer, the offeror certifies, and in the case of a joint offer, each party thereto

certifies as to its own organization, that in connection with this procurement:

(1) The prices in this offer have been arrived at independently, without consultation,

communication, or agreement, for the purpose of restricting competition, as to any matter relating to such

prices with any other offeror or with any competitor.

(2) Unless otherwise required by law, the prices which have been quoted in this offer have not been

knowingly disclosed by the offeror and will not knowingly be disclosed by the offeror prior to the opening

(in the case of an advertised procurement) or prior to award (in the case of a negotiated procurement),

directly or indirectly to any other offeror or to any competitor; and

(3) No attempt has been made or will be made by the offeror to induce any other person or firm to

submit or not to submit an offer for the purpose of restricting competition.

(b) Each person signing this offer certifies that:

(1) He is the person in the offeror's organization responsible within that organization for the

decision as to prices being offered herein and that he has not participated, and will not participate, in any

action contrary to (a)(1) through (a)(3) above; or

(2) He: (i) is not the person in the offeror's organization responsible within that organization for the

decision as to the prices being offered herein but that he has been authorized in writing to act as an agent

Page 20: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 18 of 42

for the persons responsible for such decision in certifying that such persons have not participated, and will

not participate, in any action contrary to (a)(1) through (a)(3) above, and as their agent does hereby so

certify; and (ii) has not participated, and will not participate, in any action contrary to (a)(1) through (a)(3)

above.

(56) Access Requirements for Individuals with Disabilities

The Contractor shall comply with all applicable requirements of the Americans with Disabilities Act of

1990 (ADA), 42 U.S.C. 12101 et seq. and 49 U.S.C. 322; Section 504 of the Rehabilitation Act of 1973,

as amended, 29 U.S.C. 794; Section 16 of the Federal Transit Act, as amended, 49 U.S.C. app. 1612; and

the following regulations and any amendments thereto:

(1) US. DOT regulations, "Transportation Services for Individuals with Disabilities (ADA)," 49 CFR

Part 37;

(2) US. DOT regulations, "Nondiscrimination on the Basis of Handicap in Programs and Activities

Receiving or Benefiting from Federal Financial Assistance," 49 CFR Part 27;

(3) US. DOT regulations, "Americans With Disabilities (ADA) Accessibility Specifications for

Transportation Vehicles," 49 CFR Part 38;

(4) Department of Justice (DOJ) regulations, "Nondiscrimination on the Basis of Disability in State

and Local Government Services," 28 CFR Part 35;

(5) DOJ regulations, "Nondiscrimination on the Basis of Disability by Public Accommodations and

in Commercial Facilities," 28 CFR Part 36;

(6) General Services Administration regulations, "Construction and Alteration of Public Buildings,"

"Accommodations for the Physically Handicapped," 41 CFR Part 101-19;

(7) Equal Employment Opportunity Commission (EEOC) "Regulations to Implement the Equal

Employment Provisions of the Americans with Disabilities Act," 29 CFR Part 1630;

(8) Federal Communications Commission regulations, "Telecommunications Relay Services and

Related Customer Premises Equipment for the Hearing and Speech Disabled," 47 CFR Part 64,

Subpart F; and

(9) FTA regulations, "Transportation for Elderly and Handicapped Persons," 49 CFR Part 609.

(57) Audit and Inspection of Records

(a) This clause is applicable if this contract was entered into by means of negotiation and shall become

operative with respect to any modification to this contract whether this contract was initially entered into by

means of negotiation or by means of formal advertising.

(b) The Purchasing Director shall maintain records, and the Purchasing Director, the US. Department of

Transportation, and the Comptroller General of the United States or any of their duly authorized

representatives shall, until the expiration of three (3) years after final payment under this contract, have

access to and the right to examine any directly pertinent books, documents, papers and records of such

Contractor, involving transactions related to the contract, for the purpose of making audit, examination,

excerpts and transcriptions.

(c) The Contractor further agrees to include in all his subcontracts hereunder a provision to the effect that

the subcontractor agrees that the Purchasing Director, the US. Department of Transportation, and the

Comptroller General of the United States or any of their duly authorized representatives shall, until the

expiration of three years after final payment under this contract, have access to and the right to examine any

directly pertinent books, documents, papers and records of such subcontractor, involving transactions

related to the subcontract, for the purpose of making audit, examination, excerpts and transcriptions.

Page 21: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 19 of 42

(58) Incorporation of Federal Transit Administration (FTA) Terms

These provisions include, in part, certain Standard Terms and Conditions required by DOT, whether or not

expressly set forth herein. All contractual provisions required by DOT, as set forth in FTA Circular

4220.1E, dated June 19, 2003, are hereby incorporated by reference. All FTA mandated terms shall be

deemed to control in the event of a conflict with other provisions contained in this contract.

(59) Cargo Preference - Use of United States-Flag Vessels

This clause applies to contracts involving materials, equipment, or commodities that may be transported by

ocean vessel in carrying out the terms of the contract. As required by 46 C.F.R. Part 381, the Contractor

agrees:

(a) To utilize privately owned United States-Flag commercial vessels to ship at least fifty percent (50%) of

the gross tonnage (computed separately for dry bulk carriers, dry cargo liners and tankers) involved,

whenever shipping any equipment, materials, or commodities pursuant to this section, to the extent such

vessels are available at fair and reasonable rates for United States-Flag commercial vessels.

(b) To furnish within twenty (20) working days following the date of loading for shipments originating

with the United States, or within thirty (30) working days following the date of loading for shipments

originating outside the United States, a legible copy of a rated, "on-board" commercial ocean bill-of-lading,

in English, for each shipment of cargo described in paragraph (a) above to the City (through the Prime

Contractor in the case of subcontractor bills-of-lading), to the Division of National Cargo, Office of Market

Development, Maritime Administration, Washington, D.C. 20590, and to the FTA recipient, marked with

appropriate identification of the Project.

(c) To insert the substance of the provisions of this clause in all subcontracts issued pursuant to this

contract that may involve the transport of equipment, material, or commodities by ocean vessel.

(60) Fly America Requirements

The Contractor agrees to comply with 49 U.S.C. 40118 (the "Fly America" Act) in accordance with the

General Services Administration's regulations at 41 CFR Part 301-10, which provide that recipients and

subrecipients of Federal funds and their contractors are required to use U.S. Flag air carriers for U.S

Government-financed international air travel and transportation of their personal effects or property, to the

extent such service is available, unless travel by foreign air carrier is a matter of necessity, as defined by the

Fly America Act. The Contractor shall submit, if a foreign air carrier was used, an appropriate certification

or memorandum adequately explaining why service by a U.S. flag air carrier was not available or why it

was necessary to use a foreign air carrier and shall, in any event, provide a certificate of compliance with

the Fly America requirements. The Contractor agrees to include the requirements of this section in all

subcontracts that may involve international air transportation.

(61) Buy America Provision

This solicitation and the resulting contract are subject to the Buy America requirements of 49 U.S.C. §

5323(j) and the Federal Transit Administration’s implementing regulations found at 49 CFR § 661, the

provisions of each of which are incorporated herein by reference. These regulations require, as a matter of

responsiveness, that the bidder or offeror submit with its offer a completed certification in accordance

with 49 CFR § 661.6 or § 661.12, as appropriate. These certifications are set forth in Exhibit U of this

solicitation.

(62) FTA Protest Procedures

(a) In accordance with the provision of this solicitation any interested party who is aggrieved or

adversely affected in connection with this solicitation, or award of a contract as a result of this solicitation,

may protest to the Purchasing Director, and appeal any adverse decision of the Purchasing Director to the

City’s Council or its duly authorized representative.

Page 22: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 20 of 42

(b) Paragraph 7(l) of Federal Transit Administration (FTA) Circular 4220.1E prescribes the limited

circumstances under which FTA will review a protest and establishes the detailed procedures that must be

followed by a protestor. Under those procedures, FTA will only review protests submitted by an

"interested party" regarding: (1) the alleged failure of the City to have or follow its written protest

procedures, or its alleged failure to review a complaint or protest; or (2) violations of Federal law or

regulation.

(c) Copies of paragraph 7(l) of FTA Circular 4220.1E will be furnished to any offeror without charge

upon written request to the Purchasing Director.

(63) Federal Transit Administration

As a result of the enactment of the Federal Transit Act Amendments of 1991, the Urban Mass

Transportation Administration (UMTA) was redesignated as the Federal Transit Administration (FTA).

Accordingly, whenever in the solicitation reference is made to either the "Urban Mass Transportation

Administration" or "UMTA", that reference shall be considered as referring to either the "Federal Transit

Administration" or "FTA", as appropriate.

(64) Notice of Federal Requirements

The Contractor is advised that Federal requirements applicable to this contract as set forth in federal law,

regulations, policies, and related administrative practices may change during the performance of this

contract. Any such changes shall also apply to this contract

(65) Certification of Eligibility

(a) 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).

(b) 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).

(c) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001.

(66) Program Fraud and False or Fraudulent Statements or Related Acts

(a) The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as

amended, 31 U.S.C. § 3801 et seq . and U.S. DOT regulations, "Program Fraud Civil Remedies," 49

C.F.R. Part 31, apply to its actions pertaining to this contract. Upon execution of the underlying contract,

the Contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it

may make, or causes to be made, pertaining to the underlying contract or the FTA assisted project for

which this contract work is being performed. In addition to other penalties that may be applicable, the

Contractor further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent

claim, statement, submission, or certification, the Federal Government reserves the right to impose the

penalties of the Program Fraud Civil Remedies Act of 1986 on the Contractor to the extent the Federal

Government deems appropriate.

(b) The Contractor also acknowledges that if it makes, or causes to be made, a false, fictitious, or

fraudulent claim, statement, submission, or certification to the Federal Government under a contract

connected with a project that is financed in whole or in part with Federal assistance originally awarded by

FTA under the authority of 49 U.S.C. § 5307, the Government reserves the right to impose the penalties of

18 U.S.C. § 1001 and 49 U.S.C. § 5307(n)(1) on the Contractor, to the extent the Federal Government

deems appropriate.

(c) The Contractor agrees to include the above two clauses in each subcontract financed in whole or in

part with Federal assistance provided by FTA. It is further agreed that the clauses shall not be modified,

except to identify the subcontractor who will be subject to the provisions

Page 23: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 21 of 42

(67) Compliance with Davis-Bacon and Related Act Regulations

All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR Parts 1, 3 and 5

are hereby incorporated by reference in this contract.

(68) Equal Employment Opportunity

(a) During the performance of this contract, the Contractor agrees as follows:

(1) The Contractor shall not discriminate against any employee or applicant for employment because of

race, color, religion, sex, disability or national origin.

(2) The Contractor shall take affirmative action to ensure that applicants are employed, and that

employees are treated during employment, without regard to their race, color, religion, sex, disability or

national origin. This shall include, but not be limited to: employment; upgrading; demotion or transfer;

recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation;

and selection for training, including apprenticeship.

(3) The Contractor shall post in conspicuous places available to employees and applicants for

employment, notices to be provided by the Purchasing Director that explain this clause.

(4) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the

Contractor, state that all qualified applicants will receive consideration for employment without regard to

race, color, religion, sex, disability or national origin.

(5) The Contractor shall send to each labor union or representative of workers with which it has a

collective bargaining agreement or other contract or understanding, a notice to be provided by the

Purchasing Director advising the labor union or workers' representatives of the Contractor's commitments

under this clause and Section 202 of Executive Order 11246 of September 24, 1965, and shall post copies

of the notice in conspicuous places available to employees and applicants for employment.

(6) The Contractor will comply with Executive Order 11246, as amended, and the rules, regulations, and

relevant orders of the Secretary of Labor.

(7) The Contractor will furnish to the Purchasing Director all information required by Executive Order

11246, as amended, and by the rules, regulations, and orders of the Secretary of Labor. Standard Form

100 (EEO-1) or any successor form, is the prescribed form to be filed within thirty (30) days following

the award, unless filed within twelve (12) months preceding the date of award.

(8) The Contractor shall permit access to its books, records, and accounts by the Purchasing Director, the

Federal Transit Administration, and the Secretary of Labor for purposes of investigation to ascertain the

Contractor's compliance with the applicable rules, regulations and orders.

(9) In the event it is determined that the Contractor is not in compliance with this clause or with any rule,

regulation or order of the Secretary of Labor, this contract may be canceled, terminated, or suspended in

whole or in part and the Contractor may be declared ineligible for further Federal or Federally-assisted

contracts in accordance with procedures authorized in Executive Order 11246, as amended. In addition,

sanctions may be imposed and remedies invoked against the Contractor as provided in Executive

Order 11246, as amended, or by the rules, regulations and orders of the Secretary of Labor, or as

otherwise provided by law.

(10) The Contractor shall include the provisions of paragraphs (1) through (10) of this clause in every

subcontract or purchase order that is not exempted by the rules, regulations, or orders of the Secretary of

Labor issued under Executive Order 11246, as amended, so that these terms and conditions will be

binding upon each subcontractor or vendor. The Contractor shall take such action with respect to any

subcontract or purchase order as the Purchasing Director or the FTA or the Secretary of Labor may direct

as a means of enforcing these terms and conditions, including sanctions for noncompliance; provided,

however, that if the Contractor becomes involved in, or is threatened with, litigation with a subcontractor

Page 24: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 22 of 42

or vendor as a result of such direction. The Contractor may request the United States to enter into

such litigation to protect the interests of the United States.

(b) Notwithstanding any other clause in this contract, disputes relative to this clause will be governed by

the procedures 41 CFR. 60-1.1.

(69) Davis-Bacon Act

(a) All laborers and mechanics employed or working upon the site of the work will be paid

unconditionally and not less often 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 Secretary of Labor

under the Copeland Act (29 CFR. Part 3), the full amount of wage and bona fide fringe benefits (or cash

equivalents thereof) due at time of payment computed at rates not less than those contained in the wage

determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any

contractual relationship which may be alleged to exist between the Contractor and such laborers and

mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under Section

1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics, subject to the provisions of

subparagraph (d) of this clause; 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 period. Such laborers and

mechanics shall be paid not less than the appropriate wage rate and fringe benefits on the wage

determination for the classification of work actually performed, without regard to skill. 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 classifications and wage rates conformed under paragraph (b) of

this clause) 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.

(b) (1) The Purchasing Director shall require that any class of laborers or mechanics which is not listed in

the wage determination and which is to be employed under the contract shall be classified in conformance

with the wage determination. The Purchasing Director shall approve an additional classification and wage

rate and fringe benefits therefore only when the following criteria have been met:

(i) The work to be performed by the classification requested is not performed by a classification in the

wage determination; and

(ii) The classification is utilized in the area by the construction industry; and

(iii) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the

wage rates contained in the wage determination.

(2) If the Contractor and the laborers and mechanics to be employed in the classification (if known),

or their representatives, and the Purchasing Director 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

the Purchasing Director to the Administrator of the Wage and Hour Division, Employment Standards

Administration, 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 the Purchasing Director or will notify the Purchasing Director within the 30-day period that

additional time is necessary.

(3) In the event the Contractor, the laborers or mechanics to be employed in the classification or their

representatives, and the Purchasing Director do not agree on the proposed classification and wage rate

(including the amount designated for fringe benefits, where appropriate), the Purchasing Director shall

refer the questions, including the views of all interested parties and the recommendation of the Purchasing

Director, to the Administrator for determination. The Administrator, or an authorized representative, will

issue a determination within 30 days of receipt and so advise the Purchasing Director or will notify the

Purchasing Director within the 30-day period that additional time is necessary.

Page 25: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 23 of 42

(4) The wage rate (including fringe benefits where appropriate) determined pursuant to

subparagraphs (b)(2) and (b)(3) of this clause, 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.

(c) 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.

(d) If the Contractor does not make payments to a trustee or other third person, the Contractor may

consider as part 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.

(70) Payrolls and Basic Records

(a) Payrolls and basic records relating thereto shall be maintained by the Contractor during the course of

the work and preserved for a period of three (3) 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 1(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 paragraph (d) of the clause

entitled "Davis-Bacon Act," 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 1(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 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.

(b) (1) The Contractor shall submit weekly for each week in which any contract work is performed a

copy of all payrolls to the Purchasing Director. The payrolls submitted shall set out accurately and

completely all of the information required to be maintained under paragraph (a) of this clause. This

information may be submitted in any form desired. Optional Form WH-347 (Federal Stock Number 029-

005-00014-1) is available for this purpose and may be purchased from the Superintendent of Documents,

US. Government Printing Office, Washington, D.C. 20402. The Prime Contractor is responsible for the

submission of copies of payrolls by all subcontractors.

(2) 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, which shall certify:

(i) That the payroll for the payroll period contains the information required to be maintained

under paragraph (a) of this clause and that such information is correct and complete;

(ii) 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,

either 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 Regulations, at 29

CFR Part 3; and

Page 26: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 24 of 42

(iii) 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.

(3) The weekly submission of a properly executed certification set forth in the reverse side of Optional

Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by

paragraph (b)(2) of this clause.

(4) The falsification of any of the certifications in this clause may subject the Contractor or subcontractor

to civil or criminal prosecution under Section 1001 of Title 18 and Section 3729 of Title 31 of the United

States Code.

(c) The Contractor or subcontractor shall make the records required under paragraph (a) of this clause

available for inspection, copying, or transcription by the Purchasing Director or authorized representatives

of the Purchasing Director or the Department of Labor. The Contractor or subcontractor shall permit the

Purchasing Director or representatives of the Purchasing Director or Department of Labor to interview

employees during working hours on the job. The contractor or subcontractor fails to submit the required

records or to make them available, the Purchasing Director may, after written notice to the Contractor,

take such action as may be necessary to cause the suspension of any further payment. 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.

(71) Subcontracts (Labor Standards)

(a) The Contractor or subcontractor shall insert in any subcontracts the clauses entitled "Davis-Bacon

Act, Contract Work Hours and Safety Standards Act - Overtime Compensation, Apprentices and Trainees,

Payrolls and Basic Records, Compliance with Copeland Act Requirements, Withholding of Funds,

Subcontracts (Labor Standards), Contract Termination-Debarment, Disputes Concerning Labor Standards,

Compliance with Davis-Bacon and Related Act Regulations and Certification of Eligibility," and such

other clauses as the Contracting Officer may, by appropriate instructions, require, and also a clause

requiring subcontractors to include these clauses in any lower tier subcontracts. The Prime Contractor

shall be responsible for compliance by any subcontractor or lower tier subcontractor with all the contract

clauses cited in this paragraph.

(b) (1) Within fourteen (14) days after award of the contract, the Contractor shall deliver to the

Purchasing Director a completed Statement and Acknowledgment Form (SF 1413) for each subcontract,

including the subcontractor's signed and dated acknowledgment that the clauses set forth in paragraph (a)

of this clause have been included in the subcontract. (2) Within fourteen (14) days after contract award of

any subsequently awarded subcontract the Contractor shall deliver to the Purchasing Director an updated

completed SF 1413 for such additional subcontract.

(72) Title VI Civil Rights Act of 1964

During the performance of this contract, the Contractor, for itself, its assignees and successors in interest

(hereinafter referred to as the "Contractor"), agrees as follows:

(a) Compliance with Regulations. The Contractor shall comply with the Regulations relative to

nondiscrimination in Federally-assisted programs of the Department of Transportation (hereinafter,

"DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time

(hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of

this contract.

(b) Nondiscrimination. The Contract, with regard to the work performed by it during the contract, shall

not discriminate on the grounds of race, color, or national origin in the selection and retention of

subcontractors, including procurement of materials and leases of equipment. The Contractor shall not

participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations,

including employment practices when the contract covers a program set forth in Appendix B of the

Regulations.

Page 27: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 25 of 42

(c) Solicitations for Subcontracts, Including Procurement of Materials and Equipment. In all solicitations

either by competitive bidding or negotiation made by the Contractor for work to be performed under a

subcontract, including procurements of materials or leases of equipment, each potential subcontractor or

supplier shall be notified by the Contractor of the Contractor's obligations under this contract and the

Regulations relative to nondiscrimination on the grounds of race, religion, color, sex, age, or national

origin.

(d) Information and Reports. The Contractor shall provide all information and reports required by the

Regulations or directive issued pursuant thereto, and shall permit access to its books, records, accounts,

other sources of information and its facilities as may be determined by the City or the Federal Transit

Administration (FTA) to be pertinent to ascertain compliance with such Regulations, orders and

instructions. Where any information is required or a Contractor is in the exclusive possession of another

who fails or refuses to furnish this information, the Contractor shall so certify to the City, or FTA, as

appropriate, and shall set forth what efforts it has made to obtain the information.

(e) Sanctions for Noncompliance. In the event of the Contractor's noncompliance with the

nondiscrimination provisions of this contract, the City shall impose such contract sanctions as it or FTA

may determine to be appropriate, including, but not limited to:

(1) Withholding of payments to the Contractor under the contract until the Contractor complies;

and/or

(2) Cancellation, termination or suspension of the contract, in whole or in part.

(f) Incorporation of Provisions. The Contractor shall include the provisions of paragraphs (a) through (f)

of this clause in every subcontract, including procurements of materials and leases of equipment, unless

exempt by the Regulations, or directives issued pursuant thereto. The Contractor shall take such action

with respect to any subcontract or procurement as the City or FTA may direct as a means of enforcing

such revisions including sanctions for noncompliance: provided, however, that, in the event a contractor

becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such

direction, the Contractor may request the City, and, in addition, the United States to enter into such

litigation to protect the interests of the City and the United States.

(73) Withholding of Funds

The Purchasing Director shall, upon his or her own action or upon written request of an authorized

representative of the FTA or 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, the Purchasing Director may, after written notice to the

Contractor, 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.

(74) Project Signs

The Contractor shall erect at the site of construction, and maintain during construction, signs satisfactory

to the City and the Department of Transportation identifying the project and indicating that the Federal

Government is participating in the development of the project.

