HomeMy WebLinkAboutSpecifications - Pantera Park (002)1293492.1
DEPARTMENT OF PUBLIC WORKS
CITY OF DIAMOND BAR
CALIFORNIA
CONTRACT DOCUMENTS AND SPECIFICATIONS
FOR
PANTERA PARK IMPROVEMENTS PROJECT
CITY PROJECT NO. FP23503
All Questions Regarding This Project Are to Be Directed To:
Mr. David G. Liu, P.E.
Director of Public Works
City of Diamond Bar
(909) 839-7040
Chia Yu Teng, Mayor
Steve Tye, Mayor Pro Tem
Andrew Chou, Council Member
Stan Liu, Council Member
Ruth M. Low, Council Member
Daniel Fox, City Manager
JANUARY 2025
1293492.1
CITY OF DIAMOND BAR
CONTRACT DOCUMENTS AND SPECIFICATIONS
PANTERA PARK IMPROVEMENTS PROJECT
CITY PROJECT NO. FP23503
By: Michael Todd Broussard, PE
Civil Engineer Name, R.C.E. 57144 Date 8/12/24
Exp: 12/31/2025
PREPARED BY: TAIT & Associates
701 North Parkcenter Drive
Santa Ana, CA 92705
TELEPHONE: (714) 560-8642
The City of Diamond Bar, California will receive proposals through PlanteBids, until 2pm,
February 27, 2025, for the performance of the above described services.
1293492.1
TABLE OF CONTENTS
ITEMS PAGES
PART I - BIDDING AND CONTRACTUAL DOCUMENTS
NOTICE INVITING SEALED BIDS 1 - 2
INFORMATION FOR BIDDERS 3 - 10
PROPOSAL FORM 11 - 12
BID SCHEDULE 13 - 14
LIST OF SUBCONTRACTORS 15 - 16
DECLARATION OF ELIGIBILITY TO CONTRACT 17 -18
BIDDER'S VIOLATION OF LAW/SAFETY QUESTIONNAIRE 19
CONTRACTOR INDUSTRIAL SAFETY RECORD 20
AFFIDAVIT FOR CO-PARTNERSHIP FIRM 21
AFFIDAVIT FOR CORPORATION BIDDER 22
AFFIDAVIT FOR INDIVIDUAL BIDDER 23
AFFIDAVIT FOR JOINT VENTURE 24
FAITHFUL PERFORMANCE BOND 25 - 26
LABOR AND MATERIAL BOND 27 - 28
BID BOND 29 - 30
CERTIFICATE OF NON-DISCRIMINATION
AND AFFIRMATIVE ACTION 31
CERTIFICATE WITH REGARD TO THE PERFORMANCE
OF PREVIOUS CONTRACTS AND SUBCONTRACTS 32
NON-COLLUSION AFFIDAVIT 33
CONTRACT AGREEMENT 34 -40
1293492.1
TABLE OF CONTENTS
(Continued)
PART II - GENERAL PROVISIONS GP-1 – GP-12
PART III- SPECIAL PROVISIONS SP-1 – SP-6
PART IV - TECHNICAL PROVISIONS TP-1 – TP-129
1293492.1
PART I
BIDDING AND CONTRACTUAL
DOCUMENTS
1
1293492.1
CITY OF DIAMOND BAR
NOTICE INVITING SEALED BIDS
FOR PANTERA PARK IMPROVEMENTS PROJECT
CITY PROJECT NO. FP23503
RECEIPT OF PROPOSALS: Sealed proposals will be received at the office of the City
Clerk, City Hall, Diamond Bar, California, until 2:00 pm Pacific Standard Time on or
before February 27, 2025 for the furnishing of all labor and materials and equipment for the
Pantera Park Improvements and other incidental and appurtenant work. All bids or
proposals shall be submitted through the City’s electronic bid management system
(PlanetBids) at https://www.planetbids.com/portal/portal.cfm?CompanyID=39500. At the
time of contract award, the Contractor shall possess a State of California Class A
Contractor’s License or a combination of Class C Specialty Contractor’s License(s)
adequate to perform the work herein described and be registered with the Department of
Industrial Relations per California Labor Code Section 1771.1. All subcontractors shall have
equivalent licenses for their specific trades. The Contractor and all subcontractors shall have
a valid City of Diamond Bar business license prior to commencing any work. The proposals
will be publicly opened and read during an online webinar. Webinar details will be published
on the City’s electronic bid management system (PlanetBids) at
https://www.planetbids.com/portal/portal.cfm?CompanyID=39500.
DESCRIPTION OF WORK: The work to be performed or executed under these plans and
specifications consists of and includes Sport court resurfacing, miscellaneous site
furnishings and site lighting refurbishment; and other incidental and appurtenant work
necessary for the proper construction of the contemplated improvements, as indicated on
the project plans for PANTERA PARK IMPROVEMENTS Project.
MANDATORY PRE-BID MEETING: A mandatory pre-bid meeting will be held at Pantera
Park, 738 Pantera Dr. Diamond Bar 91765 on February 13, 2025 at 9 A.M.
QUESTIONS: All questions must be submitted via PlanetBids, no latter than February 20,
2025 at 2:00 P.M.
COMPLETION OF WORK: All work shall be completed within fifty (50) working days after
the Notice to Proceed is issued by the City.
ENGINEER'S ESTIMATE: The PANTERA PARK IMPROVEMENTS Project is estimated
to cost $370,000.00, all in accordance with the provisions of the Plans, Specifications,
Notices and Instructions to Bidders.
OBTAINING CONTRACT DOCUMENTS: Any requests for hardcopy plans, specifications,
and all contract documents may be obtained by a public records request at the office of the
City Clerk, City Hall, 21810 Copley Drive, Diamond Bar, California 91765. A fee may be
assessed for printing, mailing, and other costs to reproduce these records.
PROPOSAL GUARANTEE: Each proposal must be accompanied by cash or by a cashier's
or certified check or by a bid bond in the amount of ten percent (10%) of the bid price payable
to the City of Diamond Bar as a guarantee that the bidder, if his proposal is accepted, will
promptly execute the contract, secure payment of Workmen's Compensation Insurance,
2
1293492.1
furnish a satisfactory Faithful Performance Bond in the amount of one hundred percent
(100%) of the total bid price, and a Labor and Material Bond in an amount not less than one
hundred percent (100%) of the contract price. Said bonds to be secured from a surety
company authorized to do business in the State of California, and subject to the approval of
the City Attorney. The original bid bond shall be submitted to the City Clerk prior to the bid
due date and time. Proof of delivery that is date/time stamped and signed for by the City
Clerk from other couriers other than Certified mail will be accepted. A copy of the proof of
delivery shall be submitted with the bid package by the bid due date.
MINIMUM QUALIFICATIONS OF BIDDERS: Prospective bidders should examine the
minimum qualifications found in number 15 of the “Information for Bidders” section,
pages 4 through 8. Bidders who do not meet the minimum qualifications should not
submit a bid, as the bids will be considered nonresponsive.
PREVAILING WAGE RATE: As required by the California Labor Code, Section 1770 et seq.
the City Council of the City of Diamond Bar incorporates herein by reference the general
prevailing rate of per diem wages as determined by the Director of Industrial Relations of
the State of California. Copies of the prevailing rate of per diem wages are on file in the
office of the City Clerk and will be made available to any interested party upon request. In
accordance with the Labor Code, no workman employed upon work under this contract shall
be paid less than the above referenced prevailing wage rate. A copy of said rates shall be
posted at each job site during the course of construction.
CONTRACTOR shall forfeit, as penalty to CITY, not more than two hundred dollars
($200.00) for each laborer, workman or mechanic employed for each calendar day or portion
thereof, if such laborer, workman or mechanic is paid less than the general prevailing rate
of wages hereinbefore stipulated for any work done under this AGREEMENT, by him or by
any subcontractor under him.
Any classification omitted herein shall be paid not less than the prevailing wage scale as
established for similar work in the particular area, and all overtime shall be paid at the
prevailing rates as established for the particular area. Sunday and holiday time shall be paid
at the wage rates determined by the Director of Industrial Relations.
CONTRACTOR and any of its subcontractors must be registered with the Department of
Industrial Relations pursuant to Labor Code section 1725.5, which precludes the award of a
contract for a public work on any public works project awarded after April 1, 2015. This
Agreement is subject to compliance monitoring and enforcement by the Department of
Industrial Relations.
PAYMENT: Payment will be made to the Contractor in accordance with the Specifications.
CITY'S RIGHTS RESERVED: The City of Diamond Bar reserves the right to reject any and
all proposals or bids, should it deem this necessary for the public good, and also the bid of
the bidder who has been delinquent or unfaithful in any former contract with the City of
Diamond Bar. No bidder may withdraw his bid for a period of thirty (30) days after the date
of the bid opening.
3
1293492.1
BID AWARD: Subject to the reservations noted above, the contract will be awarded to the
lowest responsible bidder.
CITY OF DIAMOND BAR, CALIFORNIA
DATE:
By: David G. Liu, Director of Public Works
4
1293492.1
INFORMATION FOR BIDDERS
1.PREPARATION OF BID FORM: The City invites bids on the form attached to be
submitted at such time and place as is stated in the Notice Inviting Sealed Bids. All
bids should be made in accordance with the provisions of the Standard Specifications
for Public Works Construction, 2021 Edition (with all supplements). All blanks on the
bid form must be appropriately filled in. All bids shall be submitted in sealed
envelopes bearing on the outside the name of the bidder, his address, and the name
of the project for which the bid is submitted. It is the sole responsibility of the bidder
to see that the bid is received in the proper time. Any bid received after the scheduled
closing time for receipt of bids will be returned to the bidder unopened.