(75) Disputes Concerning Labor Standards

The United States Department of Labor has set forth in 29 CFR Parts 5, 6 and 7 procedures for resolving

disputes concerning labor standards requirements. Such disputes shall be resolved in accordance with

those procedures and not the "Disputes" clause of this contract. Disputes within the meaning of this

Page 28: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 26 of 42

clause include disputes between the Contractor (or any of its subcontractors) and the City, the US.

Department of Labor, or the employees or their representatives.

(76) Energy Policy and Conservation Act

The Contractor shall recognize mandatory standards and policies relating to energy efficiency contained in

the State Energy Conservation Plan issued in compliance with the Energy Policy and Conservation Act

(42 U.S.C. Section 6321 et seq.).

(77) Clean Air and Water Certification

Applicable if the offer exceeds $100,000, or the Purchasing Director believes that orders under an

indefinite contract in any year will exceed $100,000, or a facility to be used has been the subject of a

conviction under the Air Act [42 U.S.C. 7413(c)(1)] or the Water Act [33 U.S.C. 1319 (c)], and is listed

by the Environmental Protection Agency (EPA) as a violating facility, and the acquisition is not otherwise

exempt.

By submission of this offer, the offeror certifies that:

(a) Any facility to be used in the performance of this proposed contract (Mark one with an "X"):

d on the EPA List of Violating Facilities;

(b) It will immediately notify the Purchasing Director, before award, of the receipt of any communication

from the Administrator, or a designee of the EPA, indicating that any facility which it proposes to use for

the performance of the contract is under consideration to be listed on the EPA List of Violating Facilities;

and

(c) It will include a certification substantially the same as this certification, including this paragraph (c),

in every nonexempt subcontract.

(d) Definitions:

(1) "Air Act," as used in this clause, means the Clean Air Act (42 U.S.C. 7401 et seq.).

(2) "Clean air standards," as used in this clause, means:

(i) Any enforceable rules, regulations, guidelines, standards, limitations, orders, controls,

prohibitions, work practices, or other requirements contained in, issued under, or otherwise

adopted under the Air Act or Executive Order 11738.

(ii) An applicable implementation plan as described in Section 110(d) of the Air Act [42 U.S.C.

7410(d)];

(iii) An approved implementation procedure or plan under Section 110(c) or Section 111(d) of

the Air Act [42 U.S.C. 7411(c) or (d)]; or

(iv) An approved implementation procedure under Section 112(d) of the Air Act [42 U.S.C.

7412(d)].

(3) "Clean water standards," as used in this clause, means any enforceable limitation, control,

condition, prohibition, standard, or other requirement promulgated under the Water Act or contained

in a permit issued to a discharger by the Environmental Protection Agency or by a State under an

approved program, as authorized by Section 402 of the Water Act (33 U.S.C. 1342), or by local

government to ensure compliance with pre-treatment regulations as required by Section 307 of the

Water Act (33 U.S.C. 1317).

(4) "Compliance," as used in this clause, means compliance with:

Page 29: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 27 of 42

(i)Clean air or water standards; or

(ii)A schedule or plan ordered or approved by a court of competent jurisdiction, the

Environmental Protection Agency, or an air or water pollution control agency under the

requirements of the Air Act or Water Act and related regulations.

(5) "Facility," as used in this clause, means any building, plant, installation, structure, mine, vessel or

other floating craft, location, or site of operations, owned, leased, or supervised, by a Contractor or

subcontractor, used in the performance of a contract or subcontract. When a location or site of

operations includes more than one building, plant, installation, or structure, the entire location or site

shall be deemed a facility except when the Administrator, or a designee of the Environmental

Protection Agency, determines that independent facilities are co-located in one geographical area.

(6) "Water Act," as used in this clause, means Clean Water Act (33 U.S.C. 1251 et seq.).

(e) The Contractor agrees:

(1) To comply with all the requirement of Section 114 of the Clean Air Act (42 U.S.C. 7414)

and Section 308 of the Clean Water Act (33 U.S.C. 1318) relating to inspection, monitoring, entry,

reports, and information, as well as other requirements specified in Section 114 and Section 308 of

the Air Act and the Water Act, and all regulations and guidelines issued to implement those acts

before the award of this contract;

(2) That no portion of the work required by this prime contract will be performed in a facility

listed on the Environmental Protection Agency List of Violating Facilities on the date when this

contract was awarded unless and until the EPA eliminates the name of the facility from the listing;

(3) To use best effort to comply with clean air standards and clean water standards at the facility

in which the contract is being performed; and

(4) To insert the substance of this clause into any nonexempt subcontract, including this

paragraph (b)(4).

(78) Compliance with Copeland Act Requirements

The Contractor shall comply with the requirements of 29 CFR Part 3, which are hereby incorporated by

reference in this contract.

(79) Contract Termination - Debarment

A breach of the contract clauses entitled "Davis-Bacon Act, Contract Work Hours and Safety Standards

Act - Overtime Compensation, Apprentices and Trainees, Payrolls and Basic Records, Compliance With

Copeland Act Requirements, Subcontracts (Labor Standards), Compliance with Davis-Bacon and Related

Act Regulations or Certification of Eligibility" may be grounds for termination of the contract, and for

debarment as a Contractor and subcontractor as provided in 29 CFR 5.12.

(80) Certification of Non-Segregated Facilities

(a) By the submission of this offer, the offeror certifies that it does not and will not maintain or provide

for its employees any segregated facilities at any of its establishments, and that it does not and will not

permit its employees to perform their services at any location under its control, where segregated facilities

are maintained.

(b) The offeror agrees that a breach of this certification is a violation of the Equal Opportunity Clause in

the contract.

(c) As used in this certification, the term "segregated facilities" means any waiting rooms, work areas,

rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage

Page 30: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 28 of 42

or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and

housing facilities provided for employees that are segregated by explicit directive or are in fact segregated

on the basis of race, color, religion or nation origin, because of habit, local custom or otherwise.

(d) It further agrees that (except where it has obtained identical certifications from proposed

subcontractors for specific time periods) it will:

(1) obtain identical certifications from proposed subcontractors before the award of subcontracts

under which the subcontractor will be subject to the Equal Opportunity clause;

(2) Retain such certifications in its files; and

(3) Forward the following notice to the proposed subcontractors (except if the proposed

subcontractors have submitted identical certifications for specific time periods).

NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENTS FOR

CERTIFICATIONS OF NONSEGREGATED FACILITIES

A Certification of Nonsegregated Facilities must be submitted before the award of a subcontract under

which the subcontractor will be subject to the Equal Opportunity clause. The certification may be

submitted either for such subcontract or for all subcontracts during a period (i.e., quarterly, semiannually

or annually).

Note: the penalty for making false statements in offers is prescribed in 18 U.S.C. 1001.

(81) Restrictions on Lobbying

(a) The Contractor shall timely comply with the requirements of the lobbying restrictions set forth in 31

U.S.C. § 1352 and 49 CFR Part 20, and as those authorities may be hereafter amended.

(b) If a Standard Form LLL, Disclosure of Lobbying Activities, is required to be completed by the

Contractor or subcontractor at any tier, such disclosure form shall be furnished to the Purchasing Director.

(82) Certification of Restrictions on Lobbying

This Certification is applicable if the offer exceeds $100,000.

(a) By submission of this offer, the offeror certifies, to the best of his or her knowledge or belief, that:

(1) 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

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, or 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 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 accordance with its instructions [as amended

by “Government-wide Guidance for New Restrictions on Lobbying,” Fed. Reg. 1413 (1/19/96)].

(3) The undersigned shall require that the language of this certification be included in the award

documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants,

loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly.

Page 31: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 29 of 42

(b) 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 31 U.S.C. § 1352 (as amended by the Lobbying Disclosure Act

of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not

less than $10,000 or not more than $100,000 for each such failure.

(c) As required by subparagraph (a) above, for each subcontract at any tier exceeding $100,000, the

certification and Disclosure Form (if required) shall be filed with the next tier above, and retained by that

contractor with the appropriate subcontract. If a Disclosure Form is submitted, it shall be forwarded from

tier to tier until received by the City of Mission, Purchasing Director.

(83) Drug-Free Workplace Program Certification

(a) By submission of a bid, the bidder certifies and agrees that, with respect to the bidder and all

employees of the bidder to be utilized in the performance of any contract resulting from this solicitation, it

will establish a drug-free workplace program that complies with the provisions of the Drug-Free

Workplace Program Clause of the General Provisions.

(b) Failure of the bidder to have the drug-free workplace program complying with this certification and

the Drug-Free Workplace Program Clause of the General Provisions available for the City's review and

approval as part of the City's pre-award responsibility survey will be deemed a lack of responsibility

rendering the bidder unqualified and ineligible for award.

(84) Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion

(a) Primary Covered Transactions. [This certification applies to the offer submitted in response to this

solicitation and will be a continuing requirement throughout the term of the prime contract.]

(1) The accordance with the provisions of Appendix A to 49 Code of Federal Regulations (CFR) Part

29, the offeror certifies to the best of its knowledge and belief, that it and its principals:

(i) are not presently debarred, suspended, proposed for debarment, declared ineligible, or

voluntarily excluded from covered transactions by any Federal department or agency;

(ii) have not within a three-year period preceding this offer been convicted of or had a civil

judgment rendered against them for commission of fraud or a criminal offense in connection with

obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract

under a public transaction; violation of Federal or State antitrust statutes, or commission of

embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements,

or receiving stolen property;

(iii) are not presently indicted for or otherwise criminally or civilly charged by a governmental entity

(Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1)(ii) of this

Certification; and

(iv) have not within a three-year period preceding this offer had one or more public transactions

(Federal, State, or local) terminated for cause or default.

(2) Where the offeror is unable to certify to any of the statements in this Certification, the offeror shall

attach an explanation to this offer.

(b) Lower Tier Covered Transactions. [This certification applies to a subcontract at any tier expected to

equal or exceed $25,000, and will be a continuing requirement throughout the term of the prime contract.]

(1) In accordance with the provisions of Appendix B to 49 Code of Federal Regulations (CFR) Part 29,

the prospective lower tier participant (subcontractor) certifies, by submission of this offer, that neither it

nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or

voluntarily excluded from participation in this transaction by any Federal department or agency.

Page 32: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 30 of 42

(2) Where the prospective lower tier participant is unable to certify to any of the statements in this

certification, such prospective participant shall attach an explanation to this proposal.

(c) The Certification required by subparagraph (b), above, shall be included in all applicable subcontracts

and a copy furnished to the Purchasing Director upon execution of the Certification.

(85) Communication Policy and Certification

(a) All oral and written communications with City regarding this solicitation should be exclusively with,

or on subjects and with persons approved by, the person identified in Block 3 of the solicitation cover

sheet. Discussions or communications with any other person could result in disclosure of proprietary or

other competitive sensitive information or otherwise create the appearance of impropriety or unfair

competition and, thereby, compromise the integrity of City's procurement system. If competition issues

cannot be resolved through normal communication channels, the City will address any protest from actual

or prospective competitors claiming any impropriety in connection with this procurement.

(b) By submission of this offer, the offeror certifies that it has not, and will not prior to contract award,

communicate orally or in writing with any City employee or other representative (including City Board

members, City contractors, or City consultants) other than the individual, or person(s) and on subjects

approved by the individual, named in Block 3 of the solicitation, except as described below: (CHECK

"NONE" IF NONE EXISTS.)

NONE

Name of City Representative

Date and Subject of Communication

{provide attachment, if necessary}

(c) This certification concerns a material representation of fact upon which reliance will be placed in

awarding a contract. If it is later determined that the offeror knowingly rendered an erroneous

certification, in addition to any other remedies the City may have, the Purchasing Director may terminate

the contract resulting from this solicitation for default and/or recommend that the offeror be debarred or

suspended from doing business with City in the future. In addition, a false entry could be a violation of

Texas Penal Code paragraph 37.10.

(d) The bidder/offeror shall provide immediate written notice to the Purchasing Director if, at any time

prior to contract award, he/she learns that its certification was, or a subsequent communication makes, the

certification erroneous.

(86) Conflict of Interest Certification

By submission of this offer, I certify that:

(a) I have read and understand the General Provisions clause entitled "Interest of Public Officials" that

will be incorporated into any contract resulting from this solicitation. I further understand that the

pecuniary interest in that clause includes employment relationships.

(b) I understand the City has an internal conflict of interest policy for its employees that includes as an

actual or possible conflict of interest whether or not a member of the employee's immediate family works

for a firm doing, or seeking to do, business with the City.

Page 33: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 31 of 42

(c) Mark one with an "X":

□ To the best of my knowledge and belief, no employee of my firm is related to a City employee; or

□ An employee of my firm is related to an City employee and a letter to the Purchasing Director

explaining that relationship is attached.

(d) The requirements of this certification have been passed through to all first-tier subcontractors or

subconsultants anticipated to be used at the time of the submission of my offer.

****************************************************************

SIGNATURE BLOCK FOR ALL

REPRESENTATIONS & CERTIFICATIONS

****************************************************************

NAME OF OFFEROR & ADDRESS (INCLUDE ZIP

&PHONE) SIGNATURE:

TYPE NAME:

DATE:

OFFERORS MUST SET FORTH FULL, ACCURATE AND COMPLETE INFORMATION AS

REQUIRED BY THIS SOLICITATION (INCLUDING THIS ATTACHMENT). FAILURE TO DO SO

MAY RENDER THE OFFER NONRESPONSIVE OR UNACCEPTABLE.

A FALSE STATEMENT IN ANY OFFER SUBMITTED TO THE CITY MAY BE A CRIMINAL

OFFENSE IN VIOLATION OF SECTION 37.10 OF THE TEXAS PENAL CODE.

Page 34: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 32 of 42

(87) Wage Rates

All persons employed in the performance of the work under this contract, or any subcontracts hereunder,

shall be paid not less than the general rates of per diem, holiday, and overtime wages prevailing in the

locality for work of a similar character (which wages are specified in an attachment to this contract).

Failure to comply with this provision shall subject the Contractor to the penalties prescribed in the Texas

Government Code, Chapter 2258, Prevailing Wage Rates, as amended.

Prevailing Wage Legal Requirements

General Decision Number: TX150008 01/02/2015 TX8

Superseded General Decision Number: TX20140008

State: Texas

Construction Types: Heavy and Highway

Counties: Cameron, Hidalgo and Webb Counties in Texas.

HEAVY & HIGHWAY CONSTRUCTION PROJECTS

Note: Executive Order (EO) 13658 establishes an hourly minimum

wage of $10.10 for 2015 that applies to all contracts subject

to the Davis-Bacon Act for which the solicitation is 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 $10.10 (or the

applicable wage rate listed on this wage determination, if it

is higher) for all hours spent performing on the contract. The

EO minimum wage rate will be adjusted annually. Additional

information on contractor requirements and worker protections

under the EO is available at www.dol.gov/whd/govcontracts.

Modification Number Publication Date

0 01/02/2015

* SUTX2011-003 08/02/2011

Rates Fringes

CEMENT MASON/CONCRETE

FINISHER (Paving & Structures)...$ 12.46

FORM BUILDER/FORM SETTER

(Structures).....................$ 12.30

FORM SETTER (Paving & Curb)......$ 12.16

LABORER

Asphalt Raker...............$ 10.61

Flagger.....................$ 9.10

Laborer, Common.............$ 9.86

Laborer, Utility............$ 11.53

Pipelayer...................$ 11.87

Page 35: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 33 of 42

Work Zone Barricade

Servicer....................$ 12.88

POWER EQUIPMENT OPERATOR:

Asphalt Distributor.........$ 13.48

Asphalt Paving Machine......$ 12.25

Broom or Sweeper............$ 10.33

Crane, Lattice Boom 80

Tons or Less................$ 14.39

Crawler Tractor.............$ 16.63

Excavator, 50,000 lbs or

less........................$ 12.56

Excavator, over 50,000 lbs..$ 15.23

Foundation Drill, Truck

Mounted.....................$ 16.86

Front End Loader Operator,

Over 3 CY...................$ 13.69

Front End Loader, 3 CY or

less........................$ 13.49

Loader/Backhoe..............$ 12.77

Mechanic....................$ 15.47

Milling Machine.............$ 14.64

Motor Grader Operator,

Rough.......................$ 14.62

Motor Grader, Fine Grade....$ 16.52

Scraper.....................$ 11.07

Servicer.........................$ 12.34

Steel Worker (Reinforcing).......$ 14.07

TRUCK DRIVER

Lowboy-Float................$ 13.63

Single Axle.................$ 10.82

Single or Tandem Axle Dump..$ 14.53

Tandem Axle Tractor with

Semi Trailer................$ 12.12

WELDER...........................$ 14.02

----------------------------------------------------------------

WELDERS - Receive rate prescribed for craft performing

operation to which welding is incidental.

================================================================

Unlisted classifications needed for work not included within

the scope of the classifications listed may be added after

award only as provided in the labor standards contract clauses

(29CFR 5.5 (a) (1) (ii)).

----------------------------------------------------------------

The body of each wage determination lists the classification

and wage rates that have been found to be prevailing for the

cited type(s) of construction in the area covered by the wage

Page 36: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 34 of 42

determination. The classifications are listed in alphabetical

order of "identifiers" that indicate whether the particular

rate is a union rate (current union negotiated rate for local),

a survey rate (weighted average rate) or a union average rate

(weighted union average rate).

Union Rate Identifiers

A four letter classification abbreviation identifier enclosed

in dotted lines beginning with characters other than "SU" or

"UAVG" denotes that the union classification and rate were

prevailing for that classification in the survey. Example:

PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of

the union which prevailed in the survey for this

classification, which in this example would be Plumbers. 0198

indicates the local union number or district council number

where applicable, i.e., Plumbers Local 0198. The next number,

005 in the example, is an internal number used in processing

the wage determination. 07/01/2014 is the effective date of the

most current negotiated rate, which in this example is July 1,

2014.

Union prevailing wage rates are updated to reflect all rate

changes in the collective bargaining agreement (CBA) governing

this classification and rate.

Survey Rate Identifiers

Classifications listed under the "SU" identifier indicate that

no one rate prevailed for this classification in the survey and

the published rate is derived by computing a weighted average

rate based on all the rates reported in the survey for that

classification. As this weighted average rate includes all

rates reported in the survey, it may include both union and

non-union rates. Example: SULA2012-007 5/13/2014. SU indicates

the rates are survey rates based on a weighted average

calculation of rates and are not majority rates. LA indicates

the State of Louisiana. 2012 is the year of survey on which

these classifications and rates are based. The next number, 007

in the example, is an internal number used in producing the

wage determination. 5/13/2014 indicates the survey completion

date for the classifications and rates under that identifier.

Survey wage rates are not updated and remain in effect until a

new survey is conducted.

Union Average Rate Identifiers

Classification(s) listed under the UAVG identifier indicate

that no single majority rate prevailed for those

classifications; however, 100% of the data reported for the

classifications was union data. EXAMPLE: UAVG-OH-0010

08/29/2014. UAVG indicates that the rate is a weighted union

average rate. OH indicates the state. The next number, 0010 in

the example, is an internal number used in producing the wage

determination. 08/29/2014 indicates the survey completion date

for the classifications and rates under that identifier.

A UAVG rate will be updated once a year, usually in January of

Page 37: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 35 of 42

each year, to reflect a weighted average of the current

negotiated/CBA rate of the union locals from which the rate is

based.

----------------------------------------------------------------

WAGE DETERMINATION APPEALS PROCESS

1.) Has there been an initial decision in the matter? This can

be:

* an existing published wage determination

* a survey underlying a wage determination

* a Wage and Hour Division letter setting forth a position on

a wage determination matter

* a conformance (additional classification and rate) ruling

On survey related matters, initial contact, including requests

for summaries of surveys, should be with the Wage and Hour

Regional Office for the area in which the survey was conducted

because those Regional Offices have responsibility for the

Davis-Bacon survey program. If the response from this initial

contact is not satisfactory, then the process described in 2.)

and 3.) should be followed.

With regard to any other matter not yet ripe for the formal

process described here, initial contact should be with the

Branch of Construction Wage Determinations. Write to:

Branch of Construction Wage Determinations

Wage and Hour Division

U.S. Department of Labor

200 Constitution Avenue, N.W.

Washington, DC 20210

2.) If the answer to the question in 1.) is yes, then an

interested party (those affected by the action) can request

review and reconsideration from the Wage and Hour Administrator

(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:

Wage and Hour Administrator

U.S. Department of Labor

200 Constitution Avenue, N.W.

Washington, DC 20210

The request should be accompanied by a full statement of the

interested party's position and by any information (wage

payment data, project description, area practice material,

etc.) that the requestor considers relevant to the issue.

3.) If the decision of the Administrator is not favorable, an

interested party may appeal directly to the Administrative

Review Board (formerly the Wage Appeals Board). Write to:

Administrative Review Board

U.S. Department of Labor

200 Constitution Avenue, N.W.

Page 38: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 36 of 42

Washington, DC 20210

4.) All decisions by the Administrative Review Board are final.

================================================================

END OF GENERAL DECISION

Page 39: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 37 of 42

CITY OF MISSION 0BAttachment 1 to General Terms and Conditions - Schedule of

Subcontractor(s)/Subconsultant(s) Offerors should provide information on all of their prospective subcontractor(s)/subconsultant(s) who submit bids/proposals in support of this solicitation. Use additional sheets as needed. Project Name: “Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements” Solicitation Number: Bid

No: 15-237-07-20

Name of Prime Contractor:________________________________________________

NAMES AND ADDRESSES OF

SUBCONTRACTOR(S)/SUBCONSULTANT(S) TYPE OF WORK TO BE

PERFORMED MINORITY OR

WOMAN FIRM? (Check all that apply)

PREVIOUS YEAR'S

ANNUAL GROSS

RECEIPTS NAME:

ADDRESS:

PHONE:

FAX: E-MAIL: TAX ID #:

CONTACT PERSON:

TYPE OF WORK:

AGE OF FIRM:

YES □

NO □

IF YES: DBE □

OR MBE □

OR WBE □

□ less than $500K

□ $500K - $2 mil.