2.PROPOSAL GUARANTEE: Each proposal shall be accompanied by cash or by a
cashier's or certified check or by a bid bond in the amount of not less than ten percent
(10%) of the amount named in the proposal. Said check or bond shall be made
payable to the City Clerk of the City of Diamond Bar and shall be given as a guarantee
that the bidder, if awarded the work, will enter into a contract within ten (10) days after
written notice of the award and will furnish the necessary bonds as hereinafter
provided. In case of refusal or failure to enter said contract, the check or bond, as
the case may be, shall be forfeited to the City. No bidder's bond will be accepted
unless it conforms substantially to the form furnished by the City, which is bound
herein, and is properly filled out and executed.
3.SIGNATURE: The bid must be signed in the name of the bidder and must bear the
signature in longhand of the person or persons duly authorized to sign the bid on
behalf of the bidder.
4.MODIFICATIONS: Changes in or addition to the bid form, recapitulations of the work
bid upon, alternative proposals or any other modifications of the bid form which is not
specifically called for in the contract documents may result in the Owner's rejection
of the bid as not being responsive to the invitation to bid. No oral or telephonic
modification of any bid submitted will be considered. The bid submitted must not
contain any erasures, interlineation, or other corrections unless each such correction
is suitably authenticated by affixing in the margin immediately opposite the correction
the surname or surnames of the person or persons signing the bid.
5.DISCREPANCIES IN THE PROPOSALS: In case of discrepancy between words
and figures, the words shall prevail. If the amounts bid on individual items (if called
for) do not in fact add to the total amount shown by the bidder, the correctly added
total of the individual items shall prevail over the total figure shown. The estimated
quantities and amounts are for the purpose of comparison of bids only. The City
Council of the City of Diamond Bar reserves the right to reject any or all bids and to
waive any irregularity or informality in any bid to the extent permitted by law.
6.BIDDER'S EXAMINATION OF SITE: Each bidder shall examine carefully the site of
the proposed work and the contract documents therefore. It will be assumed that the
bidder has investigated and is satisfied as to the conditions to be encountered as to
the character, quality, and quantity of materials to be furnished, and as to the
5
1293492.1
requirements of the contract, specifications and drawings. The name of the individual
who examined the site of the work and the date of such examination shall be stated
in the proposal.
By submitting a bid, the bidder will be held to have personally examined the site and
the drawings, to have carefully read the specifications, and to have satisfied himself
as to his ability to meet all the difficulties attending the execution of the proposed
contract before the delivery of his proposal, and agrees that if he is awarded the
contract, he will make no claim against the City of Diamond Bar based on ignorance
or misunderstanding of the contract provisions.
7.WITHDRAWAL OF BIDS: Any bidder may withdraw his bid either personally, by
written request, or by telegraphic request confirmed in the manner specified above at
any time prior to the scheduled closing time for receipt of bids.
8.INSURANCE AND BONDS: The Contractor shall not commence work under this
contract until he has secured all insurance and bonds required under this section nor
shall he allow any subcontractor to commence work on this subcontract until all
similar insurance issued in compliance with this section shall be issued in the form,
and be an insurer of the insurers, satisfactory to and first approved by the City in
writing. Certificates of Insurance in the amounts required shall be furnished by the
Contractor to the City prior to the commencement of work.
The Contractor shall maintain adequate Workmen's Compensation Insurance under
the laws of the State of California for all labor employed by him or by any
subcontractor under him who may come within the protection of such Workmen's
Compensation Insurance laws.
The Contractor shall maintain public liability insurance to protect said Contractor and
the City against loss from liability imposed by law, for damages on account of bodily
injury, including death resulting therefrom, suffered or alleged to have been suffered
by any person or persons, other than employees, resulting directly or indirectly from
the performance or execution of this contract or any subcontract thereunder, and also
to protect said Contractor and the City against loss from liability imposed by law, for
damage to any property. Damage insurance shall be maintained by the Contractor
in full force and effect during the entire period of performance under this contract, in
the amount of not less than $2,000,000 for one person injured in the accident and in
the amount of not less than $2,000,000 for more than one person injured in one
accident and in the amount of not less than $1,000,000 with respect to any property
damage aforesaid.
The Contractor shall secure with a responsible corporate surety, or corporate
sureties, satisfactory bonds conditioned upon faithful performance by the Contractor
of all requirements under the contract and upon the payment of claims of materials,
men and laborers thereunder. The Faithful Performance Bond shall be in the sum of
not less than one hundred percent (100%) of the estimated aggregate amount of the
payment to be made under the contract computed on the basis of the prices stated
in the proposal. The Labor and Material Bond shall be in the sum of not less than
one hundred percent (100%) of the estimated aggregate amount of the payments to
6
1293492.1
be made under the contract computed on the basis of the prices stated in the
proposal.
9.INTERPRETATION OF PLANS AND DOCUMENTS: If any person contemplating
submitting a bid for proposed contract is in doubt as to the true meaning of any part
of the drawings, specifications, or other contract documents, or finds discrepancies
in, or omissions from the drawings and specifications, he may submit to the City a
written request for an interpretation or correction thereof. The person submitting the
request will be responsible for its prompt delivery. Any interpretation or correction of
the contract documents will be made only by Addendum duly issued and a copy of
such addendum will be mailed or delivered to each person receiving a set of the
contract document. No person is authorized to make any oral interpretation of any
provision in the contract documents to any bidder, and no bidder is authorized to rely
on any such unauthorized oral interpretation.
10.DISQUALIFICATION OF BIDDERS: More than one proposal from an individual, firm
partnership, corporation, or association under the same or different names, will not
be considered. Reasonable grounds for believing that any bidder is interested in
more than one proposal for the work contemplated will cause the rejection of all
proposals in which such bidder is interested. If there is reason for believing that
collusion exists among the bidders, all bids will be rejected and none of the
participants in such collusion will be considered in future proposals.
No award will be made to any bidder who cannot give satisfactory assurance as to
his ability to carry out the Contract, both from his financial rating and by reason of his
previous experience as a Contractor on work of the nature contemplated in the
Contract. The bidder may be required to submit his record of work of similar nature
to that proposed under these specifications, and unfamiliarity with the type of work
may be sufficient cause for rejection of the bid.
11.INELIGIBLE SUBCONTRACTORS: The successful bidder shall be prohibited from
performing work on this project with a subcontractor who is ineligible to perform work
on the project pursuant to Section 1777.1 or 1777.7 of the Labor Code.
12.AWARD OF CONTRACT: No proposal will be considered from a Contractor who is
not licensed as a B, C-10, or C-33 class contractor at time of award in accordance
with the provisions of the Contractor’s License Law (California Business and
Professions Code, Section 7000 et seq.) and rules and regulations adopted pursuant
thereto or to whom a proposal form has not been issued by the City of Diamond Bar.
The City may award the Contract to the lowest responsible bidder on the total base
bid. Bids will be compared on the basis of the lowest possible cost relative to the
alternate or alternates selected and the Contract, if awarded, will be awarded to a
responsible bidder whose proposal complies with the requirements of these
specifications. The award, if made, will be made within ninety (90) calendar days
after the opening of the proposals; provided that the award may be made after said
period of the successful bidder shall not have given the City written notice of the
withdrawal of his bid.
7
1293492.1
A contractor or subcontractor shall not be qualified to bid on, be listed in a bid
proposal, subject to the requirements of Public Contract Code §4104, or engage in
the performance of any contract for public work, as defined in the Public Contract
Code, unless currently registered and qualified to perform public work pursuant to
Section 1725.5. It is not a violation of Labor Code §1771.1 for an unregistered
contractor to submit a bid that is authorized by Business and Professions Code §
7029.1 or by Public Contract Code §§ 10164 and 20103.5, provided the contractor is
registered to perform public work pursuant to Labor Code § 1725.5 at the time the
contract is awarded.
This project is subject to compliance monitoring and enforcement by the Department
of Industrial Relations.
The prime contractor is required to post job sits as prescribed by regulation pursuant
to Labor Code § 1771.4 and all contractors must secure the payment of compensation
to its employees pursuant to Labor Code § 1869.
13.ALTERNATES: If alternate bids are called for, the Contract may be awarded at the
election of the governing board to the lowest responsible bidder on the base bid, or
on the base bid and any specified alternate(s).
14.COMPETENCY OF BIDDERS: In selecting the lowest responsible bidder,
consideration will be given not only to the financial standing but also to the general
competency of the bidder including qualifications, references, proper licensing,
adequate workforce and experience for the performance of the work covered by the
proposal.
15. QUALIFICATION OF BIDDERS: Each bidder shall be skilled and regularly engaged
in the general class or type of work called for under the contract. A statement setting
forth his/her experience shall be submitted by each bidder on the EXPERIENCE
STATEMENT form provided.
8
1293492.1
EXPERIENCE STATEMENT
To be responsive, the bidder must list below a minimum of three public agencies for which bidder
has performed similar work within the past five years. Only projects in excess of $500,000 each
qualify as similar for this project.
1. Project Title
Contract Amount _____
Type of Work
Client
Agency Project Manager ______________________ Phone
Date Completed _____ % Subcontracted
2. Project Title
Contract Amount _____
Type of Work
Client
Agency Project Manager ______________________ Phone
Date Completed ____ % Subcontracted
3. Project Title
Contract Amount _____
Type of Work
Client
Agency Project Manager ______________________ Phone
Date Completed ____ % Subcontracted
NOTE: If requested by the City, the bidder shall furnish a certified financial statement, references,
and other information sufficiently comprehensive to permit an appraisal of his current financial
condition.
Bidder's Signature
9
1293492.1
Each bidder shall possess a valid Contractor's License issued by the
Contractor's State License Board at the time his/her bid is submitted. The class
of license shall be applicable to the work specified in the contract. Each bidder
shall also have no less than five (5) years of experience in the magnitude and
character of the work bid.