□ $2 mil. - $5 mil.

□ more than $5 mil.

NAME: ADDRESS:

PHONE: FAX: E-MAIL:

TAX ID #:

CONTACT PERSON:

TYPE OF WORK:

AGE OF FIRM:

YES □

NO □

IF YES: DBE □

OR MBE □

OR WBE □

□ less than $500K

□ $500K - $2 mil.

□ $2 mil. - $5 mil.

□ more than $5 mil.

NAME:

ADDRESS:

PHONE:

FAX: E-MAIL:

TAX ID #: CONTACT PERSON:

TYPE OF WORK:

AGE OF FIRM:

YES □

NO □

IF YES: DBE □

OR MBE □

OR WBE □

□ less than $500K

□ $500K - $2 mil.

□ $2 mil. - $5 mil.

□ more than $5 mil.

NAME:

ADDRESS:

PHONE:

FAX: E-MAIL: TAX ID #:

CONTACT PERSON:

TYPE OF WORK:

AGE OF FIRM:

YES □

NO □

IF YES: DBE □

OR MBE □

OR WBE □

□ less than $500K

□ $500K - $2 mil.

□ $2 mil. - $5 mil.

□ more than $5 mil.

NAME:

ADDRESS:

PHONE:

FAX: E-MAIL:

TAX ID #: CONTACT PERSON:

TYPE OF WORK:

AGE OF FIRM:

YES □

NO □

IF YES: DBE □

OR MBE □

OR WBE □

□ less than $500K

□ $500K - $2 mil.

□ $2 mil. - $5 mil.

□ more than $5 mil.

NAME:

ADDRESS:

PHONE:

FAX: E-MAIL: TAX ID #:

CONTACT PERSON:

TYPE OF WORK:

AGE OF FIRM:

YES □

NO □

IF YES: DBE □

OR MBE □

OR WBE □

□ less than $500K

□ $500K - $2 mil.

□ $2 mil. - $5 mil.

□ more than $5 mil.

Name/Title of Person completing this form: ___________________________________

Signature____________________________________________ Date_____________________

Page 40: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 38 of 42

City Of Mission

Vendor Acknowledgment Form - Non-Collusive Bidding Certification

Bid Name/No.: “Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements”/ 15-237-07-20

I/We have read instructions to bidder and specifications. My/Our bid conforms to all bid specifications, conditions,

and instructions as outlined by CITY OF MISSION.

Signing the Acknowledgment Form confirms that our company will enter into a binding contract with CITY OF

MISSION for item(s) awarded to our company. I/We have read instructions to bidder and specifications.

The undersigned Bidder, by signing and executing this bid, certifies and represents to the CITY OF MISSION that

Bidder has not been offered, conferred or agreed to confer any pecuniary benefit, as defined by §1.07(a)(6) of the

Texas Penal Code, or any other thing of value as consideration for the receipt of information or any special

treatment or advantage relating to this bid; the Bidder also certifies and represents that Bidder has not offered,

conferred or agreed to confer any pecuniary benefit or other things of value as consideration for the recipient's

decision, opinion, recommendation, vote or other exercise of discretion concerning this bid; the Bidder certifies and

represents that Bidder has neither coerced nor attempted to influence the exercise of discretion by any officer,

trustee, agent of employee of the CITY OF MISSION concerning this bid on the basis of any consideration not

authorized by law; the Bidder also certifies and represents that Bidder has not received any information not available

to other bidders so as to give the undersigned a preferential advantage with respect to this bid; the Bidder further

certifies and represents that Bidder has not violated any state, federal or local law, regulation or ordinance relating to

bribery, improper influence, collusion or the like and that Bidder will not in the future offer, confer, or agree to

confer any pecuniary benefit or other thing of value to any officer, trustee, agent or member of the CITY OF

MISSION in return for the person having exercised the person's official discretion, power or duty with respect to

this bid; the Bidder certifies and represents that it has not now and will not in the future offer, confer, or agree to

confer a pecuniary benefit or other thing of value to any officer, trustee, agent or member of CITY OF MISSION in

connection with information regarding this bid, the submission of this bid, the award of this bid or the performance,

delivery or sale pursuant to this bid.

Date: _________________________________

Company Name: _________________________________

Signature: _________________________________

Title: _________________________________

Note: This form, along with the Execution of Offer, must be filled in and submitted with the sealed bid.

Page 41: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 39 of 42

TO: OWNER

The undersigned, as bidders, declares that the only person or parties interested in this bid as principals are

those named herein, that this bid is made without collusion with any other person, firm or corporation; that he has

carefully examined the form of contract, Notice to Contractors, specifications and the plans thereon referred to, and

has carefully examined the locations, and conditions and classes of materials of the proposed work; and agrees that

he will provide all the necessary labor, machinery, tools, and apparatus, and other items incidental to construction,

and will do all the work and furnish all the materials called for in the contract and specifications in the manner

prescribed therein and according to the requirements of the Engineer/Architect as therein set forth.

The Bidder shall attach to his/her bid sheet a list of any exceptions to the specifications.

It is understood that the following quantities of work to be done at unit prices are approximate only and are

intended principally to serve as a guide in evaluating bids.

It is further agreed that the quantities of work to be done at unit price and materials to be furnished, may be

increased or diminished as may be considered necessary, in the opinion of the Engineer/Architect, to complete the

work fully as planned and contemplated, and that all quantities of the work, whether increased or decreased, are to

be performed at the unit prices set forth below except as provided for in the specifications.

It is further agreed that lump sum prices may be increased to cover additional work ordered by the

Engineer/Architect, but not shown on the plans or required by the specifications, in accordance with the provisions

of the General Conditions. Similarly, they may be decreased to cover deletion of work so ordered.

The bid security accompanying this bid shall be returned to the bidder, unless in case of the acceptance of

the bid the bidder shall fail to execute a contract and file a performance bond and payment bond within the ten (10)

days after its acceptance and release of notice of award, in which case the bid security shall become the property of

the OWNER, and shall be considered as payment for damages due to delay and other inconveniences suffered by the

Owner on account of such failure of the bidder. It is understood that the Owner reserves the right to reject any or all

bids.

Page 42: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 40 of 42

City Of Mission

Pricing Schedule Bid Name/No.: “Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements”/ 15-237-07-20

For any questions directly regarding the “Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements- Bid

No. 15-237-07-20”, please call or email:

Eduardo Belmarez, Purchasing Director: [email protected]

Telephone: (956) 580-8667

BID PROPOSAL FORM MUST BE SUBMITTED IN DUPLICATE FORM

BIDDERS BOND in the amount of $ , in compliance with the INSTRUCTION

TO BIDDERS.

The above check or Bidder’s Bond is to become the property of the City of Mission, Texas, in the event the

construction contract (when offered by the Owner) and bonds are not executed within the time set forth.

ENGINEER’S/ARCHITECT’S ESTIMATE OF QUANTITIES - APPROXIMATE ONLY

The intent of this bid is to include the complete project, in place and operational as described on the

plans and in the specifications. The following bid items must include all of the materials, equipment and

labor necessary to complete the project. Any necessary materials, equipment and labor not specifically called

out in the following bid items are assumed to be included in the various items in this bid form.

NOTE: For invitations for Bids the terms “Offer” and “Offeror” shall mean “Bid” and “Bidder”, respectively; and for Requests for Proposal terms “Bid” and “Bidder” shall

mean “Offer” and “Offeror”, respectively, in this solicitation and any associated exhibits. Bids must be submitted on all quantities specified on this schedule.

The Offeror is required to Sign and Date Each Page of the Schedule

Submit All Pages with the Offer.

ITEM

NO. ITEM DESCRIPTION Total Lump Sum

1 Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk

Improvements $___________________________

TOTAL $ dollars &

Cents

Number of days required for completion/acceptance after receiving notice to proceed for the project under “Arnulfo

“Tatan” Rodriguez Jr. Park Sidewalk Improvements” must be stated below. Failure to so state number of days

will obligate bidder to complete the project within sixty (60) calendar days.

Days to complete work as per scope of work/plans after receipt of Notice to Proceed (NTP): __________days

The undersigned agrees, unless hereinafter stated otherwise to furnish all materials as shown and specified in the

Plans and Specifications.

Receipt is acknowledged of the following addenda:

No. Dated No. Dated

No. Dated No. Dated

No. Dated No. Dated

Page 43: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 41 of 42

Bidder agrees that the Owner has the right to accept or reject any or all bids and to waive any or all formalities.

DATE: Respectfully submitted,

BY:

(Signature)

(Type or Print Name)

(Title)

(Company)

(Address)

(Phone Number)

(Seal - If bidder is a Corporation)

(Fax Number)

Federal ID or SS# Number: __________________________________________

*Signature on this form indicates agreement with “Instructions to Bidder-General Terms and Conditions, Pricing, and Specifications”

Page 44: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 42 of 42

(Form to be Executed & Submitted with Proposal)

On all contracts that will equal to or exceed $100,000.00, the performance bond and the payment bond must be

provided from a surety that has rating of “A” from AM BEST, MOODY’S STANDARD & POORS.

MAIN COMPANY

AGENT’S NAME: PLEASE TYPE/PRINT NAME

COMPANY NAME:

ADDRESS:

MAIN OFFICE

TELEPHONE NO.:

LOCAL COMPANY

AGENT’S NAME:

PLEASE TYPE/PRINT NAME

COMPANY NAME:

ADDRESS:

LOCAL MAIN OFFICE

TELEPHONE NO.:

PROJECT NO.:

PROJECT NAME:

CONTRACTOR:

SIGNATURE

PLEASE TYPE/PRINT NAME

COMPANY NAME

Page 45: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

Page 1 of 3

City of Mission

GENERAL BUSINESS QUESTIONNAIRE (SUPPLIES, SERVICES AND CONSTRUCTION)

This questionnaire, the requested list of references and the authorization to release financial information are used in part to assist in determining a potential contractor’s responsibility. Offerors shall submit the General Business Questionnaire information with the bid/proposal, as indicated in the Table of Contents page 2 of the Solicitation, Offer and Award Form. All information must be current and traceable. Each venturer of a joint venture must submit a separate signed form. City of Mission reserves the right to make additional inquiries based on information submitted, or the lack thereof. Questions concerning this questionnaire or the authorization form should be directed to the contact person identified on the Solicitation, Offer and Award Form. In cases where a question does not apply or if unable to respond, offeror should refer to the item number, repeat the question, and indicate N/A (Not Applicable) or N/R (No Response), as appropriate. Offeror will explain the reason when responding N/A or N/R. 1. Name of Offeror ("Business"): ___________________________________________________

2. List name(s) and business address of owners, officers and directors for corporations, partners

for partnerships, and ventures for joint ventures sole proprietors (attach additional pages as necessary).

___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________

3. Number of years in business under present business name: _________ 4. If applicable, list all other names under which the Business identified above operated in the last

5 years. ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________

5. Annual Gross Revenue (Past year): (M represents millions, K represents thousands)

$100K or less $100K-$500K $500K-$1M $1M-$5M $5M-$10M $10M-$16M $16M or Over

6. Will bidder/proposer provide a copy of its financial statements for the past two (2) years, if

requested by City of Mission? Yes No 7. Number of current employees: __________ 8. Has the Business, or any officer or partner thereof, failed to complete a contract? Yes No 9. Is any litigation pending against the Business? Yes No 10. Is offeror currently for sale or involved in any transaction to expand or to become acquired by

another business entity? If yes, offeror needs to explain the expected impact, both in organizational and directional terms. Yes No

___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________

Page 46: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

Page 2 of 3

11. Has the Business ever been declared "not responsible" for the purpose of any governmental agency contract award? Yes No

12. Has the Business been debarred, suspended, proposed for debarment, declared ineligible,

voluntarily excluded, or otherwise disqualified from bidding, proposing, or contracting? Yes No 13. Are there any proceedings pending relating to the Business' responsibility, debarment,

suspension, voluntary exclusion, or qualification to receive a public contract? Yes No 14. Has the government or other public entity requested or required enforcement of any of its rights

under a surety agreement on the basis of a default or in lieu of declaring the Business in default? Yes No

15. Is the Business in arrears on any contract or debt? Yes No 16. Has the Business been a defaulter, as a principal, surety, or otherwise? Yes No 17. Have liquidated damages or penalty provisions been assessed against the Business for failure to

complete work on time or for any other reason? Yes No 18. Does offeror have a contingency plan or disaster recovery plan in the event of a disaster? If so,

then Bidder will provide a copy of the plan. Yes No 19. Does offeror have quality assurance program? If yes, offeror will describe its quality assurance

program, its quality requirements, and how they are measured. Yes No 20. If a "yes" response is given under questions 9 through 19, please provide a detailed explanation

including dates, reference to contract information, contacts, etc. (attach additional pages as necessary).

___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________

I, individually and on behalf of the business named in this Business Questionnaire, do by my signature below, certify that the information provided in this questionnaire is true and correct. I understand that any false statements or misrepresentations regarding the Business named above may result in: 1) termination of any or all contracts which City of Mission has or may have with the Business; 2) disqualification of the Business from consideration for contracts; 3) removal of the Business from City of Mission’s vendors’ list; or/and 4) legal action(s) applicable under federal, state, or local law. Name: ________________________________________ Title: ____________________________ Signature: _____________________________________ Date: ________________________ (Owner, CEO, President, Majority Stockholder or Designated Representative)

Page 47: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

Page 3 of 3

LIST OF REFERENCES FOR SIMILAR PROJECTS

Use additional pages as necessary. 1. Project: Date of Completion (if applicable): Contact Person: Company Name: Address: Telephone Number: Fax Number: E-mail Address:

2. Project: Date of Completion (if applicable): Contact Person: Company Name: Address: Telephone Number: Fax Number: E-mail Address:

3. Project: Date of Completion (if applicable): Contact Person: Company Name: Address: Telephone Number: Fax Number: E-mail Address:

4. Project: Date of Completion (if applicable): Contact Person: Company Name: Address: Telephone Number: Fax Number: E-mail Address:

Page 48: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20

Page 1 of 2 Exhibit U

City of Mission

EXHIBIT U

BUY AMERICA CERTIFICATE

(FEDERALLY ASSISTED CONTRACT)

INSTRUCTIONS

INSTRUCTIONS:

If the OFFER PRICE EXCEEDS $100,000, complete the certificate and submit it with your offer.

SECTION (1) Complete only for IRON, STEEL or MANUFACTURED PRODUCTS.

SECTION (2) Complete only for ROLLING STOCK and ASSOCIATED EQUIPMENT.

SECTION (3) SIGN and COMPLETE always.

CAUTION: Failure to return this form or to mark the appropriate in Section (1) OR Section (2) AND complete the information in Section (3), including a signature, may render your offer nonresponsive or unacceptable.

DEFINITIONS: (Pursuant to 49 CFR 661) ASSOCIATED EQUIPMENT: All components or subcomponents of Rolling Stock, including, but not limited to, train control, communication and traction power equipment, and as otherwise defined in 49 CFR 661.11. IRON AND STEEL PRODUCTS: All construction materials made primarily of iron or steel and meant for use in infrastructure projects, including, but not limited to, structural iron or steel, iron or steel beams and columns, running rail and contact rail. This certification does not apply to iron or steel used as components or subcomponents of other manufactured products or rolling stock, or to metallurgic processes involving refinement of steel additives. MANUFACTURED PRODUCT: An item produced as a result of processes to alter the form or function of materials or of elements of the product in a manner adding value and transforming those materials or elements so that they represent a new end product functionally different from that which would result from the mere assembly of elements or materials. ROLLING STOCK: Transit vehicles, such as buses, vans, cars, railcars, locomotives, trolley cars and buses, and ferry boats, as well as, vehicles used for support services.

Page 49: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20

Page 2 of 2 Exhibit U

City of Mission

EXHIBIT U

BUY AMERICA CERTIFICATE

(FEDERALLY ASSISTED CONTRACT)

CERTIFICATE

SECTION (1); Certify only for IRON, STEEL or MANUFACTURED PRODUCTS: (Mark One)

CERTIFICATE OF COMPLIANCE WITH SECTION 165(a). The offeror hereby certifies that it will comply with the requirements of Section 165(a) of the Surface Transportation Assistance Act of 1982, as amended, and the applicable regulations of 49 CFR Part 661;

--OR--

CERTIFICATE FOR NON-COMPLIANCE WITH SECTION 165(a). The offeror hereby certifies that it cannot comply with the requirements of Section 165(a) of the Surface Transportation Assistance Act of 1982, as amended, but it may qualify for an exception to the requirement pursuant to Section 165(b)(2) or (b)(4) of the Surface Transportation Assistance Act, as amended, and regulations in 49 CFR Part 661.7.

SECTION (2); Certify only for ROLLING STOCK and ASSOCIATED EQUIPMENT: (Mark One) CERTIFICATE OF COMPLIANCE WITH SECTION 165(b)(3). The offeror hereby certifies that it will

comply with the requirements of Section 165(b)(3) of the Surface Transportation Assistance Act of 1982, as amended, and the applicable regulations of 49 CFR Part 661.11;

--OR--

CERTIFICATE FOR NON-COMPLIANCE WITH SECTION 165(b)(3). The offeror hereby certifies that it cannot comply with the requirements of Section 165(b)(3) of the Surface Transportation Assistance Act of 1982, as amended, but it may qualify for an exception to the requirement consistent with Section 165(b)(2) or (b)(4) of the Surface Transportation Assistance Act, as amended, and regulations in 49 CFR Part 661.7.

SECTION (3); OFFEROR'S SIGNATURE: (Sign, Date and Enter Your Title and the Name of Your Company)

________________________________________________ ______________________ SIGNATURE DATE _________________________________________________________ TITLE _________________________________________________________ NAME OF COMPANY

Page 50: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

Adopted 06/29/2007

FORM CIQ

OFFICE USE ONLYThis questionnaire reflects changes made to the law by H.B. 1491, 80th Leg., Regular Session.

This questionnaire is being filed in accordance with Chapter 176, Local Government Code

by a person who has a business relationship as defined by Section 176.001(1-a) with a local

governmental entity and the person meets requirements under Section 176.006(a).

By law this questionnaire must be filed with the records administrator of the local governmental

entity not later than the 7th business day after the date the person becomes aware of facts

that require the statement to be filed. See Section 176.006, Local Government Code.

A person commits an offense if the person knowingly violates Section 176.006, Local

Government Code. An offense under this section is a Class C misdemeanor.

CONFLICT OF INTEREST QUESTIONNAIREFor vendor or other person doing business with local governmental entity

Check this box if you are filing an update to a previously filed questionnaire.

(The law requires that you file an updated completed questionnaire with the appropriate filing authority not

later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.)

Name of person who has a business relationship with local governmental entity.1

2

3

Date Received

Name of local government officer with whom filer has employment or business relationship.

Name of Officer

This section (item 3 including subparts A, B, C & D) must be completed for each officer with whom the filer has an

employment or other business relationship as defined by Section 176.001(1-a), Local Government Code. Attach additional

pages to this Form CIQ as necessary.

A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment

income, from the filer of the questionnaire?

Yes No

B. Is the filer of the questionnaire receiving or likely to receive taxable income, other than investment income, from or at the

direction of the local government officer named in this section AND the taxable income is not received from the local

governmental entity?

Yes No

C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local

government officer serves as an officer or director, or holds an ownership of 10 percent or more?

Yes No

D. Describe each employment or business relationship with the local government officer named in this section.

Signature of person doing business with the governmental entity Date

4

Page 51: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

Bid No: 15-237-07-20

EXHIBIT I

SPECIFICATIONS/PLANS

Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk

Improvements

Page 52: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

...\Proposed Conc. Sidewalk_1.dgn 6/17/2015 11:42:52 AM

Page 53: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

...\Proposed Conc. Sidewalk_2.dgn 6/17/2015 11:39:09 AM

Page 54: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

...\Side walk Details Sheet.dgn 6/18/2015 9:10:12 AM

Page 55: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions
Page 56: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

City of Mission Park Mission, Tx

HALFF ASSOCIATES, INC. Basic Electrical Materials and Methods 2600002-1

SECTION 260000.0

BASIC ELECTRICAL MATERIALS AND METHODS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. All conditions imposed by these documents shall be applicable to all portions of the work under this Division. Certain specific paragraphs of said references may be referred to hereinafter in this Division. These references are intended to point out specific items to the Contractor, but in no way relieve him of the responsibility of reading and complying with all relevant parts of the entire Specification.

B. The Contractor shall examine and coordinate with all Contract Drawings and Specifications, and all Addenda issued. Failure to comply shall not relieve him of responsibility. The omission of details of other portions of the work from this Division shall not be used as a basis for a request for additional compensation.

C. The specific features and details for other portions of the work related to the construction in progress or to the existing building(s) shall be determined by examination at the site.

1.2 SUMMARY

A. The requirements contained in this Section apply to all work performed under Division 16 of these Specifications.

B. The work covered by this Division of the Specifications comprises the furnishing of labor, material, equipment, transportation, tools and services, and performing operations required for, and reasonably incidental to, the installation of the work in accordance with the applicable Contract Documents, and subject to the terms and conditions of the Contract.

C. Refer to other Divisions of the Specifications for related work.

1.3 DEFINITION OF “CONTRACTOR”

A. Where the word “Contractor” is used under any Section of this Division of the Specifications, it shall mean the Contractor engaged to execute the work included under that Section.

1.4 SUBMITTALS

Page 57: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

City of Mission Park Mission, Tx

HALFF ASSOCIATES, INC. Basic Electrical Materials and Methods 2600002-2

A. Process shop drawings and submittal data to insure that the proposed materials, equipment and devices conform to the requirements of the Contract Documents, and that there are no omissions or duplications. Provide layouts, fabrication information and data for systems, materials, equipment and devices proposed for the project.