Bidder Qualifications called for to be submitted at time of bid include, but are
not necessarily limited to:
1. The Contractor shall have been in business under the same name and
California Contractors License for a minimum of five (5) continuous years prior
to the bid opening date for this Project. The license used to satisfy this
requirement shall be of same type required by the contract.
2. License classification shall be as required by the contract specifications.
3. The Contractor shall have five (5) years of experience in the application of
Polymer Modified Asphaltic Emulsion Chip Seal.
4. The Contractor shall perform at least 50% of contract with its own forces.
16.LISTING SUBCONTRACTORS: Each bidder shall submit a list of the proposed
subcontractors on this project as required by the Subletting and Subcontracting Fair
Practices Act (Government Code Section 4100 and following). Forms for this purpose
are furnished with the contract documents. The name and location of business of
any subcontractor who will perform work exceeding 1/2 of 1% of the prime
contractor's total bid or ten thousand dollars ($10,000.00), whichever is greater, must
be submitted with the bid. Any other information regarding the foregoing
subcontractors that is required by City to be submitted may be submitted with the bid,
or may be submitted to City up to 24 hours after the deadline established herein for
receipt of bids. The additional information must be submitted by the bidder to the
same address and in the same form applicable to the initial submission of bid.
17.WORKER'S COMPENSATION: In accordance with the provisions of Section 3700
of the Labor Code, the Contractor shall secure the payment of compensation to his
employees. The Contractor shall sign and file with the City the following certificate
prior to performing the work under this contract: "I am aware of the provisions of
Section 3700 of the Labor Code which require compensation or to undertake
self insurance in accordance with the provisions of that code, and I will comply
with such provisions before commencing the performance of the work of this
contract." The form of such certificate is included as part of the contract documents.
18.BID DEPOSIT RETURN: Deposits of three or more low bidders, the number being
at the discretion of the City, will be held for ninety (90) days or until posting by the
successful bidder of the Bonds required and return of executed copies of the
Agreement, whichever first occurs, at which time the deposits will be returned after
consideration of the bids.
10
1293492.1
19.EXECUTION OF CONTRACT: The bidder to whom award is made shall execute a
written contract with the City on the agreement form provided, and shall secure all
insurance and bonds as herein provided within ten (10) days from the date of written
notice of the award. Failure or refusal to enter into a contract as herein provided, or
to conform to any of the stipulated requirements in connection therewith shall be just
cause for the annulment of the award and the forfeiture of the proposal guarantee.
If the successful bidder refuses or fails to execute the Contract, the City may award
the Contract to the next lowest responsible bidder or re-advertise. On the failure or
refusal of the lowest responsible bidder or next lowest responsible bidder to execute
the Contract, such bidder's guarantees shall be likewise forfeited to the City.
20."OR EQUAL": Pursuant to Division 5, Chapter 4, Article 4 (commencing at #4380)
Government Code, all specifications shall be deemed to include the words "or equal",
provided however that permissible exceptions hereto shall be specifically noted in the
specifications.
21.EMPLOYMENT OF APPRENTICES: The Contractor, and all subcontractors,
shall comply with the provisions in Sections 1777.5, (Chapter 1411, Statutes of 1968),
and 1777.6 of the California Labor Code concerning the employment of apprentices.
The Contractor and any subcontractor under him shall comply with the requirements
of said sections in the employment of apprentices; however, the Contractor shall have
full responsibility for compliance with said Labor Code section, for all apprenticeable
occupations, regardless of any other contractual or employment relationships alleged
to exist. In addition to the above State Labor Code Requirements regarding the
employment of apprentices and trainees, the Contractor and all subcontractors shall
comply with Section 5 a. 3, Title 29 of the Code of Federal Regulations (29CFR).
22.EVIDENCE OF RESPONSIBILITY: Upon the request of the City, a bidder whose bid
is under consideration for the award of the Contract shall submit promptly to the City
satisfactory evidence showing the bidder's financial resources, his construction
experience, and his organization and plant facilities available for the performance of
the contract.
23.WAGE RATES: The Contractor and/or subcontractor shall pay wages as indicated
in the "Notice Inviting Sealed Bids" section of these specifications. The Contractor
shall forfeit as penalty to the City of Diamond Bar, two hundred dollars ($200.00) for
laborers, workmen, or mechanics employed for each calendar day, or portion thereof,
if such laborer, workman or mechanic employed is paid less than the general
prevailing rate of wages herein referred to and stipulated for any work done under the
proposed contract, by him, or by any subcontractor under him, in violation of the
provisions of Labor Code, and in particular, Sections 1770 to 1781 inclusive. Copies
of all collective bargaining agreements relating to the work as set forth in the
aforementioned Labor Code are on file with the Department of Industrial Relations,
Division of Labor Statistics and Research.
24.PERMITS, FEES AND LICENSES: The Contractor shall possess a valid business
license prior to the issuance of the first payment made under this Contract. Any work
required within Caltrans right-of-way will require a separate permit to be obtained by
11
1293492.1
the Contractor. The Contractor shall obtain a no-fee Encroachment Permit from the
City of Diamond Bar prior to the start of any work.
25. TIME OF COMPLETION AND LIQUIDATED DAMAGES: Bidder must agree to
commence work on or before the date of written "Notice to Proceed" of the City and
to fully complete the project within fifty (50) working days thereafter. Bidder must
agree also to pay as liquidated damages, the sum of Five hundred dollars ($500.00)
for each calendar day thereafter.
26. CLAIMS FILING AND PROCESSING: The City and Bidder agree to attempt to orally
resolve any disputes which may give rise to a claim (hereafter, "Claim") that falls
within the definition of Public Contract Code section 9204 (hereafter, "Section 9204").
If these efforts are unsuccessful, the City and Bidder shall process the Claim in
accordance with Section 9204. In summary, if the Bidder decides to submit a Claim
to the City, it shall be sent by registered or certified mail, return receipt requested,
together with reasonable documentation to support the Claim. A Claim may include
a Claim by a subcontractor or a lower tier subcontractor meeting the requirements of
Section 9204(d)(5). Within 45 days of receipt of the Claim, or any extension thereof
agreed upon by the City and the Bidder, the City will conduct a reasonable review of
the Claim and provide the Bidder with a written statement identifying what portion of
the Claim is disputed and what portion is undisputed. Payment of any undisputed
portion of the Claim shall be made within 60 days after the City issues its written
statement. If the City does not provide a written statement within the time specified,
the Claim shall be deemed rejected.
If the Bidder disputes the City's written statement or if the Claim is deemed rejected,
the Bidder may demand in writing by registered or certified mail to the City, return
receipt requested, an informal conference to meet and confer in an effort to settle the
disputed portion of any Claim. Within 30 days of receipt of such written demand, the
City shall schedule a meet and confer conference.
If any portion of the Claim remains in dispute after the conference, the City shall,
within 10 City business days of the conclusion of the conference, provide the Bidder
with a written statement identifying any portion that remains in dispute and any portion
that is undisputed. Payment of any undisputed portion shall be made within 60 days
after the City issues its written statement. Any remaining disputed portion shall be
submitted to nonbinding mediation in accordance with Section 9204(c)(2)(B), unless
the Bidder and City waive the mediation upon mutual written agreement.
27. CONFLICT OF INTEREST: In the procurement of supplies, equipment, construction
and services by sub-recipients, the conflict of interest provisions in (State LCA-24
CFR 85.36 and Non-Profit Organizations – 24 CFR 84.4), OMB Circular A-110, and
24 CFR 570.611, respectively, shall apply. No employee, officer or agent of the sub-
recipient shall participate in selection or in award of administration of a contract
supported by Federal funds if a conflict of interest, real or apparent, would be
involved.
12
1293492.1
BIDDER'S PROPOSAL
CITY OF DIAMOND BAR
PANTERA PARK IMPROVEMENTS PROJECT
CITY PROJECT NO. FP23503
Date , 20
To the City Council of the City of Diamond Bar:
The Undersigned hereby declares:
(a) That the only persons or parties interested in this proposal as principals are the following:
(If the bidder is a corporation, give the name of the corporation and the name of its
president, secretary, treasurer, and manager. If a co-partnership, give the name, under
which the co-partnership does business, and the names and addresses of all co-partners.
If an individual, state the name under which the contract is to be drawn.)
(b) That this proposal is made without collusion with any person, firm or corporation.
(c) That he has carefully examined the location of the proposed work and has familiarized
himself with all of the physical and climatic conditions, and makes this bid solely upon his
own knowledge.
(d) That by submitting this Bidder's Proposal, he acknowledges receipt and knowledge of the
contents of those communications sent by the City of Diamond Bar to him at the address
furnished by him to the City of Diamond Bar when this proposal form was obtained.
(e) That he has carefully examined the specifications, both general and detail, and the
drawings attached hereto, and communications sent to him as aforesaid, and makes this
proposal in accordance therewith.
(f) That, if this bid is accepted he will enter into a written contract for the performance of the
proposed work with the City of Diamond Bar.
(g) That he proposes to enter into such Contract and to accept in full payment for the work
actually done thereunder the prices shown in the attached schedule. It is understood and
agreed that the quantities set forth are estimates and that the unit prices will apply to the
actual quantities whatever they may be.
Accompanying this proposal is a certified or cashier's check or bidder's bond, payable to
the order of the City of Diamond Bar in the sum of
13
1293492.1
DOLLARS ($ ).
Said bidder's bond has been duly executed by the undersigned bidder and by a financially sound
surety company authorized to transact business in this state.
It is understood and agreed that should the bidder fail within ten (10) days after award of
contract to enter into the contract and furnish acceptable surety bonds, then the proceeds of
said check, or bidder's bond, shall become the property of the City of Diamond Bar; but if this
Contract is entered into and said bonds are furnished, or if the bid is not accepted then said
check shall be returned to the undersigned, or the bidder will be released from the bidder's bond.