B. Shop drawings shall be drawn on a scale not less than 1/4 inch equals 1 foot showing actual dimensions. Shop drawings shall include, but not be limited to: 1. Disconnect switches. 2. Circuit breakers and fuses. 3. Materials: Conduit, conductors, connectors, supports, etc. 4. Lighting fixtures, lamps and control systems/devices. 5. Wiring devices.

C. Product Data: For electricity-metering equipment.

D. Shop Drawings: Dimensioned plans and sections or elevation layouts of electricity-metering equipment.

E. Field Test Reports: Indicate and interpret test results for compliance with performance requirements.

1.5 QUALITY ASSURANCE

A. Materials, equipment and devices shall be new and of the quality specified, and shall be free from defects at the time of installation. Materials, equipment and devices damaged in shipment or otherwise damaged or found defective prior to acceptance by the Owner shall not be repaired at the job site, but shall be replaced with new materials, equipment or devices identical with those damaged, unless specifically approved otherwise by the Owner’s Representative.

B. Wherever a UL standard has been established for a particular type of material, equipment or device, each item of such material, equipment or device provided on this project shall meet the requirements of the UL standard in every way, and shall be UL listed and labeled.

1.6 COORDINATION

A. Coordinate chases, slots, inserts, sleeves, and openings with general construction work and arrange in building structure during progress of construction to facilitate the electrical installations that follow.

1. Set inserts and sleeves in poured-in-place concrete, masonry work, and other structural components as they are constructed.

B. Sequence, coordinate, and integrate installing electrical materials and equipment for efficient flow of the Work. Coordinate installing large equipment requiring positioning before closing in the building.

Page 58: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

City of Mission Park Mission, Tx

HALFF ASSOCIATES, INC. Basic Electrical Materials and Methods 2600002-3

C. Coordinate electrical service connections to components furnished by utility companies.

1. Coordinate installation and connection of exterior underground and overhead utilities and services, including provision for electricity-metering components.

2. Comply with requirements of authorities having jurisdiction and of utility company providing electrical power and other services.

D. Coordinate location of access panels and doors for electrical items that are concealed by finished surfaces. Access doors and panels are specified in Division 8 Section "Access Doors."

E. Where electrical identification devices are applied to field-finished surfaces, coordinate installation of identification devices with completion of finished surface.

F. Where electrical identification markings and devices will be concealed by acoustical ceilings and similar finishes, coordinate installation of these items before ceiling installation.

1.7 RESPONSIBILITY OF THE CONTRACTOR

A. The Contractor shall be responsible for all work of every description in connection with this Division of the Specifications. The Contractor shall specifically and distinctly assume, and does so assume, all risk for damage or injury from whatever cause to property or person used or employed on or in connection with this work and of all damages or injury to any person or property wherever located, resulting from an action or operation under the Contract in connection with the work, and undertake the responsibility to defend the Owner against all claims on account of any such damage or injury.

B. The Contractor will be held responsible for the satisfactory execution and completion of the work in accordance with the true intent of the Contract Documents. The Contractor shall provide without extra charge all incidental items required as part of the work, even though it may not be specifically indicated. If the Contractor has reason for objecting to the use of any material, equipment, device or method of construction as indicated, he shall make report of such objections to the Owner’s Representative, obtain proper approval and adjustment to the Contract, and shall proceed with the work.

1.8 TERMINOLOGY

A. Whenever the words “furnish,” “provide,” “furnish and install,” “provide and install,” and similar phrases occur, it is the intent that the materials, equipment and devices described be furnished, installed and connected under this Division, complete for operation, unless specifically noted to the contrary.

B. It is also the intent, unless specifically noted to the contrary, that all materials, equipment and devices described and specified under this Division of the Specifications be similarly furnished, installed and connected under this Division,

Page 59: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

City of Mission Park Mission, Tx

HALFF ASSOCIATES, INC. Basic Electrical Materials and Methods 2600002-4

whether or not a phrase as described in the preceding paragraph has been actually included.

1.9 ORDINANCES, PERMITS AND CODES

A. It shall be the Contractor’s duty to perform the work and provide the materials covered by these Specifications in conformance with all ordinances and regulations of all authorities having jurisdiction.

B. All work herein shall conform to all applicable laws, ordinances and regulations of the local utility companies.

C. The Contractor shall obtain and pay for all permit and connection fees as required for the complete installation of the specified systems, equipment, devices and materials.

D. The Contractor shall obtain permits, plan checks, inspections and approvals applicable to the work as required by the regulatory authorities. Fees and costs of any nature whatsoever incidental to these permits, inspections and approvals shall be assumed and paid by the Contractor. The pro-rata costs, if any, for utilities serving this property will be paid for by the Owner and shall not be included as part of this Contract.

E. The work shall be in accordance with, but shall not be limited to, the requirements of: 1. National Fire Protection Association. 2. National Electrical Code. 3. National Safety Code. 4. State of International Building Codes. 5. City of Mission Building Codes. 6. Texas Department of Transportation Regulations.

F. Codes and standards referred to are minimum standards. Where the requirements of the Drawings or Specifications exceed those of the codes and regulations, the Drawings and Specifications govern.

1.10 MATERIALS, EQUIPMENT AND DEVICE DESCRIPTION

A. Materials, equipment and devices shall be of the best quality customarily applied in quality commercial practice, and shall be the products of reputable manufacturers. Each major component shall bear a nameplate giving the name and address of the manufacturer, and the catalog number or designation of the component.

B. Materials, equipment and devices furnished under this Division of the Specifications shall be essentially the standard product of the specified manufacturer, or where allowed, an alternate manufacturer. Where two or more units of the same kind or class of a specific item are required, these shall be the products of a single manufacturer; however, the component parts of the item need not be the products of one manufacturer.

Page 60: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

City of Mission Park Mission, Tx

HALFF ASSOCIATES, INC. Basic Electrical Materials and Methods 2600002-5

C. In describing the various materials, equipment and devices, in general each item will be described singularly, even though there may be a multiplicity of identical items. Also, where the description is only general in nature, exact sizes, duties, space arrangements, horsepower requirements and other data shall be determined by reference to the Contract Documents.

D. Space allocations for materials, equipment and devices have been made on the basis of present and know future requirements and the dimensions of items of equipment or devices of a particular manufacturer whether indicated or not. The Contractor shall verify that all materials, equipment and devices proposed for use on this project are within the constraints of the allocated space.

1.11 REFERENCE STANDARDS

A. Materials, equipment, devices, and workmanship shall comply with applicable local, county, state and national codes, laws and ordinances, utility company regulations and industry standards.

B. In case of differences between building codes, state laws, local ordinances, industry standards, utility company regulations and the Contract Documents, the most stringent shall govern. The Contractor shall promptly notify the Owner’s Representative in writing of any such difference. Should the Contractor perform any work that does not comply with local codes, law and ordinances, industry standards or other governing regulations, the work shall be corrected of noncompliance deficiencies with the Contractor bearing all costs.

C. In addition to the aforementioned ordinances, industry standards published by the following organizations shall apply. 1. AABM - American Association of Battery Manufacturers. 2. AIA - American Institute of Architects. 3. ANSI - American National Standards Institute. 4. ASTM - American Society for Testing and Materials. 5. CBM - Certified Ballast Manufacturers Association. 6. ETL - Electrical Testing Laboratories. 7. FM - Factory Mutual. 8. ICEA - Insulated Cable Engineers Associated. 9. IEEE - Institute of Electrical and Electronic Engineers. 10. IES - Illuminating Engineering Society. 11. IRI - Industrial Risk Insurance. 12. NBS - National Bureau of Standards. 13. NEC - National Electrical Code. 14. NECA - National Electrical Contractors Association. 15. NEMA - National Electrical Manufacturers Association. 16. NESC - National Electrical Safety Code. 17. NETA - National Electrical Testing Association. 18. NFPA - National Fire Protection Association. 19. UL - Underwriters Laboratories.

Page 61: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

City of Mission Park Mission, Tx

HALFF ASSOCIATES, INC. Basic Electrical Materials and Methods 2600002-6

D. Where the Contract Documents exceed the above requirements, the Contract Documents shall govern. In no case shall work be installed contrary to or below the minimum legal standards.

1.12 DRAWINGS AND SPECIFICATIONS

A. The interrelation of the Drawings (including the schedules) and the Specifications are as follows: 1. The Drawings establish quantities, locations, dimensions and details of materials,

equipment and devices. The schedules on the Drawings indicate the capacities, characteristics and components.

2. The Specifications provide written requirements for the quality, standard and nature of the materials, equipment, devices and construction systems.

B. The Drawings and Specifications shall be considered as being compatible; therefore, the work called for by one and not by the other shall be furnished and installed as though called for by both. Resolution of conflicts between Drawings and Specifications shall be as follows: 1. If the Drawings and Specifications disagree in themselves, or with each other,

the Contractor’s pricing shall be based on furnishing and installing the most expensive combination of quality and quantity of work indicated. In the event of this type of disagreement, the resolution shall be determined by the Architect/Engineer.

2. The Contractor shall be responsible for bringing any conflicts in the Drawings and the Specifications to the attention of the Architect/Engineer prior to any work being performed.

3. In general, if there is conflict between the Drawings and Specifications, the Drawings shall govern the Specifications.

4. Where the Specifications do not fully agree with schedules on the Drawings, the schedules shall govern. Actual numerical dimensions indicated on the Drawings govern scale measurements and large-scale details govern small-scale drawings.

5. Materials, equipment and devices called for on the Drawings and not indicated herein, shall be completely provided and installed as though it were fully described herein.

6. Materials, equipment and devices called for herein shall be completely provided and installed, whether or not it is fully detailed, scheduled or indicated on the Drawings.

C. The Contractor shall examine the Drawings and Specifications of the other portions of the work for fixtures and finishes in connection with this work. The Contractor shall carefully examine the Drawings to determine the general construction conditions, and shall familiarize himself with all limitations caused by such conditions.

D. When discrepancies exist between scale and dimension, or between the Drawings of the various portions of the work, they shall be called to the attention of the Architect/Engineer for further instruction, whose instructions shall be final and binding and work promptly resumed without any additional cost to the Owner.

Page 62: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

City of Mission Park Mission, Tx

HALFF ASSOCIATES, INC. Basic Electrical Materials and Methods 2600002-7

E. Review the construction details of the building(s) as illustrated on the Drawings of the various portions of the work and be guided thereby. Route conduits and set all boxes as required by the pace of the general construction.

F. The Drawings diagrammatically show the sizes and locations of the various equipment and devices, and the sizes of the major interconnecting wires, without showing exact details as to elevations, offsets, control wiring and other installation requirements. Carefully layout the work at the site to conform to the architectural and structural conditions, to avoid obstructions and to permit proper grading of pipe associated with other portions of the work. Determine the exact location of equipment and devices and connections thereto by reference to the submittals and rough-in drawings, and by measurements at the site. Make minor relocations necessitated by the conditions at the site, or directed by the Architect/Engineer, without additional cost to the Owner.

G. The Drawings and Specifications are intended to describe and illustrate systems which will not interfere with the structure of the building(s), fit into the available spaces, and insure complete and satisfactory operating installations. Prepare installation drawings for all critical areas illustrating the installation of the work in this Division as related to the work of all other Divisions and correct all interferences with the other portions of the work or with the building structures before the work proceeds.

H. The Drawings do not indicate the existing electrical installations other than to identify modifications or extensions thereto. Visit the site and ascertain the conditions to be met and the work to be accomplished in removing and modifying the existing work, and in installing the new work. Failure to comply with this shall not constitute grounds for any additional payment in connection with removing or modifying any part of the existing installation or installing any new or temporary work under this Division.

1.13 SUBSTITUTIONS

A. Where a single manufacturer is mentioned by trade name or manufacturer’s name, unless specifically noted otherwise, it is the only manufacturer that will be accepted.

B. Where multiple manufacturers are listed, none other than those manufacturers will be accepted.

C. It shall be understood that space allocations have been made on the basis of present and known future requirements and the dimensions of items of equipment or devices of a particular manufacturer whether indicated or not. If any item of equipment or device is offered in substitution which differs substantially in dimension or configuration from that indicate don the Drawings or Specifications, provide as part of the submittal 1/4 equals 1 foot scaled drawing showing that the substitute can be installed in the space available without interfering with other portions of the work or with access for operations and maintenance in the completed project.

D. Where substitute equipment or devices requiring different arrangement or connections from that indicated is accepted by the Architect/Engineer, install the equipment or devices to operate properly and in harmony with the intent of the Contract Documents, making all incidental changes in piping, ductwork or wiring resulting from the equipment or device selection without any additional cost to the Owner. The

Page 63: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

City of Mission Park Mission, Tx

HALFF ASSOCIATES, INC. Basic Electrical Materials and Methods 2600002-8

Contractor shall pay all additional costs incurred by other portions of the work in connection with the substituted equipment or device.

E. The Architect/Engineer reserves the right to call for samples of any item of material, equipment or device offered in substitution, together with a sample of the specific item when, in their opinion, the quality of the item and/or the appearance is involved, and it is deemed that an evaluation of the item may be better made by visual inspection.

F. When any request for a substitution of material, equipment or device is submitted and rejected, the item named in the Contract Documents shall be furnished. Repetitive submittal of substitutions for the same item will not be considered.

1.14 INSTALLATION DRAWINGS

A. Prepare installation drawings for coordinating the work of this Division with the work of other Divisions, to illustrate its concealment in finished spaces, to avoid obstructions, and to demonstrate the adaptability of any item of material, equipment or device in the space upon which the Contract Documents are based.

B. Use these drawings in the field for the actual installation of this work. Provide three (3) copies, not for approval, to the Architect/Engineer for his information, review and record.

1.15 WORKMANSHIP AND INSTALLATION

A. In no case shall the Contractor provide a class of material, equipment, device or workmanship less than that required by the Contract Documents or applicable codes, regulations, ordinances or standards. All modifications which may be required by a local authority having legal jurisdiction over all or any part of the work shall be made by the Contractor without any additional charge. In all cases where such authority requires deviations from the requirements of the Drawings or Specifications, the Contractor shall report it to the Owner’s Representative and shall secure his approval before the work is started.

B. The work shall be performed by properly licensed technicians skilled in their respective trades. All materials, equipment and devices shall be installed in accordance with the recommendations of the manufacturer and in the best standard practice to bring about results of a first class condition.

C. The NECA “Standards of Installation” as published by the National Electrical Contractors Association shall be considered a part of these Specifications, except as specifically modified by other provisions contained in these Specifications.

1.16 WARRANTY

A. All materials, equipment, devices and workmanship shall be warranted for a period of one year from the date of acceptance by the Architect/Engineer for beneficial use by the Owner, except that where specific equipment is noted to have extended warranties.

Page 64: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

City of Mission Park Mission, Tx

HALFF ASSOCIATES, INC. Basic Electrical Materials and Methods 2600002-9

The warranty shall be in accordance with AIA Document A201. The Contractor shall be responsible for the registration of these warranties so that the Owner can make all proper claims should future need develop.

B. The Contractor shall furnish to the Architect/Engineer for transmittal to the Owner, the name, address and telephone number of those persons responsible for service on systems and equipment covered by the warranty.

1.17 OPERATION PRIOR TO ACCEPTANCE

A. When any equipment is operable, and it is to the advantage of the Contractor to operate the equipment, the Contractor may do so provided that he properly supervises the operation, and retains full responsibility for the equipment operated. Regardless of whether or not the equipment has or has not been operated, the Contractor shall clean the equipment properly, make required adjustments and complete punch list items before final acceptance by the Owner.

1.18 INSTRUCTION OF OWNER’S PERSONNEL

A. Provide the services of competent engineers and/or technicians acceptable to the Architect/Engineer to instruct other representatives of the Owner in the complete and detailed operation of each item of equipment or device of all the various electrical systems. These instructions shall be provided for whatever periods may be necessary to accomplish the desired results. Upon completion of these instructions, the Contractor shall obtain a letter of release, acknowledged by the Owner or his authorized representative, stating the dates on which the various kinds of instruction were given, and the personnel to whom the instructions were given.

B. The Contractor shall be fully responsible for proper maintenance of equipment and systems until the instructions have been given to the Owner’s personnel and the letter of release acknowledged.

C. In providing the instructions to the Owner’s personnel, the written operating and maintenance manuals shall be followed in all instances, and the Owner’s personnel shall be familiarized with such manuals. Operating and maintenance manuals used for instructions shall include wiring diagrams, manufacturer’s operating and maintenance instructions, parts lists (with sources identified), and other data as appropriate for each system.

1.19 SCHEDULE AND SEQUENCE OF WORK

A. The Contractor shall meet and cooperate with the Owner and Architect/Engineer to schedule and sequence this work so as to insure meeting scheduled completion dates and avoid delaying other portions of the work. Work requiring special sequencing shall be at no additional cost to the Owner and shall have no impact on the schedule.

1.20 INSPECTIONS AND CERTIFICATIONS

Page 65: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

City of Mission Park Mission, Tx

HALFF ASSOCIATES, INC. Basic Electrical Materials and Methods 2600002-10

A. Obtain timely inspections of the installation by the regulatory authorities. Remedy any deficiencies to the satisfaction of the inspecting official.

B. Upon final completion of the work, obtain certificates of acceptance from the regulatory authorities. Deliver the certificates to the Architect/Engineer for transmission to the Owner.

1.21 EQUIPMENT INSTALLATION

A. Install equipment and devices in a manner to permit access to all surfaces or components, requiring such access, without the need to disassemble other unrelated parts of the work.

B. Equipment specified to be factory assembled and tested prior to shipment shall not be dissembled at the job site and reassembled at its final location. Apparatus not so specified may be disassembled and reassembled in the proper location.

C. Furnish all scaffolding, rigging and hoisting required for the installation of all the work.

D. Large equipment assemblies and components which will be installed in the building, and which are too large to permit access through doorways, stairways or shafts, shall be brought to the site and placed in the appropriate spaces before the enclosing structure is complete.

1.22 EQUIPMENT FOUNDATIONS

A. Where indicated on the Drawings, provide foundations for electrical equipment. This shall consist of concrete housekeeping pads constructed in accordance with the details on the Drawings, these Specifications, manufacturer’s recommendations and Division 3.

B. All pads shall be 4” high and extend a maximum 2” beyond that actual equipment size. Coordinate the proper size of the pad with the equipment furnished. Furnish all anchor bolts and other accessories required for casting the concrete pad. After the equipment is set on the pad, the equipment shall be fully grouted to the pad and all void spaces shall be filled with a non-shrinking grout.

1.23 SLEEVES

A. Each conduit, regardless of material, which passes through a concrete slab, masonry wall, or roof or portion of the building structure shall be free from the structure and shall pass through a sleeve.

B. All sleeves shall be constructed from electrical-metallic tubing or equivalent weight galvanized steel tubing and shall be flush on both sides of the surface penetrated, unless noted otherwise. All sleeves penetrating the roof areas shall extend a minimum 10 inches above the roof with approved weatherproof counterflashing attached to the

Page 66: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

City of Mission Park Mission, Tx

HALFF ASSOCIATES, INC. Basic Electrical Materials and Methods 2600002-11

conduit above the roof. The sleeves shall be sized to allow free passage of the conduit to be inserted.

C. Sleeves passing through walls or floors on or below grade or in moist areas shall be constructed of galvanized rigid steel and shall be designed with a suitable flange in the center to form a waterproof passage. After the conduit has been installed in the sleeves, the void space around the conduit shall be caulked with jute twine and filled with an asphalt-base compound to insure a waterproof penetration.

1.24 ESCUTCHEONS

A. In each finished space, provided a chromium plated, sectional escutcheon on each conduit, or hanger rod penetrating a wall, floor or ceiling.

B. Size escutcheons and collars to fit snugly around conduit and rods.

C. Where required, provide escutcheons with set screws so that they fit snugly against the finished surface.

1.25 ACCESS PANELS

A. Provide wall and ceiling access panels for unrestricted access to all concealed electrical equipment items and devices installed behind furrings, chases or non-removable suspended ceilings.

B. Access panels shall be UL listed and labeled as required to suit the fire rating of the surface in which installed, with mounting straps, concealed hinges, screwdriver locks, 180 degree open door design, 16 gauge steel construction and door and frame finished in prime coat finish. Panels shall be 12-inch by 12-inch minimum size, but shall be larger as the access requirement of the concealed electrical equipment item or device increases.

PART 2 - PRODUCTS

2.1 SUPPORTING DEVICES

A. Acceptable Manufacturers: 1. Unistrut Corp. 2. B-Line Systems, Inc. 3. Midland Ross-Kindorf.

B. Materials: 1. Suspension hangers for individual runs shall be zinc plated formed steel type. 2. Malleable iron one hold pipe straps shall be used for vertical runs. 3. Beam clamps shall be used for bar joists and beams.

Page 67: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

City of Mission Park Mission, Tx

HALFF ASSOCIATES, INC. Basic Electrical Materials and Methods 2600002-12

4. Anti-vibration hangers shall be combination type having a double deflection neoprene element in series with a steel coil spring; double deflection of 0.30”; steel coil spring shall be selected from a 1” static deflection series with a minimum additional travel to solid of 1/2"; spring diameters shall be large enough to permit 15 degree angular misalignment of the rod connecting the hanger to the ceiling support without rubbing the hanger box.

5. Light fixture hangers: Refer to Section 16511. 6. Corrosive Areas: PVC; at factory apply a minimum of 10-mil-thick PVC coating,

bonded to metal, inside and outside.

C. Approved hangers and stiff leg supports shall be installed in quantity and size as required to carry the weight of raceway and contents and shall be arranged to prevent vibration transmission to the buildings and allow for raceway movement.

D. Hangers shall be supported by means of uncoated solid steel rods which are threaded to allow vertical adjustments. Lock nuts shall be provided in sufficient number and location to lock all rod adjustments permanently at the adjusted height. Two lock nuts shall be used unless the nut tightens against a threaded socket. Minimum rod diameters shall be as follows:

Nominal Conduit Size Rod Diameter 1/2" through 2” 1/4" 2-1/2” through 3” 3/8” 4” and 5” 1/2"

E. Hanger spacing shall be as required for proper and adequate support raceway, but in no case shall be less than one hanger per 8’-0” of raceway length, except that conduit less than 1” diameter shall be supported at least every 6’-0”.

F. Where numerous conduits are run parallel to one another, they may be supported from a trapeze type hanger arrangement with strut bottom.

G. Anti-vibration type hangers shall be provided for equipment as required to minimize vibration and/or as directed by the Architect/Engineer.

H. Support of hangers shall be by means of sufficient quantities of individual after set steel expansion shields, or beam clamps attached to structural steel.

I. Stiff-legs shall be furnished and installed in cases where support from overhead structure is not possible.

J. Ceiling mounted lighting fixtures shall be supported from the building structure at two opposite corners. The Contractor shall provide fixture hangers to properly interface with the ceiling system.

K. Furnish and install complete any additional structural support steel, brackets, fasteners, etc., as required to adequately support all raceway and equipment.

L. Support of hangers from concrete slabs shall be by means of sufficient quantity of “U” brackets attached with after set expansion shields and bolts.

Page 68: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

City of Mission Park Mission, Tx

HALFF ASSOCIATES, INC. Basic Electrical Materials and Methods 2600002-13

M. Support of hangers from concrete tees shall be by means of sufficient quantity of angle iron brackets attached with after set expansion shields and bolts.

2.2 ELECTRICAL IDENTIFICATION

A. Provide electrical identification for the following: 1. Panelboards, contactors, disconnect switches, circuit breakers and other

electrical equipment with nameplate identifying the item of equipment and the equipment serving the same.

2. Raceways, junction boxes and pull boxes. 3. Wiring devices. 4. Wiring.

B. Acceptable Manufacturers: 1. Brady. 2. Panduit. 3. Thomas & Betts. 4. Seton.

C. Nameplates shall be black engraved surface on white core for normal power circuits and red engraved surface on white core for emergency power circuits.

D. Provide for each switchgear, switchboard, distribution panelboard, branch circuit panelboard, transformer, motor control center and any other similar equipment furnished under this Division identification as to its given name, voltage and origination of service.

E. Provide for each feeder protective device in each switchboard, switchgear, distribution panelboard, motor control center and any other similar equipment furnished under this Division identification as to the specific load that it serves.

F. Nameplates shall be laminated, white core, plastic with beveled edges, minimum 1/16 inch thick. Lettering shall be machine-engraved, not less than 1/4" high, cut through the black or red surface to the white core.

G. Raceways shall be identified with voltage rating using pre-printed, self-adhesive labels with black lettering on orange background.

H. Identification shall be with a black permanent marking pen on the top of 4” x 4” junction box covers or on the back of an outlet box cover plate identifying the branch circuits and systems within the conduit. Pull boxes shall be provided with a nameplate stating voltage and system served.

I. On the backside of wiring device wall plates identify with a black permanent marking pen the panelboard and branch circuit number the device is served from.

J. Wire markers for identification of wiring shall be self-adhesive type having letters and numerals indicating serving equipment and feeder or branch circuit number.

Page 69: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

City of Mission Park Mission, Tx

HALFF ASSOCIATES, INC. Basic Electrical Materials and Methods 2600002-14

K. Rotation tags shall be brass or aluminum securely attached to equipment.

L. Surfaces to receive labels or nameplates shall be carefully prepared in accordance with the manufacturer’s instructions and recommendations.

M. Nameplates shall be properly attached to identify switchgear, switchboards, panelboards, feeder circuit breakers, disconnect switches, pull boxes and other similar equipment furnished under this Division.

N. Raceway identification shall be provided at a minimum of every 50’, at each end if less than 50’, and a minimum of once per room or space through which it passes.

O. Wire markers shall be applied to each conductor or cable within switchgear, switchboards, panelboards, motor control centers, motor starter enclosures, circuit breaker enclosures, disconnect switches, cabinets, junction boxes, pull boxes and other similar equipment identifying the serving equipment and feeder or branch circuit from which the conductors originate.

2.3 SITE ELECTRICAL

A. The site electrical work shall include, but not be limited to, the furnishing and installation of necessary materials and making arrangements for the connection of electrical and telephone utilities and for underground conduit.

B. All site electrical work shall be in accordance with latest National Electrical Code (NEC), Article 300, and service installation standards of the serving utility company(s).

C. The location of the electrical service entrance shall be coordinated with the electric utility company and with all other trades. Provide materials and equipment required to connect the electrical service.

D. Provide materials in accordance with other sections of these Specifications.

E. The location of all underground electrical work such as service for parking lot lighting, site lighting, site security, etc. shall be coordinated with all other trades.

F. Underground installation of more than one conduit shall be in a “ductbank” arrangement. All conduits shall be laid so joints are staggered.

G. Where specifically indicated on the Drawings, a full concrete enclosed ductbank with reinforcing rods shall be installed.

H. Perform excavation, shoring, backfilling and concrete work in connection with electrical work in accordance with other Divisions of the Specifications.

I. All underground conduit shall be sloped away from the building to negate water entering the building through the conduit system.

J. Provide underground warning tape 6” to 12” below finished surface along entire length of underground conduit or ductbank. Provide a separate length of tape every 24” in width of ductbank. Interface installation of underground warning tape with backfilling.

Page 70: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

City of Mission Park Mission, Tx

HALFF ASSOCIATES, INC. Basic Electrical Materials and Methods 2600002-15

K. The locations, elevations and voltage of electrical lines and the location of the telephone lines included within the area of this work are indicated on the Drawings or in the Specifications in accordance with information received by the Owner.

L. The Contractor shall examine the site and shall verify, to his own satisfaction, the location and elevation of all utilities and shall adequately inform himself as to their relation to the work.

M. The work associated with existing utility lines to be abandoned or removed, shown within the scope of this project, will be arranged by the Owner with the respective utility.

N. Existing utility lines not indicated but encountered during construction shall be protected, relocated or capped as directed by the Owner’s Representative. All precautions shall be exercised to prevent damage to existing lines not shown, but should work become necessary, it must be authorized prior to execution except in an emergency situation.

O. Before beginning excavations of any nature whatsoever, the Contractor shall make an attempt to locate all underground utilities of every nature occurring within the bounds of the area to be excavated. The Contractor shall then proceed with caution in his excavation work so that no utility shall be damaged with a resultant loss of service.

P. Should damage result to any utility through the Contractor’s negligence or failure to comply with the above directive, he shall be liable for such damage and for all expense incurred in the expeditious repair or replacement of such damaged utilities.

Q. Repair of damaged utilities shall be to a condition equal to or better than the adjacent undamaged portion of such utility and to the complete satisfaction of the Owner.

PART 3 - EXECUTION

3.1 EXCAVATION, TRENCHING AND BACKFILLING

A. All excavating, trenching and backfilling shall generally be performed in accordance with the procedures and using the materials as described in Division 2. Provide all excavation required in connection with the installation of the work under this Division. After the work has been installed, tested and approved, backfill all excavations with suitable material.

B. Bottoms of trenches shall be cut to grade. Should rock be encountered, same shall be excavated to a depth of six (6) inches below bottom of conduit and space shall be filled and tamped as specified hereinafter. Should it be required to lay conduit on fill, fill shall first be compacted.

C. All conduit shall be installed promptly after excavation has been done so as to keep excavations open as short a time as possible.

Page 71: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

City of Mission Park Mission, Tx

HALFF ASSOCIATES, INC. Basic Electrical Materials and Methods 2600002-16

D. Trenches shall be excavated to the required depths. Depth of cover shall be as required by the NEC or as indicated on Drawings. Keep banks of trenches as nearly vertical as possible, and provide adequate shoring where required.

E. When excavation is below the shale or subgrade level, backfill with granular fill or approved backfill material from the site to a depth of 12 inches above top of conduit, but in no case less than 1’-0” below the subgrade surface. The remainder of backfill to the shale or subgrade surface shall be an impervious material and shall be compacted at not less than 95 percent of the maximum dry density as defined by ASTM D-698. At all times, the top of the subgrade shall be kept in such condition that it will drain readily and effectively. Backfill above the subsurface shall be granular fill or approved select backfill from site.

F. Beyond building walls or above the shale or subgrade level, backfill with sand or granular fill to a depth of 12 inches above top of conduit and remainder of trench filled with approved select backfill material from the site.

G. Bottoms of trenches shall be tamped hard and graded to secure the maximum fall. Where rock is excavated below the bottom of the conduit, and before laying the conduit, fill the space between the bottom of the conduit and the rock surface with sand, thoroughly tamped.

H. Trenches dug in fill shall have the conduit supported down to load-bearing soil. After conduits have been inspected and approved by the Owner’s Representative, trenches shall be filled with approved backfill material which shall be firmly compacted, flooded if necessary and thoroughly tamped. Do not backfill with any fill containing rocks, frozen earth or debris.

I. Include the cutting of all sidewalks, streets and other pavements and repairing the opening sin them to return the surface to approximately its original condition.

3.2 CUTTING AND PATCHING

A. Cut all openings required to install the work or to repair any defective work. This cutting shall be performed under the Architect’s/Engineer’s direction and due diligence exercised to avoid cutting openings larger than required or in the wrong locations.

B. No cutting or drilling of any sort will be permitted in the webs of prestressed, precast concrete structural elements. Use core drills or power driven saws to cut openings in the flanges of other such structural elements; the use of reciprocating drills will not be permitted. The cutting of structural members without first having received written permission from the Architect/Engineer is prohibited.

C. Where openings are cut in fire-rated walls or floors, seal the annular space between the work installed and the fire-rated construction. Sealant, as applied, shall be fire rated to maintain the fire rating of the construction penetrated. Sealant shall be re-enterable (before fire) to alter penetrations. Apply in strict accordance with manufacturer’s instructions.

Page 72: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

City of Mission Park Mission, Tx

HALFF ASSOCIATES, INC. Basic Electrical Materials and Methods 2600002-17

3.3 SEALING OF PENETRATIONS

A. Preparation: Remove combustible materials and loose impediments from penetration opening and involved surfaces. Remove free liquid and oil from penetration surfaces.

B. Installation: In accordance with manufacturer’s instructions, install damming materials and sealant to cover and seal penetration openings; inject foam mixtures into openings.

3.4 PROTECTION OF APPARATUS

A. At all times take every precaution to properly protect apparatus from damage due to dust, dirt, water, etc. or from damage due to physical forces. Include the erection of temporary shelters as required, to adequately protect any apparatus stored at the site, the cribbing of any apparatus directly above the construction, and the covering of apparatus in the incomplete building with tarpaulins or other protective covering. Failure on the part of the Contractor to comply with the above to the entire satisfaction of the Architect/Engineer will be sufficient cause for the rejection of the pieces of apparatus in question.

B. Responsibility for the protection of apparatus extend also to existing apparatus involved in this Division of the work, whether such apparatus is designated to be used temporarily and later removed, or is to be reused as a part of the permanent installation. Erect temporary sheltering structures, provide temporary bracing and supports, or cover equipment as required or directed to afford proper protection for that equipment.

C. The Contractor shall protect this work and the work of all other Contractors from damage by his work or workmen and shall make good any damage thus caused. He shall also be responsible for the proper protection of his equipment, machinery, materials and accessories delivered and installed on the job.

3.5 INSTALLATION AND CONNECTION OF OTHER DIVISION’S EQUIPMENT

A. Verify the electrical requirements of all equipment furnished under other Divisions, separate contracts, or by the Owner. Install conduit, power wiring, control wiring, devices, etc. as require for complete operation of all equipment.

3.6 OPTION TO RELOCATE OUTLETS AND RELATED DEVICES

A. The location of power, data and telephone outlets, wall switches and other related devices may be relocated at the Owner’s option, at no additional cost to the Owner, to a point within 10 feet of their present location provided the Contractor is notified prior to installation.

Page 73: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

City of Mission Park Mission, Tx

HALFF ASSOCIATES, INC. Basic Electrical Materials and Methods 2600002-18

3.7 COOPERATION AND CLEAN-UP

A. It shall be the responsibility of the Contractor to cooperate fully to keep the job site in a clean and safe condition. Upon the completion of the job, the Contractor shall immediately remove all of his tools, equipment, surplus materials and debris.

B. After the installation is complete, and before the equipment is energized, clean the interior and exterior of all equipment thoroughly. Clean equipment, removing all debris, rubbish and foreign materials. Each component shall be cleaned and all dust and other foreign material removed. Components shall be cleaned of oxidation. The inside and outside of all switchgear shall also be wiped clean with a lemon-oil rag after other cleaning is complete.

C. Any portion of the work requiring touch-up finishing shall be so finished to equal the specified finish on the product.

3.8 RECORD DRAWINGS AND DOCUMENTATION FOR OWNER

A. The Contractor shall obtain at his own expense a complete set of blueline prints, or Xerox copies on which to keep an accurate record of the installation of all materials, equipment and devices covered by the Contract. The record drawings shall indicate the location of all equipment and devices, and the routing of all systems. All piping and conduit buried in concrete slabs, walls and below grade shall be located by dimension; both horizontally and by vertical elevation, unless a surface mounted device in each space indicates the exact location. Obtain one complete reproducible set of the original drawings on which to neatly, legibly and accurately transfer all project related notations and deliver these drawings to the Architect/Engineer at job completion before final payment and delivery to the Owner. The above data, with the exception of the record drawings, shall be delivered prior to final acceptance.

B. The Contractor shall accumulate in duplicate during the job progress, the following data prepared in indexed 3-ring looseleaf, hard-back binders sized for 8-1/2 inch by 11 inch sheets. No binder shall exceed 3-1/2 inches thick. This data shall be turned over to the Architect/Engineer for review and subsequent delivery to the Owner prior to final acceptance. 1. Warranties, guarantees and manufacturer’s directions on material, equipment

and devices covered by the Contract. 2. Approved lighting fixture brochures, wiring diagrams and control diagrams. 3. Copies of approved submittals and shop drawings. 4. Operating instructions for major apparatus and recommended maintenance

procedures. 5. Copies of all other data and/or drawings required during construction. 6. Repair parts list of major apparatus, including name, address and telephone

number of local supplier or representative. 7. Tag charts and diagrams hereinbefore specified.

Page 74: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

City of Mission Park Mission, Tx

HALFF ASSOCIATES, INC. Basic Electrical Materials and Methods 2600002-19

3.9 FINAL OBSERVATION

A. The purpose of the final observation is to determine whether the Contractor has completed the construction in accordance with the Contract Documents and that in the Owner Representative’s opinion the installation is satisfactory for final acceptance by the Owner.

B. It shall be the responsibility of the Contractor to assure that the installation is ready for final acceptance prior to calling upon the Architect/Engineer to make a final observation.

END OF SECTION 2600002

Page 75: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

City of Mission Park Mission, Tx

HALFF ASSOCIATES, INC. Grounding And Bonding For Electrical Systems 260526 - 1

SECTION 260526

GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section Includes: Grounding systems and equipment.

B. Section includes grounding systems and equipment, plus the following special applications:

1. Underground distribution grounding.

1.3 SUBMITTALS

A. Product Data: For each type of product indicated.

B. Informational Submittals: Plans showing dimensioned as-built locations of grounding features specified in "Field Quality Control" Article, including the following:

1. Test wells. 2. Ground rods. 3. Grounding arrangements and connections for separately derived systems. 4. Grounding for sensitive electronic equipment.

C. Field quality-control reports.

D. Operation and Maintenance Data: For grounding to include in emergency, operation, and maintenance manuals. In addition to items specified in Division 01 Section "Operation and Maintenance Data," include the following:

1. Instructions for periodic testing and inspection of grounding features at test wells grounding connections for separately derived systems.

a. Tests shall determine if ground-resistance or impedance values remain within specified maximums, and instructions shall recommend corrective action if values do not.

Page 76: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

City of Mission Park Mission, Tx

HALFF ASSOCIATES, INC. Grounding And Bonding For Electrical Systems 260526 - 2

1.4 QUALITY ASSURANCE

A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application.

B. Comply with UL 467 for grounding and bonding materials and equipment.

PART 2 - PRODUCTS

2.1 CONDUCTORS

A. Insulated Conductors: Copper or tinned-copper wire or cable insulated for 600 V unless otherwise required by applicable Code or authorities having jurisdiction.

B. Bare Copper Conductors:

1. Solid Conductors: ASTM B 3. 2. Stranded Conductors: ASTM B 8. 3. Tinned Conductors: ASTM B 33. 4. Bonding Cable: 28 kcmil, 14 strands of No. 17 AWG conductor, 1/4 inch (6 mm)

in diameter. 5. Bonding Conductor: No. 4 or No. 6 AWG, stranded conductor. 6. Bonding Jumper: Copper tape, braided conductors terminated with copper

ferrules; 1-5/8 inches (41 mm) wide and 1/16 inch (1.6 mm) thick. 7. Tinned Bonding Jumper: Tinned-copper tape, braided conductors terminated

with copper ferrules; 1-5/8 inches (41 mm) wide and 1/16 inch (1.6 mm) thick.

C. Grounding BusCONNECTORS

D. Listed and labeled by an NRTL acceptable to authorities having jurisdiction for applications in which used and for specific types, sizes, and combinations of conductors and other items connected.

E. Bolted Connectors for Conductors and Pipes: Copper or copper alloy, pressure type with at least two bolts.

1. Pipe Connectors: Clamp type, sized for pipe.

F. Welded Connectors: Exothermic-welding kits of types recommended by kit manufacturer for materials being joined and installation conditions.

G. Bus-bar Connectors: Mechanical type, cast silicon bronze, solderless compression-type wire terminals, and long-barrel, two-bolt connection to ground bus bar.

2.2 GROUNDING ELECTRODES

A. Ground Rods: Copper-clad steel, 3/4 inch by 10 feet (19 mm by 3 m) in diameter.

Page 77: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

City of Mission Park Mission, Tx

HALFF ASSOCIATES, INC. Grounding And Bonding For Electrical Systems 260526 - 3

PART 3 - EXECUTION

3.1 APPLICATIONS

A. Conductors: Install solid conductor for No. 8 AWG and smaller, and stranded conductors for No. 6 AWG and larger unless otherwise indicated.

B. Underground Grounding Conductors: Install bare tinned-copper conductor, No. 2/0 AWG minimum.

1. Bury at least 24 inches (600 mm) below grade. 2. Duct-Bank Grounding Conductor: Bury 12 inches (300 mm) above duct bank

when indicated as part of duct-bank installation.

C. Isolated Grounding Conductors: Green-colored insulation with continuous yellow stripe. On feeders with isolated ground, identify grounding conductor where visible to normal inspection, with alternating bands of green and yellow tape, with at least three bands of green and two bands of yellow.

D. Grounding Bus: Install in electrical and telephone equipment rooms, in rooms housing service equipment, and elsewhere as indicated.

1. Install bus on insulated spacers 2 inches (50 mm) minimum from wall, 6 inches (150 mm) above finished floor unless otherwise indicated.

2. Where indicated on both sides of doorways, route bus up to top of door frame, across top of doorway, and down to specified height above floor; connect to horizontal bus.

E. Conductor Terminations and Connections:

1. Pipe and Equipment Grounding Conductor Terminations: Bolted connectors. 2. Underground Connections: Welded connectors except at test wells and as

otherwise indicated. 3. Connections to Ground Rods at Test Wells: Bolted connectors. 4. Connections to Structural Steel: Welded connectors.

3.2 GROUNDING UNDERGROUND DISTRIBUTION SYSTEM COMPONENTS

A. Comply with IEEE C2 grounding requirements.

3.3 EQUIPMENT GROUNDING

A. Install insulated equipment grounding conductors with all feeders and branch circuits.

B. Install insulated equipment grounding conductors with the following items, in addition to those required by NFPA 70:

1. Feeders and branch circuits. 2. Lighting circuits.

Page 78: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

City of Mission Park Mission, Tx

HALFF ASSOCIATES, INC. Grounding And Bonding For Electrical Systems 260526 - 4

3. Receptacle circuits. 4. Flexible raceway runs. 5. Armored and metal-clad cable runs.

3.4 INSTALLATION

A. Grounding Conductors: Route along shortest and straightest paths possible unless otherwise indicated or required by Code. Avoid obstructing access or placing conductors where they may be subjected to strain, impact, or damage.

B. Ground Rods: Drive rods until tops are 2 inches (50 mm) below finished floor or final grade unless otherwise indicated.

1. Interconnect ground rods with grounding electrode conductor below grade and as otherwise indicated. Make connections without exposing steel or damaging coating if any.

2. For grounding electrode system, install at least three rods spaced at least one-rod length from each other and located at least the same distance from other grounding electrodes, and connect to the service grounding electrode conductor.

C. Test Wells:

1. Test Wells: Install at least one test well for each service unless otherwise indicated. Install at the ground rod electrically closest to service entrance. Set top of test well flush with finished grade or floor.

D. Bonding Straps and Jumpers: Install in locations accessible for inspection and maintenance except where routed through short lengths of conduit.

1. Bonding to Structure: Bond straps directly to basic structure, taking care not to penetrate any adjacent parts.

2. Bonding to Equipment Mounted on Vibration Isolation Hangers and Supports: Install bonding so vibration is not transmitted to rigidly mounted equipment.

3. Use exothermic-welded connectors for outdoor locations; if a disconnect-type connection is required, use a bolted clamp.

3.5 LABELING

A. Comply with requirements in Division 26 Section "Identification for Electrical Systems" Article for instruction signs. The label or its text shall be green.

B. Install labels at the telecommunications bonding conductor and grounding equalizer[ and at the grounding electrode conductor where exposed].

1. Label Text: "If this connector or cable is loose or if it must be removed for any reason, notify the facility manager."