Address of Bidder Telephone of Bidder
City Zip Code Signature of Bidder
14
1293492.1
BID SCHEDULE
CITY OF DIAMOND BAR
CONTRACT DOCUMENTS AND SPECIFICATIONS
PANTERA PARK IMPROVEMENTS PROJECT
CITY PROJECT NO. FP23503
BASE BID
ITEM
NO.
ESTIMATED
QUANTITY UNIT
DESCRIPTION
WRITTEN IN WORDS
UNIT
PRICE AMOUNT
1 LS 1 MOBILIZATION
2 LS 1 SPORT COURT IMPROVEMENTS
3 LS 1 DRINKING FOUNTAIN
4 LS 1 LIGHTING IMPROVEMENTS
ALTERNATE BID
ITEM
NO.
ESTIMATED
QUANTITY UNIT
DESCRIPTION
WRITTEN IN WORDS
UNIT
PRICE AMOUNT
A1 LS 1 FLAG POLE
The BASIS OF AWARD shall be the sum of the BASE BID and the ALTERNATE BID. The
City reserves the right to delete the ALTERNATE BID from the Award of Contract.
TOTAL AMOUNT BID (IN FIGURES)
TOTAL AMOUNT BID, (WRITTEN IN WORDS):
Bid Schedule Note: Bid Price indicated refers to all items illustrated on the plans and details,
and delineated within the specifications installed and completely in place with all applicable
portions of the construction documents and include all costs connected with such items
including, but to necessarily limited to, materials, transportation, taxes, insurance, labor,
overhead, and profit, for General Contractor and Subcontractors.
All work called for on the construction documents are to provide a completed project with all
systems operating properly and ready for use.
15
1293492.1
Award will be based on the items of Bid Schedule. Therefore, Contractor shall completely fill out
Bid Schedule.
Accompanying this proposal is
(Insert "$ cash", "cashier's check", "certified check", or
"bidder's bond" as the case may be) in the amount equal to at least ten percent
(10%) of the total bid.
The undersigned further agrees that in case of default in executing the required
contract, with necessary bond, within ten (10) days, not including Sundays and
legal holidays, after having received notice that the Contract has been awarded
and ready for signature, the proceeds of the security accompanying his bid shall
become the property of the City of Diamond Bar, and this proposal and the
acceptance thereof may be considered null and void.
NAME OF BIDDER (PRINT) SIGNATURE DATE
ADDRESS
CITY ZIP CODE TELEPHONE
STATE CONTRACTOR LICENSE NO. AND CLASSIFICATION
I declare under penalty of Perjury of the laws of the State of California that the representations
made herein are true and correct in accordance with the requirements of California Business
and Professional Code Section 7028.15.
CONTRACTOR SIGNATURE OR AUTHORIZED OFFICER
16
1293492.1
LIST OF SUBCONTRACTORS *
BID OPENING DATE
PROJECT PROJECT NO.
LOCATION
CLIENT
CONTRACTOR
Name Under Which
Subcontractor is
Licensed
License
No.
&
DIR No.
Address
of
Place of Business
Percent
of
Total
Contract
Specific Description
of
Subcontract
* In compliance with the provisions of the Public Contract Code Section 4104, the
undersigned bidder herewith sets forth the name, location of the place of business, and
California contractor license of each Subcontractor – who will perform work or labor or
17
1293492.1
render service to the Prime Contractor, specially fabricates and installs a portion of the
work or improvement necessary to complete construction contained in the plans and
specifications, in an amount in excess of one-half (1/2) of one percent (1%) of the General
Contractor’s total base bid amount or, in the case of bids or offers for the construction of
streets or highways, including bridges in excess of one-half of 1 percent (0.5%)of the
Prime Contractor’s total base bid or ten thousand ($10,000.00), whichever is greater, and
the portion of the work which will be done by each Subcontractor.
18
1293492.1
DECLARATION OF ELIGIBILITY TO CONTRACT
[Labor Code Section 1777.1; Public Contract Code Section 6109]
The undersigned, a duly authorized representative of the contractor, certifies and declares that:
1. The contractor is aware of Sections 1777.1 and 1777.7 of the California Labor Code,
which prohibit a contractor or subcontractor who has been found by the Labor
Commissioner or the Director of Industrial Relations to be in violation of certain provisions
of the Labor Code, from bidding on, being awarded, or performing work as a subcontractor
on a public works project for specified periods of time.
2. The contractor is not ineligible to bid on, be awarded or perform work as a subcontractor
on a public works project by virtue of the foregoing provisions of Sections 1777.1 or
1777.7 of the California Labor Code or another provision of law.
3. The contractor is aware of California Public Contract Code Section 6109, which states:
(a) A public entity, as defined in Section 1100 [of the Public Contract Code], may
not permit a contractor or subcontractor who is ineligible to bid or work on, or be
awarded, a public works project pursuant to Section 1777.1 or 1777.7 of the Labor
Code to bid on, be awarded, or perform work as a subcontractor on, a public works
project. Every public works project shall contain a provision prohibiting a
contractor from performing work on a public works project with a subcontractor
who is ineligible to perform work on the public works project pursuant to Section
1777.1 or 1777.7 of the Labor Code.