Page 79: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

City of Mission Park Mission, Tx

HALFF ASSOCIATES, INC. Grounding And Bonding For Electrical Systems 260526 - 5

3.6 FIELD QUALITY CONTROL

A. Tests and Inspections:

1. After installing grounding system but before permanent electrical circuits have been energized, test for compliance with requirements.

2. Inspect physical and mechanical condition. Verify tightness of accessible, bolted, electrical connections with a calibrated torque wrench according to manufacturer's written instructions.

3. Test completed grounding system at each location where a maximum ground-resistance level is specified, at service disconnect enclosure grounding terminal, at ground test wells, and at individual ground rods. Make tests at ground rods before any conductors are connected.

a. Measure ground resistance no fewer than two full days after last trace of precipitation and without soil being moistened by any means other than natural drainage or seepage and without chemical treatment or other artificial means of reducing natural ground resistance.

b. Perform tests by fall-of-potential method according to IEEE 81.

4. Prepare dimensioned Drawings locating each test well, ground rod and ground-rod assembly, and other grounding electrodes. Identify each by letter in alphabetical order, and key to the record of tests and observations. Include the number of rods driven and their depth at each location, and include observations of weather and other phenomena that may affect test results. Describe measures taken to improve test results.

B. Grounding system will be considered defective if it does not pass tests and inspections.

C. Prepare test and inspection reports.

D. Report measured ground resistances that exceed the following values:

1. Power and Lighting Equipment or System with Capacity of 500 kVA and Less: 10 ohms.

2. Power and Lighting Equipment or System with Capacity of 500 to 1000 kVA: 5 ohms.

3. Power and Lighting Equipment or System with Capacity More Than 1000 kVA: 3 ohms.

4. Power Distribution Units or Panelboards Serving Electronic Equipment 3 ohm(s).

E. Excessive Ground Resistance: If resistance to ground exceeds specified values, notify Architect promptly and include recommendations to reduce ground resistance.

END OF SECTION 260526

Page 80: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

City of Mission Park Mission, Tx

HALFF ASSOCIATES, INC. Hangers And Supports For Electrical Systems 260529 - 1

SECTION 260529

HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes the following:

1. Hangers and supports for electrical equipment and systems. 2. Construction requirements for concrete bases.

1.3 DEFINITIONS

A. EMT: Electrical metallic tubing.

B. RMC: Rigid metal conduit.

1.4 PERFORMANCE REQUIREMENTS

A. Design supports for multiple raceways capable of supporting combined weight of supported systems and its contents.

B. Design equipment supports capable of supporting combined operating weight of supported equipment and connected systems and components.

C. Rated Strength: Adequate in tension, shear, and pullout force to resist maximum loads calculated or imposed for this Project, with a minimum structural safety factor of five times the applied force.

1.5 SUBMITTALS

A. Product Data: For the following:

1. Steel slotted support systems.

B. Shop Drawings: Show fabrication and installation details and include calculations for the following:

Page 81: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

City of Mission Park Mission, Tx

HALFF ASSOCIATES, INC. Hangers And Supports For Electrical Systems 260529 - 2

1. Trapeze hangers. Include Product Data for components. 2. Steel slotted channel systems. Include Product Data for components. 3. Equipment supports.

1.6 QUALITY ASSURANCE

A. Comply with NFPA 70.

PART 2 - PRODUCTS

2.1 SUPPORT, ANCHORAGE, AND ATTACHMENT COMPONENTS

A. Steel Slotted Support Systems: Comply with MFMA-4, factory-fabricated components for field assembly.

1. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

a. Allied Tube & Conduit. b. Cooper B-Line, Inc.; a division of Cooper Industries. c. ERICO International Corporation. d. GS Metals Corp. e. Thomas & Betts Corporation. f. Unistrut; Tyco International, Ltd.

2. Metallic Coatings: Hot-dip galvanized after fabrication and applied according to MFMA-4.

3. Painted Coatings: Manufacturer's standard painted coating applied according to MFMA-4.

4. Channel Dimensions: Selected for applicable load criteria.

B. Raceway and Cable Supports: As described in NECA 1 and NECA 101.

C. Conduit and Cable Support Devices: Steel and malleable-iron hangers, clamps, and associated fittings, designed for types and sizes of raceway or cable to be supported.

D. Support for Conductors in Vertical Conduit: Factory-fabricated assembly consisting of threaded body and insulating wedging plug or plugs for non-armored electrical conductors or cables in riser conduits. Plugs shall have number, size, and shape of conductor gripping pieces as required to suit individual conductors or cables supported. Body shall be malleable iron.

E. Structural Steel for Fabricated Supports and Restraints: ASTM A 36/A 36M, steel plates, shapes, and bars; black and galvanized.

F. Mounting, Anchoring, and Attachment Components: Items for fastening electrical items or their supports to building surfaces include the following:

Page 82: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

City of Mission Park Mission, Tx

HALFF ASSOCIATES, INC. Hangers And Supports For Electrical Systems 260529 - 3

1. Powder-Actuated Fasteners: Threaded-steel stud, for use in hardened portland cement concrete, steel, or wood, with tension, shear, and pullout capacities appropriate for supported loads and building materials where used.

a. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following:

b. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1) Hilti Inc. 2) ITW Ramset/Red Head; a division of Illinois Tool Works, Inc.

2. Mechanical-Expansion Anchors: Insert-wedge-type, steel, for use in hardened portland cement concrete with tension, shear, and pullout capacities appropriate for supported loads and building materials in which used.

a. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following:

b. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1) Cooper B-Line, Inc.; a division of Cooper Industries. 2) Hilti Inc. 3) ITW Ramset/Red Head; a division of Illinois Tool Works, Inc.

3. Concrete Inserts: Steel or malleable-iron, slotted support system units similar to MSS Type 18; complying with MFMA-4 or MSS SP-58.

4. Clamps for Attachment to Steel Structural Elements: MSS SP-58, type suitable for attached structural element.

5. Through Bolts: Structural type, hex head, and high strength. Comply with ASTM A 325.

6. Toggle Bolts: All-steel springhead type. 7. Hanger Rods: Threaded steel.

2.2 FABRICATED METAL EQUIPMENT SUPPORT ASSEMBLIES

A. Description: Welded or bolted, structural-steel shapes, shop or field fabricated to fit dimensions of supported equipment.

PART 3 - EXECUTION

3.1 APPLICATION

A. Comply with NECA 1 and NECA 101 for application of hangers and supports for electrical equipment and systems except if requirements in this Section are stricter.

Page 83: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

City of Mission Park Mission, Tx

HALFF ASSOCIATES, INC. Hangers And Supports For Electrical Systems 260529 - 4

B. Maximum Support Spacing and Minimum Hanger Rod Size for Raceway: Space supports for EMT, IMC, and RMC as required by NFPA 70. Minimum rod size shall be 1/4 inch (6 mm) in diameter.

C. Multiple Raceways or Cables: Install trapeze-type supports fabricated with steel slotted or other support system, sized so capacity can be increased by at least 25 percent in future without exceeding specified design load limits.

1. Secure raceways and cables to these supports with single-bolt conduit clamps using spring friction action for retention in support channel.

D. Spring-steel clamps designed for supporting single conduits without bolts may be used for 1-1/2-inch (38-mm) and smaller raceways serving branch circuits and communication systems above suspended ceilings and for fastening raceways to trapeze supports.

3.2 SUPPORT INSTALLATION

A. Comply with NECA 1 and NECA 101 for installation requirements except as specified in this Article.

B. Raceway Support Methods: In addition to methods described in NECA 1, EMT, IMC, and RMC may be supported by openings through structure members, as permitted in NFPA 70.

C. Strength of Support Assemblies: Where not indicated, select sizes of components so strength will be adequate to carry present and future static loads within specified loading limits. Minimum static design load used for strength determination shall be weight of supported components plus 200 lb (90 kg).

D. Mounting and Anchorage of Surface-Mounted Equipment and Components: Anchor and fasten electrical items and their supports to building structural elements by the following methods unless otherwise indicated by code:

1. To New Concrete: Bolt to concrete inserts. 2. To Masonry: Approved toggle-type bolts on hollow masonry units and expansion

anchor fasteners on solid masonry units. 3. To Existing Concrete: Expansion anchor fasteners or threaded through wall. 4. Instead of expansion anchors, powder-actuated driven threaded studs provided

with lock washers and nuts may be used in existing standard-weight concrete 4 inches (100 mm) thick or greater. Do not use for anchorage to lightweight-aggregate concrete or for slabs less than 4 inches (100 mm) thick.

5. To Steel: Beam clamps complying with MSS SP-69. 6. To Light Steel: Sheet metal screws. 7. Items Mounted on Hollow Walls and Nonstructural Building Surfaces: Mount

cabinets, panelboards, disconnect switches, control enclosures, pull and junction boxes, transformers, and other devices on slotted-channel racks attached to substrate.

Page 84: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

City of Mission Park Mission, Tx

HALFF ASSOCIATES, INC. Hangers And Supports For Electrical Systems 260529 - 5

E. Drill holes for expansion anchors in concrete at locations and to depths that avoid reinforcing bars.

3.3 INSTALLATION OF FABRICATED METAL SUPPORTS

A. Cut, fit, and place miscellaneous metal supports accurately in location, alignment, and elevation to support and anchor electrical materials and equipment.

B. Field Welding: Comply with AWS D1.1/D1.1M.

3.4 CONCRETE BASES

A. Construct concrete bases of dimensions indicated but not less than 4 inches (100 mm) larger in both directions than supported unit, and so anchors will be a minimum of 10 bolt diameters from edge of the base.

B. Use 3000-psi, 28-day compressive-strength concrete. Concrete materials, reinforcement, and placement requirements are specified in Division 03 Section "Cast-in-Place Concrete."

C. Anchor equipment to concrete base.

1. Place and secure anchorage devices. Use supported equipment manufacturer's setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded.

2. Install anchor bolts to elevations required for proper attachment to supported equipment.

3. Install anchor bolts according to anchor-bolt manufacturer's written instructions.

3.5 PAINTING

A. Touchup: Clean field welds and abraded areas of shop paint. Paint exposed areas immediately after erecting hangers and supports. Use same materials as used for shop painting.

1. Apply paint by brush or spray to provide minimum dry film thickness of 2.0 mils (0.05 mm).

B. Touchup: Comply with requirements in Division 09 for cleaning and touchup painting of field welds, bolted connections, and abraded areas of shop paint on miscellaneous metal.

C. Galvanized Surfaces: Clean welds, bolted connections, and abraded areas and apply galvanizing-repair paint to comply with ASTM A 780.

END OF SECTION 260529

Page 85: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

City of Mission Park Mission, Tx

HALFF ASSOCIATES, INC. Raceways and Boxes For Electrical Systems 260533- 1

SECTION 260533

RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes raceways, fittings, boxes, enclosures, and cabinets for electrical wiring.

B. Related Sections include the following:

1. Division 26 Section "Underground Ducts and Raceways for Electrical Systems" for exterior ductbanks, manholes, and underground utility construction.

1.3 DEFINITIONS

A. EMT: Electrical metallic tubing.

B. EPDM: Ethylene-propylene-diene terpolymer rubber.

C. RNC: Rigid nonmetallic conduit.

1.4 SUBMITTALS

A. Product Data: For surface raceways, wireways and fittings, floor boxes, hinged-cover enclosures, and cabinets.

B. Shop Drawings: For the following raceway components. Include plans, elevations, sections, details, and attachments to other work.

1. Custom enclosures and cabinets. 2. For handholes and boxes for underground wiring, including the following:

a. Conduit entry provisions, including locations and conduit sizes. b. Frame and cover design. c. Grounding details. d. Dimensioned locations of cable rack inserts, and pulling-in and lifting irons.

Page 86: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

City of Mission Park Mission, Tx

HALFF ASSOCIATES, INC. Raceways and Boxes For Electrical Systems 260533- 2

e. Joint details.

C. Coordination Drawings: Conduit routing plans, drawn to scale, on which the following items are shown and coordinated with each other, based on input from installers of the items involved:

1. Structural members in the paths of conduit groups with common supports. 2. HVAC and plumbing items and architectural features in the paths of conduit

groups with common supports.

1.5 QUALITY ASSURANCE

A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use.

B. Comply with NFPA 70.

PART 2 - PRODUCTS

2.1 METAL CONDUIT AND TUBING

A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following:

B. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1. AFC Cable Systems, Inc. 2. Alflex Inc. 3. Allied Tube & Conduit; a Tyco International Ltd. Co. 4. Anamet Electrical, Inc.; Anaconda Metal Hose. 5. Electri-Flex Co. 6. Manhattan/CDT/Cole-Flex. 7. Maverick Tube Corporation. 8. O-Z Gedney; a unit of General Signal. 9. Wheatland Tube Company.

C. Rigid Steel Conduit: ANSI C80.1.

D. EMT: ANSI C80.3.

E. Fittings for Conduit (Including all Types and Flexible and Liquidtight), EMT: NEMA FB 1; listed for type and size raceway with which used, and for application and environment in which installed. 1. Fittings for EMT: Steel -screw or compression type.

Page 87: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

City of Mission Park Mission, Tx

HALFF ASSOCIATES, INC. Raceways and Boxes For Electrical Systems 260533- 3

F. Joint Compound for Rigid Steel Conduit: Listed for use in cable connector assemblies, and compounded for use to lubricate and protect threaded raceway joints from corrosion and enhance their conductivity.

2.2 NONMETALLIC CONDUIT AND TUBING

A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following:

B. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1. AFC Cable Systems, Inc. 2. Anamet Electrical, Inc.; Anaconda Metal Hose. 3. CANTEX Inc. 4. CertainTeed Corp.; Pipe & Plastics Group. 5. Lamson & Sessions; Carlon Electrical Products. 6. RACO; a Hubbell Company. 7. Thomas & Betts Corporation.

C. RNC: NEMA TC 2, Type EPC-40-PVC, unless otherwise indicated.

D. LFNC: UL 1660.

E. Fittings for RNC: NEMA TC 3; match to conduit or tubing type and material.

F. Fittings for LFNC: UL 514B.

2.3 METAL WIREWAYS

A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following:

B. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1. Cooper B-Line, Inc. 2. Hoffman. 3. Square D; Schneider Electric. 4. Wiremolp. 5. Cabolafil.

C. Description: Sheet metal sized and shaped as indicated, NEMA 250, Type 1 or 3R, unless otherwise indicated.

Page 88: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

City of Mission Park Mission, Tx

HALFF ASSOCIATES, INC. Raceways and Boxes For Electrical Systems 260533- 4

D. Fittings and Accessories: Include couplings, offsets, elbows, expansion joints, adapters, hold-down straps, end caps, and other fittings to match and mate with wireways as required for complete system.

E. Wireway Covers: As indicated.

F. Finish: Manufacturer's standard enamel finish.

2.4 BOXES, ENCLOSURES, AND CABINETS

A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following:

1. Cooper Crouse-Hinds; Div. of Cooper Industries, Inc. 2. EGS/Appleton Electric. 3. Erickson Electrical Equipment Company. 4. Hoffman. 5. Hubbell Incorporated; Killark Electric Manufacturing Co. Division. 6. O-Z/Gedney; a unit of General Signal. 7. RACO; a Hubbell Company. 8. Robroy Industries, Inc.; Enclosure Division. 9. Scott Fetzer Co.; Adalet Division. 10. Spring City Electrical Manufacturing Company. 11. Thomas & Betts Corporation. 12. Walker Systems, Inc.; Wiremold Company (The). 13. Woodhead, Daniel Company; Woodhead Industries, Inc. Subsidiary.

B. Sheet Metal Outlet and Device Boxes: NEMA OS 1.

C. Cast-Metal Outlet and Device Boxes: NEMA FB 1, ferrous alloy, Type FD, with gasketed cover.

D. Nonmetallic Outlet and Device Boxes: NEMA OS 2.

E. Metal Floor Boxes: Cast or sheet metal, fully adjustable, rectangular. (As indicated on drawings)

F. Nonmetallic Floor Boxes: Nonadjustable, round.

G. Small Sheet Metal Pull and Junction Boxes: NEMA OS 1.

H. Cast-Metal Access, Pull, and Junction Boxes: NEMA FB 1, galvanized, cast iron with gasketed cover.

I. Hinged-Cover Enclosures: NEMA 250, Type 1, with continuous-hinge cover with flush latch, unless otherwise indicated.

1. Metal Enclosures: Steel, finished inside and out with manufacturer's standard enamel.

Page 89: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

City of Mission Park Mission, Tx

HALFF ASSOCIATES, INC. Raceways and Boxes For Electrical Systems 260533- 5

2. Nonmetallic Enclosures: Plastic or fiberglass.

J. Cabinets:

1. NEMA 250, Type 1, galvanized-steel box with removable interior panel and removable front, finished inside and out with manufacturer's standard enamel.

2. Hinged door in front cover with flush latch and concealed hinge. 3. Key latch to match panelboards. 4. Metal barriers to separate wiring of different systems and voltage. 5. Accessory feet where required for freestanding equipment.

2.5 SLEEVES FOR RACEWAYS

A. Steel Pipe Sleeves: ASTM A 53/A 53M, Type E, Grade B, Schedule 40, galvanized steel, plain ends.

B. Cast-Iron Pipe Sleeves: Cast or fabricated "wall pipe," equivalent to ductile-iron pressure pipe, with plain ends and integral waterstop, unless otherwise indicated.

C. Sleeves for Rectangular Openings: Galvanized sheet steel with minimum 0.052- or 0.138-inch (1.3- or 3.5-mm) thickness as indicated and of length to suit application.

D. Coordinate sleeve selection and application with selection and application of firestopping specified in Division 07 Section "Penetration Firestopping."

2.6 SLEEVE SEALS

A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following:

1. Advance Products & Systems, Inc. 2. Calpico, Inc. 3. Metraflex Co. 4. Pipeline Seal and Insulator, Inc.

B. Description: Modular sealing device, designed for field assembly, to fill annular space between sleeve and cable.

1. Sealing Elements: EPDM interlocking links shaped to fit surface of cable or conduit. Include type and number required for material and size of raceway or cable.

2. Pressure Plates: Carbon steel Include two for each sealing element. 3. Connecting Bolts and Nuts: Carbon steel with corrosion-resistant coating of

length required to secure pressure plates to sealing elements. Include one for each sealing element.

Page 90: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

City of Mission Park Mission, Tx

HALFF ASSOCIATES, INC. Raceways and Boxes For Electrical Systems 260533- 6

PART 3 - EXECUTION

3.1 RACEWAY APPLICATION

A. Outdoors: Apply raceway products as specified below, unless otherwise indicated:

1. Exposed Conduit: Rigid steel conduit. 2. Concealed Conduit, Aboveground: EMT 3. Underground Conduit: RNC, Type EPC-40-PVC, direct buried. 4. Connection to Vibrating Equipment (Including Transformers and Hydraulic,

Pneumatic, Electric Solenoid, or Motor-Driven Equipment): LFMC. 5. Boxes and Enclosures, Aboveground: NEMA 250, Type 3R.

B. Minimum Raceway Size: 1/2-inch.

C. Raceway Fittings: Compatible with raceways and suitable for use and location.

1. Rigid Steel Conduit: Use threaded rigid steel conduit fittings, unless otherwise indicated.

3.2 INSTALLATION

A. Comply with NECA 1 for installation requirements applicable to products specified in Part 2 except where requirements on Drawings or in this Article are stricter.

B. Keep raceways at least 6 inches (150 mm) away from parallel runs of flues and steam or hot-water pipes. Install horizontal raceway runs above water and steam piping.

C. Complete raceway installation before starting conductor installation. Use conduit caps to protect installed conduit against entrance of dirt and moisture before area is dryed in and cable or wire are not immediately installed. Tape covering of conduit ends is not acceptable.

D. Support raceways as specified in Division 26 Section "Hangers and Supports for Electrical Systems."

E. Arrange stub-ups so curved portions of bends are not visible above the finished slab.

F. Install no more than the equivalent of three 90-degree bends in any conduit run.

G. Conceal conduit and EMT within finished walls, ceilings, and floors, unless otherwise indicated.

H. Raceways Embedded in Slabs:

1. Run conduit larger than 1-inch (27-mm) trade size, parallel or at right angles to main reinforcement. Where at right angles to reinforcement, place conduit close to slab support.

Page 91: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

City of Mission Park Mission, Tx

HALFF ASSOCIATES, INC. Raceways and Boxes For Electrical Systems 260533- 7

2. Arrange raceways to cross building expansion joints at right angles with expansion fittings.

3. Change from Type EPC-40-PVC to rigid steel conduit, before rising above the floor.

4. Elbows larger than 1/2" or on runs longer than 50' shall be rigid steel. 5. Tape all GRC with 2" overlapping tape where underground or where in contact

with concrete.

I. Threaded Conduit Joints, Exposed to Wet, Damp, Corrosive, or Outdoor Conditions: Apply listed compound to threads of raceway and fittings before making up joints. Follow compound manufacturer's written instructions.

J. Raceway Terminations at Locations Subject to Moisture or Vibration: Use insulating bushings to protect conductors, including conductors smaller than No. 4 AWG.

K. Install pull wires in empty raceways. Use polypropylene or monofilament plastic line with not less than 200-lb (90-kg) tensile strength. Leave at least 12 inches (300 mm) of slack at each end of pull wire.

L. Install raceway sealing fittings at suitable, approved, and accessible locations and fill them with listed sealing compound. For concealed raceways, install each fitting in a flush steel box with a blank cover plate having a finish similar to that of adjacent plates or surfaces. Install raceway sealing fittings at the following points:

1. Where conduits pass from warm to cold locations, such as boundaries of refrigerated spaces.

2. Where otherwise required by NFPA 70.

M. Expansion-Joint Fittings: Install in each run of aboveground conduit that is located where environmental temperature change may exceed 30 deg F (17 deg C), and that has straight-run length that exceeds 25 feet (7.6 m).

1. Install expansion-joint fittings for each of the following locations, and provide type and quantity of fittings that accommodate temperature change listed for location:

a. Outdoor Locations Not Exposed to Direct Sunlight: 125 deg F (70 deg C temperature change.

b. Outdoor Locations Exposed to Direct Sunlight: 155 deg F (86 deg C) temperature change.

c. Indoor Spaces: Connected with the Outdoors without Physical Separation: [125 deg F (70 deg C) temperature change.

d. Attics: 135 deg F (75 deg C) temperature change.

2. Install fitting(s) that provide expansion and contraction for at least 0.00041 inch per foot of length of straight run per deg F (0.06 mm per meter of length of straight run per deg C) of temperature change.

3. Install each expansion-joint fitting with position, mounting, and piston setting selected according to manufacturer's written instructions for conditions at specific location at the time of installation.

Page 92: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

City of Mission Park Mission, Tx

HALFF ASSOCIATES, INC. Raceways and Boxes For Electrical Systems 260533- 8

4. Unless expansion fitting has internal bonding braid, a green insulated grounding conductor shall be pulled in conduit.

N. Set metal floor boxes level and flush with finished floor surface.

O. Set nonmetallic floor boxes level. Trim after installation to fit flush with finished floor surface.

3.3 INSTALLATION OF UNDERGROUND CONDUIT

A. Direct-Buried Conduit:

1. Excavate trench bottom to provide firm and uniform support for conduit. Prepare trench bottom as specified in Division 31 Section "Earth Moving" for pipe less than 6 inches (150 mm) in nominal diameter.

2. Install backfill as specified in Division 31 Section "Earth Moving." 3. After installing conduit, backfill and compact. Start at tie-in point, and work

toward end of conduit run, leaving conduit at end of run free to move with expansion and contraction as temperature changes during this process. Firmly hand tamp backfill around conduit to provide maximum supporting strength. After placing controlled backfill to within 12 inches (300 mm) of finished grade, make final conduit connection at end of run and complete backfilling with normal compaction as specified in Division 31 Section "Earth Moving."

4. Install manufactured elbows for stub-ups at poles and equipment and at building entrances through the floor, unless otherwise indicated. Encase elbows for stub-up ducts throughout the length of the elbow.

5. Install manufactured rigid steel conduit elbows for stub-ups at poles and equipment and at building entrances through the floor.

a. Couple steel conduits to ducts with adapters designed for this purpose, and encase coupling with 3 inches (75 mm) of concrete.

b. For stub-ups at equipment mounted on outdoor concrete bases, extend steel conduit horizontally a minimum of 60 inches (1500 mm) from edge of equipment pad or foundation. Install insulated grounding bushings on terminations at equipment.

3.4 INSTALLATION OF UNDERGROUND HANDHOLES AND BOXES

A. Install handholes and boxes level and plumb and with orientation and depth coordinated with connecting conduits to minimize bends and deflections required for proper entrances.

B. Unless otherwise indicated, support units on a level bed of crushed stone or gravel, graded from 1/2-inch (12.5-mm) sieve to No. 4 (4.75-mm) sieve and compacted to same density as adjacent undisturbed earth.

C. Elevation: In paved areas, set so cover surface will be flush with finished grade. Set covers of other enclosures 1 inch (25 mm) above finished grade.

Page 93: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

City of Mission Park Mission, Tx

HALFF ASSOCIATES, INC. Raceways and Boxes For Electrical Systems 260533- 9

D. Install handholes and boxes with bottom below the frost line, below grade.

E. Install removable hardware, including pulling eyes, cable stanchions, cable arms, and insulators, as required for installation and support of cables and conductors and as indicated. Select arm lengths to be long enough to provide spare space for future cables, but short enough to preserve adequate working clearances in the enclosure.

F. Field-cut openings for conduits according to enclosure manufacturer's written instructions. Cut wall of enclosure with a tool designed for material to be cut. Size holes for terminating fittings to be used, and seal around penetrations after fittings are installed.

3.5 SLEEVE INSTALLATION FOR ELECTRICAL PENETRATIONS

A. Coordinate sleeve selection and application with selection and application of firestopping specified in Division 07 Section "Penetration Firestopping."

B. Concrete Slabs and Walls: Install sleeves for penetrations unless core-drilled holes or formed openings are used. Install sleeves during erection of slabs and walls.

C. Use pipe sleeves unless penetration arrangement requires rectangular sleeved opening.

D. Rectangular Sleeve Minimum Metal Thickness:

1. For sleeve cross-section rectangle perimeter less than 50 inches (1270 mm) and no side greater than 16 inches (400 mm), thickness shall be 0.052 inch (1.3 mm).

2. For sleeve cross-section rectangle perimeter equal to, or greater than, 50 inches (1270 mm) and 1 or more sides equal to, or greater than, 16 inches (400 mm), thickness shall be 0.138 inch (3.5 mm).

E. Fire-Rated Assemblies: Install sleeves for penetrations of fire-rated floor and wall assemblies unless openings compatible with firestop system used are fabricated during construction of floor or wall.

F. Cut sleeves to length for mounting flush with both surfaces of walls.

G. Extend sleeves installed in floors 2 inches (50 mm) above finished floor level.

H. Size pipe sleeves to provide 1/4-inch (6.4-mm) annular clear space between sleeve and raceway unless sleeve seal is to be installed.

I. Seal space outside of sleeves with grout for penetrations of concrete and masonry.

J. Interior Penetrations of Non-Fire-Rated Walls and Floors: Seal annular space between sleeve and raceway, using joint sealant appropriate for size, depth, and location of joint. Refer to Division 07 Section "Joint Sealants" for materials and installation.

Page 94: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

City of Mission Park Mission, Tx

HALFF ASSOCIATES, INC. Raceways and Boxes For Electrical Systems 260533- 10

K. Fire-Rated-Assembly Penetrations: Maintain indicated fire rating of walls, partitions, ceilings, and floors at raceway penetrations. Install sleeves and seal with firestop materials. Comply with Division 07 Section "Penetration Firestopping."

L. Roof-Penetration Sleeves: Seal penetration of individual raceways with flexible, boot-type flashing units applied in coordination with roofing work.

M. Aboveground, Exterior-Wall Penetrations: Seal penetrations using sleeves and mechanical sleeve seals. Select sleeve size to allow for 1-inch (25-mm) annular clear space between pipe and sleeve for installing mechanical sleeve seals.

N. Underground, Exterior-Wall Penetrations: Install cast-iron "wall pipes" for sleeves. Size sleeves to allow for 1-inch (25-mm) annular clear space between raceway and sleeve for installing mechanical sleeve seals.

3.6 SLEEVE-SEAL INSTALLATION

A. Install to seal underground, exterior wall penetrations.

B. Use type and number of sealing elements recommended by manufacturer for raceway material and size. Position raceway in center of sleeve. Assemble mechanical sleeve seals and install in annular space between raceway and sleeve. Tighten bolts against pressure plates that cause sealing elements to expand and make watertight seal.

3.7 FIRESTOPPING

A. Apply firestopping to electrical penetrations of fire-rated floor and wall assemblies to restore original fire-resistance rating of assembly. Firestopping materials and installation requirements are specified in Division 07 Section "Penetration Firestopping."

3.8 PROTECTION

A. Provide final protection and maintain conditions that ensure coatings, finishes, and cabinets are without damage or deterioration at time of Substantial Completion.

1. Repair damage to galvanized finishes with zinc-rich paint recommended by manufacturer.

2. Repair damage to PVC or paint finishes with matching touchup coating recommended by manufacturer.

END OF SECTION 260533

Page 95: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

City of Mission Park Mission, Tx

HALFF ASSOCIATES, INC. Underground Ducts And Raceways For Electrical Systems 260543 - 1

SECTION 260543

UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes the following:

1. Conduit, ducts, and duct accessories for direct-buried duct banks, and in single duct runs.

2. Handholes and boxes.

1.3 DEFINITION

A. RNC: Rigid nonmetallic conduit.

1.4 ACTION SUBMITTALS

A. Product Data: For the following:

1. Duct-bank materials, including separators and miscellaneous components. 2. Ducts and conduits and their accessories, including elbows, end bells, bends,

fittings, and solvent cement. 3. Accessories for handholes and boxes. 4. Warning tape. 5. Warning planks.

B. Shop Drawings for Factory-Fabricated Handholes and Boxes Other Than Precast Concrete: Include dimensioned plans, sections, and elevations, and fabrication and installation details, including the following:

1. Duct entry provisions, including locations and duct sizes. 2. Cover design. 3. Grounding details. 4. Dimensioned locations of cable rack inserts, and pulling-in and lifting irons.

Page 96: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

City of Mission Park Mission, Tx

HALFF ASSOCIATES, INC. Underground Ducts And Raceways For Electrical Systems 260543 - 2

1.5 INFORMATIONAL SUBMITTALS

A. Duct-Bank Coordination Drawings: Show duct profiles and coordination with other utilities and underground structures.

1. Include plans and sections, drawn to scale, and show bends and locations of expansion fittings.

2. Drawings shall be signed and sealed by a qualified professional engineer.

B. Product Certificates: For concrete and steel used in precast concrete handholes, as required by ASTM C 858.

C. Qualification Data: For professional engineer and testing agency.

D. Source quality-control test reports.

E. Field quality-control test reports.

1.6 QUALITY ASSURANCE

A. Testing Agency Qualifications: Qualified according to ASTM E 329 for testing indicated.

B. Comply with ANSI C2.

C. Comply with NFPA 70.

1.7 DELIVERY, STORAGE, AND HANDLING

A. Deliver ducts to Project site with ends capped. Store nonmetallic ducts with supports to prevent bending, warping, and deforming.

B. Store precast concrete and other factory-fabricated underground utility structures at Project site as recommended by manufacturer to prevent physical damage. Arrange so identification markings are visible.

C. Lift and support precast concrete units only at designated lifting or supporting points.

1.8 PROJECT CONDITIONS

A. Interruption of Existing Electrical Service: Do not interrupt electrical service to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary electrical service according to requirements indicated:

1. Notify Construction Manager and City of Mission Planning Director no fewer than five days in advance of proposed interruption of electrical service.

2. Do not proceed with interruption of electrical service without Construction Manager's and City of Mission Planning Director’s written permission.

Page 97: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

City of Mission Park Mission, Tx

HALFF ASSOCIATES, INC. Underground Ducts And Raceways For Electrical Systems 260543 - 3

1.9 COORDINATION

A. Coordinate layout and installation of ducts, handholes, and boxes with final arrangement of other utilities, site grading, and surface features as determined in the field.

B. Coordinate elevations of ducts and duct-bank entrances into manholes, handholes, and boxes with final locations and profiles of ducts and duct banks as determined by coordination with other utilities, underground obstructions, and surface features. Revise locations and elevations from those indicated as required to suit field conditions and to ensure that duct runs drain to manholes and handholes, and as approved by Architect.

1.10 EXTRA MATERIALS

A. Furnish extra materials described below that match products installed and that are packaged with protective covering for storage and identified with labels describing contents.

B. Furnish cable-support stanchions, arms, and associated fasteners in quantities equal to 5 percent of quantity of each item installed.

PART 2 - PRODUCTS

2.1 CONDUIT

A. Rigid Steel Conduit: Galvanized. Comply with ANSI C80.1.

B. RNC: NEMA TC 2, Type EPC-40-PVC, UL 651, with matching fittings by same manufacturer as the conduit, complying with NEMA TC 3 and UL 514B.

2.2 NONMETALLIC DUCTS AND DUCT ACCESSORIES

A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following:

B. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

C. Basis-of-Design Product: Subject to compliance with requirements, provide the product indicated on Drawings or a comparable product by one of the following:

1. ARNCO Corp. 2. Beck Manufacturing. 3. Cantex, Inc. 4. CertainTeed Corp.; Pipe & Plastics Group.

Page 98: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

City of Mission Park Mission, Tx

HALFF ASSOCIATES, INC. Underground Ducts And Raceways For Electrical Systems 260543 - 4

5. Condux International, Inc. 6. ElecSys, Inc.

D. Underground Plastic Utilities Duct: NEMA TC 6 & 8, Type EB-20-PVC, ASTM F 512, UL 651A, with matching fittings by the same manufacturer as the duct, complying with NEMA TC 9.

E. Underground Plastic Utilities Duct: NEMA TC 6 & 8, Type DB-60-PVC, ASTM F 512, with matching fittings by the same manufacturer as the duct, complying with NEMA TC 9.

F. Duct Accessories:

1. Duct Separators: Factory-fabricated rigid PVC interlocking spacers, sized for type and sizes of ducts with which used, and selected to provide minimum duct spacings indicated while supporting ducts during concreting or backfilling.

2. Warning Tape: Underground-line warning tape specified in Section 260553 "Identification for Electrical Systems."

2.3 PRECAST CONCRETE HANDHOLES AND BOXES

A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following:

1. Refer to plans.

B. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1. Carder Concrete Products. 2. Christy Concrete Products. 3. Elmhurst-Chicago Stone Co. 4. Oldcastle Precast Group. 5. Riverton Concrete Products; a division of Cretex Companies, Inc.

C. Comply with ASTM C 858 for design and manufacturing processes.

D. Description: Factory-fabricated, reinforced-concrete, monolithically poured walls and bottom unless open-bottom enclosures are indicated. Frame and cover shall form top of enclosure and shall have load rating consistent with that of handhole or box.

1. Frame and Cover: Weatherproof cast-iron frame, with cast-iron cover with recessed cover hook eyes and tamper-resistant, captive, cover-securing bolts.

2. Frame and Cover: Weatherproof steel frame, with steel cover with recessed cover hook eyes and tamper-resistant, captive, cover-securing bolts.

3. Frame and Cover: Weatherproof steel frame, with hinged steel access door assembly with tamper-resistant, captive, cover-securing bolts.

a. Cover Hinges: Concealed, with hold-open ratchet assembly.

Page 99: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

City of Mission Park Mission, Tx

HALFF ASSOCIATES, INC. Underground Ducts And Raceways For Electrical Systems 260543 - 5

b. Cover Handle: Recessed.

4. Frame and Cover: Weatherproof aluminum frame with hinged aluminum access door assembly with tamper-resistant, captive, cover-securing bolts.

a. Cover Hinges: Concealed, with hold-open ratchet assembly. b. Cover Handle: Recessed.

5. Cover Finish: Nonskid finish shall have a minimum coefficient of friction of 0.50. 6. Cover Legend: Molded lettering, "ELECTRIC." 7. Configuration: Units shall be designed for flush burial and have open bottom,

unless otherwise indicated. 8. Extensions and Slabs: Designed to mate with bottom of enclosure. Same

material as enclosure.

a. Extension shall provide increased depth of 12 inches (300 mm). b. Slab: Same dimensions as bottom of enclosure, and arranged to provide

closure.

9. Windows: Precast openings in walls, arranged to match dimensions and elevations of approaching ducts and duct banks plus an additional 12 inches (300 mm) vertically and horizontally to accommodate alignment variations.

a. Windows shall be located no less than 6 inches (150 mm) from interior surfaces of walls, floors, or frames and covers of handholes, but close enough to corners to facilitate racking of cables on walls.

b. Window opening shall have cast-in-place, welded wire fabric reinforcement for field cutting and bending to tie in to concrete envelopes of duct banks.

c. Window openings shall be framed with at least two additional No. 4 steel reinforcing bars in concrete around each opening.

10. Duct Entrances in Handhole Walls: Cast end-bell or duct-terminating fitting in wall for each entering duct.

a. Type and size shall match fittings to duct or conduit to be terminated. b. Fittings shall align with elevations of approaching ducts and be located

near interior corners of handholes to facilitate racking of cable.

11. Handholes 12 inches wide by 24 inches long (300 mm wide by 600 mm long) and larger shall have inserts for cable racks and pulling-in irons installed before concrete is poured.

2.4 HANDHOLES AND BOXES OTHER THAN PRECAST CONCRETE

A. Description: Comply with SCTE 77.

1. Color: Gray. 2. Configuration: Units shall be designed for flush burial and have open bottom,

unless otherwise indicated.

Page 100: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

City of Mission Park Mission, Tx

HALFF ASSOCIATES, INC. Underground Ducts And Raceways For Electrical Systems 260543 - 6

3. Cover: Weatherproof, secured by tamper-resistant locking devices and having structural load rating consistent with enclosure.

4. Cover Finish: Nonskid finish shall have a minimum coefficient of friction of 0.50. 5. Cover Legend: Molded lettering, "ELECTRIC." 6. Direct-Buried Wiring Entrance Provisions: Knockouts equipped with insulated

bushings or end-bell fittings, selected to suit box material, sized for wiring indicated, and arranged for secure, fixed installation in enclosure wall.

7. Duct Entrance Provisions: Duct-terminating fittings shall mate with entering ducts for secure, fixed installation in enclosure wall.

8. Handholes 12 inches wide by 24 inches long (300 mm wide by 600 mm long) and larger shall have factory-installed inserts for cable racks and pulling-in irons.

B. Polymer Concrete Handholes and Boxes with Polymer Concrete Cover: Molded of sand and aggregate, bound together with a polymer resin, and reinforced with steel or fiberglass or a combination of the two.

1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following:

2. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

3. Basis-of-Design Product: Subject to compliance with requirements, provide the product indicated on Drawings or a comparable product by one of the following:

a. Armorcast Products Company. b. Carson Industries LLC. c. CDR Systems Corporation. d. NewBasis.

C. Fiberglass Handholes and Boxes with Polymer Concrete Frame and Cover: Sheet-molded, fiberglass-reinforced, polyester resin enclosure joined to polymer concrete top ring or frame.

1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following:

2. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

3. Basis-of-Design Product: Subject to compliance with requirements, provide the product indicated on Drawings or a comparable product by one of the following:

a. Armorcast Products Company. b. Carson Industries LLC. c. Christy Concrete Products. d. Synertech Moulded Products, Inc.; a division of Oldcastle Precast.

D. Fiberglass Handholes and Boxes: Molded of fiberglass-reinforced polyester resin, with covers of polymer concrete fiberglass.

Page 101: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

City of Mission Park Mission, Tx

HALFF ASSOCIATES, INC. Underground Ducts And Raceways For Electrical Systems 260543 - 7

1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following:

2. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

3. Basis-of-Design Product: Subject to compliance with requirements, provide the product indicated on Drawings or a comparable product by one of the following:

a. Carson Industries LLC. b. Christy Concrete Products. c. Nordic Fiberglass, Inc.

2.5 SOURCE QUALITY CONTROL

A. Test and inspect precast concrete utility structures according to ASTM C 1037.

B. Nonconcrete Handhole and Pull-Box Prototype Test: Test prototypes of manholes and boxes for compliance with SCTE 77. Strength tests shall be for specified tier ratings of products supplied.

1. Tests of materials shall be performed by a independent testing agency. 2. Strength tests of complete boxes and covers shall be by either an independent

testing agency or the manufacturer. A qualified registered professional engineer shall certify tests by manufacturer.

3. Testing machine pressure gages shall have current calibration certification complying with ISO 9000 and ISO 10012, and traceable to NIST standards.

PART 3 - EXECUTION

3.1 UNDERGROUND DUCT APPLICATION

A. Ducts for Electrical Feeders 600 V and Less: RNC, NEMA Type EPC-40-PVC, in direct-buried duct bank, unless otherwise indicated.

B. Ducts for Electrical Branch Circuits: RNC, NEMA Type EPC-40-PVC, in direct-buried duct bank, unless otherwise indicated.

C. Underground Ducts for Telephone, Communications, or Data Circuits: RNC, NEMA Type EB-20-PVC.

D. Underground Ducts Crossing Paved Paths Walks and Driveways: RNC, NEMA Type EPC-40-PVC.

3.2 UNDERGROUND ENCLOSURE APPLICATION

A. Handholes and Boxes for 600 V and Less, Including Telephone, Communications, and Data Wiring:

Page 102: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

City of Mission Park Mission, Tx

HALFF ASSOCIATES, INC. Underground Ducts And Raceways For Electrical Systems 260543 - 8

1. Refer to plans.

3.3 EARTHWORK

A. Excavation and Backfill: Comply with Section 312000 "Earth Moving," but do not use heavy-duty, hydraulic-operated, compaction equipment.

B. Restore surface features at areas disturbed by excavation and reestablish original grades, unless otherwise indicated. Replace removed sod immediately after backfilling is completed.

C. Restore areas disturbed by trenching, storing of dirt, cable laying, and other work. Restore vegetation and include necessary topsoiling, fertilizing, liming, seeding, sodding, sprigging, and mulching. Comply with Section 329200 "Turf and Grasses" and Section 329300 "Plants."

D. Cut and patch existing pavement in the path of underground ducts and utility structures according to Section 017329 "Cutting and Patching."

3.4 DUCT INSTALLATION

A. Slope: Pitch ducts a minimum slope of 1:300 down toward manholes and handholes and away from buildings and equipment. Slope ducts from a high point in runs between two manholes to drain in both directions.

B. Curves and Bends: Use 5-degree angle couplings for small changes in direction. Use manufactured long sweep bends with a minimum radius of 48 inches (1220 mm), both horizontally and vertically, at other locations, unless otherwise indicated.

C. Joints: Use solvent-cemented joints in ducts and fittings and make watertight according to manufacturer's written instructions. Stagger couplings so those of adjacent ducts do not lie in same plane.

D. Duct Entrances to Manholes and Concrete and Polymer Concrete Handholes: Use end bells, spaced approximately 10 inches (250 mm) o.c. for 5-inch (125-mm) ducts, and vary proportionately for other duct sizes.

1. Begin change from regular spacing to end-bell spacing 10 feet (3 m) from the end bell without reducing duct line slope and without forming a trap in the line.

2. Direct-Buried Duct Banks: Install an expansion and deflection fitting in each conduit in the area of disturbed earth adjacent to manhole or handhole.

3. Grout end bells into structure walls from both sides to provide watertight entrances.

E. Sealing: Provide temporary closure at terminations of ducts that have cables pulled. Seal spare ducts at terminations. Use sealing compound and plugs to withstand at least 15-psig (1.03-MPa) hydrostatic pressure.

F. Pulling Cord: Install 100-lbf- (445-N-) test nylon cord in ducts, including spares.

Page 103: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

City of Mission Park Mission, Tx

HALFF ASSOCIATES, INC. Underground Ducts And Raceways For Electrical Systems 260543 - 9

G. Direct-Buried Duct Banks:

1. Support ducts on duct separators coordinated with duct size, duct spacing, and outdoor temperature.

2. Space separators close enough to prevent sagging and deforming of ducts, with not less than 4 spacers per 20 feet (6 m) of duct. Secure separators to earth and to ducts to prevent displacement during backfill and yet permit linear duct movement due to expansion and contraction as temperature changes. Stagger spacers approximately 6 inches (150 mm) between tiers.

3. Excavate trench bottom to provide firm and uniform support for duct bank. Prepare trench bottoms as specified in Section 312000 "Earth Moving" for pipes less than 6 inches (150 mm) in nominal diameter.

4. Install backfill as specified in Section 312000 "Earth Moving." 5. After installing first tier of ducts, backfill and compact. Start at tie-in point and

work toward end of duct run, leaving ducts at end of run free to move with expansion and contraction as temperature changes during this process. Repeat procedure after placing each tier. After placing last tier, hand-place backfill to 4 inches (100 mm) over ducts and hand tamp. Firmly tamp backfill around ducts to provide maximum supporting strength. Use hand tamper only. After placing controlled backfill over final tier, make final duct connections at end of run and complete backfilling with normal compaction as specified in Section 312000 "Earth Moving."

6. Install ducts with a minimum of 3 inches (75 mm) between ducts for like services and 6 inches (150 mm) between power and signal ducts.

7. Depth: Install top of duct bank at least 36 inches (900 mm) below finished grade, unless otherwise indicated. Refer to plans for detail.

8. Set elevation of bottom of duct bank below the frost line. 9. Install manufactured duct elbows for stub-ups at poles and equipment and at

building entrances through the floor, unless otherwise indicated. Encase elbows for stub-up ducts throughout the length of the elbow.

10. Install manufactured rigid steel conduit elbows for stub-ups at poles and equipment and at building entrances through the floor.

a. Couple steel conduits to ducts with adapters designed for this purpose, and encase coupling with 3 inches (75 mm) of concrete.

b. For equipment mounted on outdoor concrete bases, extend steel conduit horizontally a minimum of 60 inches (1500 mm) from edge of equipment pad or foundation. Install insulated grounding bushings on terminations at equipment.

3.5 INSTALLATION OF CONCRETE MANHOLES, HANDHOLES, AND BOXES

A. Precast Concrete Handhole Installation:

1. Comply with ASTM C 891, unless otherwise indicated. 2. Install units level and plumb and with orientation and depth coordinated with

connecting ducts to minimize bends and deflections required for proper entrances.

Page 104: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

City of Mission Park Mission, Tx

HALFF ASSOCIATES, INC. Underground Ducts And Raceways For Electrical Systems 260543 - 10

3. Unless otherwise indicated, support units on a level bed of crushed stone or gravel, graded from 1-inch (25-mm) sieve to No. 4 (4.75-mm) sieve and compacted to same density as adjacent undisturbed earth.

B. Elevations:

1. Manhole Roof: Install with rooftop at least 15 inches (380 mm) below finished grade.

2. Manhole Frame: In paved areas and trafficways, set frames flush with finished grade. Set other manhole frames 1 inch (25 mm) above finished grade.

3. Install handholes with bottom below the frost line, Insert depth of frost line below grade at Project site below grade.

4. Handhole Covers: In paved areas and trafficways, set surface flush with finished grade. Set covers of other handholes 1 inch (25 mm) above finished grade.

5. Where indicated, cast handhole cover frame integrally with handhole structure.

C. Drainage: Install drains in bottom of manholes where indicated. Coordinate with drainage provisions indicated.

D. Waterproofing: Apply waterproofing to exterior surfaces of manholes[ and handholes] after concrete has cured at least three days. Waterproofing materials and installation are specified in [Section 071353 "Elastomeric Sheet Waterproofing."] [Section 071354 "Thermoplastic Sheet Waterproofing."] <Insert waterproofing Section.> After ducts have been connected and grouted, and before backfilling, waterproof joints and connections and touch up abrasions and scars. Waterproof exterior of manhole chimneys after mortar has cured at least three days.

E. Dampproofing: Apply dampproofing to exterior surfaces of manholes[ and handholes] after concrete has cured at least three days. Dampproofing materials and installation are specified in Section 071113 "Bituminous Dampproofing." After ducts have been connected and grouted, and before backfilling, dampproof joints and connections and touch up abrasions and scars. Dampproof exterior of manhole chimneys after mortar has cured at least three days.

F. Hardware: Install removable hardware, including pulling eyes, cable stanchions, [and] cable arms, [and insulators, ]as required for installation and support of cables and conductors and as indicated.

G. Field-Installed Bolting Anchors in Manholes and Concrete Handholes: Do not drill deeper than 3-7/8 inches (98 mm) for manholes and 2 inches (50 mm) for handholes, for anchor bolts installed in the field. Use a minimum of two anchors for each cable stanchion.

H. Warning Sign: Install "Confined Space Hazard" warning sign on the inside surface of each manhole cover.

Page 105: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

City of Mission Park Mission, Tx

HALFF ASSOCIATES, INC. Underground Ducts And Raceways For Electrical Systems 260543 - 11

3.6 INSTALLATION OF HANDHOLES AND BOXES OTHER THAN PRECAST CONCRETE

A. Install handholes and boxes level and plumb and with orientation and depth coordinated with connecting ducts to minimize bends and deflections required for proper entrances. Use box extension if required to match depths of ducts, and seal joint between box and extension as recommended by the manufacturer.

B. Unless otherwise indicated, support units on a level bed of crushed stone or gravel, graded from 1/2-inch (12.7-mm) sieve to No. 4 (4.75-mm) sieve and compacted to same density as adjacent undisturbed earth.

C. Elevation: In paved areas and trafficways, set so cover surface will be flush with finished grade. Set covers of other handholes 1 inch (25 mm) above finished grade.

D. Install handholes and boxes with bottom below the frost line, below grade.

E. Install removable hardware, including pulling eyes, cable stanchions, cable arms, and insulators, as required for installation and support of cables and conductors and as indicated. Select arm lengths to be long enough to provide spare space for future cables, but short enough to preserve adequate working clearances in the enclosure.

F. Field-cut openings for ducts and conduits according to enclosure manufacturer's written instructions. Cut wall of enclosure with a tool designed for material to be cut. Size holes for terminating fittings to be used, and seal around penetrations after fittings are installed.

3.7 GROUNDING

A. Ground underground ducts and utility structures according to Section 260526 "Grounding and Bonding for Electrical Systems."

3.8 FIELD QUALITY CONTROL

A. Perform the following tests and inspections and prepare test reports:

1. Demonstrate capability and compliance with requirements on completion of installation of underground ducts and utility structures.

2. Pull aluminum or wood test mandrel through duct to prove joint integrity and test for out-of-round duct. Provide mandrel equal to 80 percent fill of duct. If obstructions are indicated, remove obstructions and retest.

B. Correct deficiencies and retest as specified above to demonstrate compliance.

Page 106: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

City of Mission Park Mission, Tx

HALFF ASSOCIATES, INC. Underground Ducts And Raceways For Electrical Systems 260543 - 12

3.9 CLEANING

A. Pull leather-washer-type duct cleaner, with graduated washer sizes, through full length of ducts. Follow with rubber duct swab for final cleaning and to assist in spreading lubricant throughout ducts.

B. Clean internal surfaces of manholes, including sump. Remove foreign material.

END OF SECTION 260543

Page 107: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

City of Mission Park Mission, Tx

HALFF ASSOCIATES, INC. Identification For Electrical Systems 260553 - 1

SECTION 260553

IDENTIFICATION FOR ELECTRICAL SYSTEMS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section Includes:

1. Identification for raceways. 2. Identification of power and control cables. 3. Identification for conductors. 4. Underground-line warning tape. 5. Warning labels and signs. 6. Instruction signs. 7. Equipment identification labels. 8. Miscellaneous identification products.

1.3 SUBMITTALS

A. Product Data: For each electrical identification product indicated.

1.4 QUALITY ASSURANCE

A. Comply with NFPA 70.

B. Comply with 29 CFR 1910.144 and 29 CFR 1910.145.

1.5 COORDINATION

A. Coordinate identification names, abbreviations, colors, and other features with requirements in other Sections requiring identification applications, Drawings, Shop Drawings, manufacturer's wiring diagrams, and the Operation and Maintenance Manual; and with those required by codes, standards, and 29 CFR 1910.145. Use consistent designations throughout Project.

B. Coordinate installation of identifying devices with completion of covering and painting of surfaces where devices are to be applied.

Page 108: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

City of Mission Park Mission, Tx

HALFF ASSOCIATES, INC. Identification For Electrical Systems 260553 - 2

C. Coordinate installation of identifying devices with location of access panels and doors.

D. Install identifying devices before installing acoustical ceilings and similar concealment.

PART 2 - PRODUCTS

2.1 CONDUCTOR IDENTIFICATION MATERIALS

A. Color-Coding Conductor Tape: Colored, self-adhesive vinyl tape not less than 3 mils (0.08 mm) thick by 1 to 2 inches (25 to 50 mm) wide.

B. Self-Adhesive Vinyl Labels: Preprinted, flexible label laminated with a clear, weather- and chemical-resistant coating and matching wraparound adhesive tape for securing ends of legend label.

C. Snap-Around Labels: Slit, pretensioned, flexible, preprinted, color-coded acrylic sleeve, with diameter sized to suit diameter of raceway or cable it identifies and to stay in place by gripping action.

D. Snap-Around, Color-Coding Bands: Slit, pretensioned, flexible, solid-colored acrylic sleeve, 2 inches (50 mm) long, with diameter sized to suit diameter of raceway or cable it identifies and to stay in place by gripping action.

E. Marker Tapes: Vinyl or vinyl-cloth, self-adhesive wraparound type, with circuit identification legend machine printed by thermal transfer or equivalent process.

2.2 UNDERGROUND-LINE WARNING TAPE

A. Tape:

1. 3.5 mils and 6” wide. 2. Printing on tape shall be permanent and shall not be damaged by burial

operations. 3. Polyethylene tape material and ink shall be chemically inert, and not subject to

degrading when exposed to acids, alkalis, and other destructive substances commonly found in soils.

B. Color and Printing:

1. Inscriptions for Red-Colored Tapes: BURIED ELECTRIC LINE, CAUTION. 2. Inscriptions for Orange-Colored Tapes: TELEPHONE CABLE, CATV CABLE,

COMMUNICATIONS CABLE, OPTICAL FIBER CABLE.

2.3 WARNING LABELS AND SIGNS

A. Comply with NFPA 70 and 29 CFR 1910.145.

B. Baked-Enamel Warning Signs:

Page 109: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

City of Mission Park Mission, Tx

HALFF ASSOCIATES, INC. Identification For Electrical Systems 260553 - 3

1. Preprinted aluminum signs, punched or drilled for fasteners, with colors, legend, and size required for application.

2. 1/4-inch (6.4-mm) grommets in corners for mounting. 3. Nominal size, 7 by 10 inches (180 by 250 mm).

C. Warning label and sign shall include, but are not limited to, the following legends: 1. Workspace Clearance Warning: "WARNING - OSHA REGULATION - AREA IN

FRONT OF ELECTRICAL EQUIPMENT MUST BE KEPT CLEAR FOR 36 INCHES (915 MM)."

2. Location of multiple main disconnects are at defined locations. Approved by Authority Having Jurisdiction.

2.4 INSTRUCTION SIGNS

A. Engraved, laminated acrylic or melamine plastic, minimum 1/16 inch (1.6 mm) thick for signs up to 20 sq. inches (129 sq. cm) and 1/8 inch (3.2 mm) thick for larger sizes.

1. Engraved legend with black letters on white face . 2. Punched or drilled for mechanical fasteners. 3. Framed with mitered acrylic molding and arranged for attachment at applicable

equipment.

2.5 EQUIPMENT IDENTIFICATION LABELS

A. Self-Adhesive, Engraved, Laminated Acrylic or Melamine Label: Adhesive backed, with white letters on a dark-gray background. Minimum letter height shall be 3/8 inch (10 mm).

2.6 CABLE TIES

A. UV-Stabilized Cable Ties: Fungus inert, designed for continuous exposure to exterior sunlight, self extinguishing, one piece, self locking, Type 6/6 nylon.

1. Minimum Width: 3/16 inch (5 mm). 2. Tensile Strength at 73 deg F (23 deg C), According to ASTM D 638: 12,000 psi

(82.7 MPa). 3. Temperature Range: Minus 40 to plus 185 deg F (Minus 40 to plus 85 deg C). 4. Color: Black.

B. Plenum-Rated Cable Ties: Self extinguishing, UV stabilized, one piece, self locking.

1. Minimum Width: 3/16 inch (5 mm). 2. Tensile Strength at 73 deg F (23 deg C), According to ASTM D 638: 7000 psi

(48.2 MPa). 3. UL 94 Flame Rating: 94V-0. 4. Temperature Range: Minus 50 to plus 284 deg F (Minus 46 to plus 140 deg C). 5. Color: Black.

Page 110: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

City of Mission Park Mission, Tx

HALFF ASSOCIATES, INC. Identification For Electrical Systems 260553 - 4

2.7 MISCELLANEOUS IDENTIFICATION PRODUCTS

A. Paint: Comply with requirements in Division 09 painting Sections for paint materials and application requirements. Select paint system applicable for surface material and location (exterior or interior).

B. Fasteners for Labels and Signs: Self-tapping, stainless-steel screws or stainless-steel machine screws with nuts and flat and lock washers.

PART 3 - EXECUTION

3.1 INSTALLATION

A. Verify identity of each item before installing identification products.

B. Location: Install identification materials and devices at locations for most convenient viewing without interference with operation and maintenance of equipment.

C. Apply identification devices to surfaces that require finish after completing finish work.

D. Secure plastic name plates to equipment fronts using screws or rivets. Use of adhesive shall be per owner’s approval only.

E. System Identification Color-Coding Bands for Raceways and Cables: Each color-coding band shall completely encircle cable or conduit. Place adjacent bands of two-color markings in contact, side by side. Locate bands at changes in direction, at penetrations of walls and floors, at 50-foot (15-m) maximum intervals in straight runs, and at 25-foot (7.6-m) maximum intervals in congested areas.

F. Cable Ties: For attaching tags. Use general-purpose type, except as listed below:

1. Outdoors: UV-stabilized nylon. 2. In Spaces Handling Environmental Air: Plenum rated.

G. Underground-Line Warning Tape: During backfilling of trenches install continuous underground-line warning tape directly above line at 6 to 8 inches (150 to 200 mm) below finished grade. Use multiple tapes where width of multiple lines installed in a common trench exceeds 16 inches (400 mm) overall.

3.2 IDENTIFICATION SCHEDULE

A. Accessible Raceways 600 V or Less, for Service, Feeder, and Branch Circuits More Than A, and 120 V to ground: Identify with self-adhesive vinyl tape applied in bands. Install labels at 30-foot (10-m) maximum intervals.

B. Accessible Raceways and Cables within Buildings: Identify the covers of each junction and pull box of the following systems with self-adhesive vinyl labels with the wiring system legend and system voltage. System legends shall be as follows:

Page 111: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

City of Mission Park Mission, Tx

HALFF ASSOCIATES, INC. Identification For Electrical Systems 260553 - 5

1. Emergency Power – White letters on Red background. 2. Normal Power – White letters on Black background. 3. UPS – White letters on Orange background.

C. Power-Circuit Conductor Identification, 600 V or Less: For conductors in vaults, pull and junction boxes, manholes, and handholes, use color-coding conductor tape to identify the phase.

1. Color-Coding for Phase and Voltage Level Identification, 600 V or Less: Use colors listed below for ungrounded service feeder and branch-circuit conductors.

a. Color shall be factory applied or field applied for sizes larger than No. 8 AWG, if authorities having jurisdiction permit.

b. Colors for 208/120-V Circuits:

1) Phase A: Black. 2) Phase B: Red. 3) Phase C: Blue. 4) Neutral: White.

c. Colors for 480/277-V Circuits:

1) Phase A: Brown. 2) Phase B: Orange. (Purple) 3) Phase C: Yellow. 4) Neutral: Gray.

d. Field-Applied, Color-Coding Conductor Tape: Apply in half-lapped turns for a minimum distance of 6 inches (150 mm) from terminal points and in boxes where splices or taps are made. Apply last two turns of tape with no tension to prevent possible unwinding. Locate bands to avoid obscuring factory cable markings.

D. Conductors to Be Extended in the Future: Attach write-on tags to conductors and list source.

E. Auxiliary Electrical Systems Conductor Identification: Identify field-installed alarm, control, and signal connections.

1. Identify conductors, cables, and terminals in enclosures and at junctions, terminals, and pull points. Identify by system and circuit designation.

2. Use system of marker tape designations that is uniform and consistent with system used by manufacturer for factory-installed connections.

3. Coordinate identification with Project Drawings, manufacturer's wiring diagrams, and the Operation and Maintenance Manual.

F. Locations of Underground Lines: Identify with underground-line warning tape for power, lighting, communication, and control wiring and optical fiber cable.

1. Limit use of underground-line warning tape to direct-buried cables.

Page 112: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

City of Mission Park Mission, Tx

HALFF ASSOCIATES, INC. Identification For Electrical Systems 260553 - 6

2. Install underground-line warning tape for both direct-buried cables and cables in raceway.

G. Workspace Indication: Install floor marking tape to show working clearances in the direction of access to live parts. Workspace shall be as required by NFPA 70 and 29 CFR 1926.403 unless otherwise indicated. Do not install at flush-mounted panelboards and similar equipment in finished spaces.

H. Warning Labels for Indoor Cabinets, Boxes, and Enclosures for Power and Lighting: Baked-enamel warning signs.

1. Comply with 29 CFR 1910.145. 2. Identify system voltage with black letters on an orange background. 3. Apply to exterior of door, cover, or other access. 4. For equipment with multiple power or control sources, apply to door or cover of

equipment including, but not limited to, the following:

a. Power transfer switches. b. Controls with external control power connections.

I. Operating Instruction Signs: Install instruction signs to facilitate proper operation and maintenance of electrical systems and items to which they connect. Install instruction signs with approved legend where instructions are needed for system or equipment operation.

J. Emergency Operating Instruction Signs: Install instruction signs with white legend on a red background with minimum 3/8-inch- (10-mm-) high letters for emergency instructions at equipment used for power transfer.

K. Equipment Identification Labels: On each unit of equipment, install unique designation label that is consistent with wiring diagrams, schedules, and the Operation and Maintenance Manual. Apply labels to disconnect switches and protection equipment, central or master units, control panels, control stations, terminal cabinets, and racks of each system. Systems include power, lighting, control, communication, signal, monitoring, and alarm systems unless equipment is provided with its own identification.

1. Labeling Instructions:

a. Indoor Equipment: Engraved, laminated acrylic or melamine label. Unless otherwise indicated, provide a single line of text with 1/2-inch- (13-mm-) high letters on 1-1/2-inch- (38-mm-) high label; where two lines of text are required, use labels 2 inches (50 mm) high.

b. Outdoor Equipment: Engraved, laminated acrylic or melamine label. c. Elevated Components: Increase sizes of labels and letters to those

appropriate for viewing from the floor. d. Unless provided with self-adhesive means of attachment, fasten labels with

appropriate mechanical fasteners that do not change the NEMA or NRTL rating of the enclosure.

2. Equipment to Be Labeled:

Page 113: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

City of Mission Park Mission, Tx

HALFF ASSOCIATES, INC. Identification For Electrical Systems 260553 - 7

a. Panelboards: Typewritten directory of circuits in the location provided by panelboard manufacturer. Panelboard identification shall be engraved, laminated acrylic or melamine label.

b. Enclosures and electrical cabinets. c. Access doors and panels for concealed electrical items. d. Switchgear. e. Switchboards. f. Transformers: Label that includes tag designation shown on Drawings for

the transformer, feeder, and panelboards or equipment supplied by the secondary.

g. Emergency system boxes and enclosures. h. Motor-control centers. i. Enclosed switches. j. Enclosed circuit breakers. k. Enclosed controllers. l. Variable-speed controllers. m. Push-button stations. n. Power transfer equipment. o. Contactors. p. Remote-controlled switches, dimmer modules, and control devices. q. Battery-inverter units. r. Battery racks. s. Power-generating units. t. Monitoring and control equipment. u. UPS equipment.

3. Nameplate Detail:

a. For circuit breakers, panelboards, switchboards, disconnect switches, motor starters, and contactors: ¼-inch letters, identify source to and device load serves, including location.

4. Enclosure Color Coding:

a. The following systems shall have each junction and pull box cover completely painted per the following:

System Color of Box Cover

Ethernet Backbone Blue

Telecommunications Brown

FCMS Green

Emergency Power Red

Security** White

Fire Alarm Yellow

Page 114: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions

City of Mission Park Mission, Tx

HALFF ASSOCIATES, INC. Identification For Electrical Systems 260553 - 8

Clock Fluorescent Violet

U.P.S. Fluorescent Pink

**Security shall include, but not be limited to, the following systems: - Card Access - Duress Alarms - Perimeter Door Alarms - CCTV

END OF SECTION 260553

Page 115: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions
Page 116: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions
Page 117: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions
Page 118: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions
Page 119: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions
Page 120: Arnulfo Tatan Rodriguez Jr. Park Sidewalk Improvements...Arnulfo “Tatan” Rodriguez Jr. Park Sidewalk Improvements – Bid No. 15-237-07-20 Page 1 of 42 City of Mission Instructions