(b) Any contract on a public works project entered into between a contractor and
a debarred subcontractor is void as a matter of law. A debarred subcontractor may
not receive any public money for performing work as a subcontractor on a public
works contract, and any public money that may have been paid to a debarred
subcontractor by a contractor on the project shall be returned to the awarding body.
The contractor shall be responsible for the payment of wages to workers of a
debarred subcontractor who has been allowed to work on the project.
4. The contractor has investigated the eligibility of each and every subcontractor the
contractor intends to use on this public works project, and determined that none of them
is ineligible to perform work as a subcontractor on a public works project by virtue of the
foregoing provisions of the Public Contract Code Sections 1777.1 or 1777.7 of the Labor
Code, or any other provision of law.
19
1293492.1
I declare under penalty of perjury under the laws of the State of California that the foregoing is
true and correct. Executed this day of ________________, 2024, at ___________________
(place of execution).
Signature
Name:
Title:
Name of Contractor:
_____________________________
20
1293492.1
BIDDER'S VIOLATION OF LAW/SAFETY QUESTIONNAIRE
In accordance with Government Code Section 14310.5 and in conformance with Public Contract
Code Section 10162, the Bidder shall complete, under penalty of perjury, the following
questionnaire:
QUESTIONNAIRE
Has the Bidder, any officer, principal or employee of the Bidder who has a proprietary interest in
the business of the Bidder, ever been disqualified, removed, or otherwise prevented from bidding
on or completing a federal, state or local government project because of violation of law or a
safety regulation?
YES NO
If the answer is yes, explain the circumstances in the following space:
STATEMENT
In conformance with Public Contract Code Section 10232, the Contractor, hereby states under
penalty of perjury, that no more than on final unappealable finding of contempt of court by a
federal court has been issued against the Contractor within the immediately preceding two-year
period because of the Contractor’s failure to comply with an order of a federal court which orders
the Contractor to comply with an order of the National Labor Relations Board.
NOTE: The above Statement and Questionnaire are part of the Proposal. Signing
this Proposal on the signature portion thereof shall also constitute signature
of this Statement and Questionnaire.
Bidders are cautioned that making a false certification may subject the
certifier to criminal prosecution.
21
1293492.1
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
Project Identification
Bid Date
This information must include all construction work undertaken in the State of California by the
bidder and any partnership, joint venture or corporation that any principal of the bidder
participated in as a principal or owner for the last five calendar years and the current calendar
year prior to the date of bid submittal. Separate information shall be submitted for each particular
partnership, joint venture, corporation or individual bidder. The bidder may attach any additional
information or explanation of data, which he would like, taken into consideration in evaluating
the safety record. An explanation must be attached of the circumstances surrounding any and
all fatalities.
ITEM 5 CALENDAR YEARS
PRIOR TO CURRENT YEAR
CURRENT
YEAR
2020 2021 2022 2023 2024 TOTAL
No. of Contracts
Total dollar amount
of
contracts (in 1,000’s)
No. of lost workday
cases
No. of lost work day
cases
involving permanent
transfer to
another job or
termination of
employment
No. of lost workdays
*The information required for this item is the same as required for columns 3 to 6, Code 10,
Occupational Injuries, Summary - Occupational Injuries and Illnesses, OSHA No. 102.
The above information was compiled from the records that are available to me at this time and I
declare under penalty of perjury that the information is true and accurate within the limitations of
these records.
______________________________ ________________________________
Name of Bidder (Print Signature
______________________________ ________________________________
Address State Contractor’s Lic. No. & Class
______________________________ ________________________________
City Zip Code Telephone
22
1293492.1
AFFIDAVIT FOR CO-PARTNERSHIP FIRM
STATE OF CALIFORNIA )
)SS
COUNTY OF LOS ANGELES )
, being first duly sworn, deposes and says:
That he is a member of the co-partnership firm designated as
which is the party making the foregoing proposal or bid; that such bid is genuine and not collusive
or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly,
with any other bidder or person to put in a sham bid or that such other person shall refrain from
bidding; and has not in any manner sought by collusion to secure any advantage against the
City of Diamond Bar or any person interested in the proposed contract, for himself or for any
other person.
That he has been and is duly vested with authority to make and sign instruments for the co-
partnership by
who constitute the other members of the co-partnership.
Signature
Subscribed and sworn
to before me this
day of , 20
Signature of Officer Administering Oath
(Notary Public)
23
1293492.1
AFFIDAVIT FOR CORPORATION BIDDER
STATE OF CALIFORNIA )
)SS
COUNTY OF LOS ANGELES )
, being first duly sworn, deposes and says:
That he is
of,
a corporation which is the party making the foregoing proposal or bid; that such bid is genuine
and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed,
directly or indirectly, with any other bidder or person to put in a sham bid or that such other
person shall refrain from bidding; and has not in any manner sought by collusion to secure any
advantage against the City of Diamond Bar or any person interested in the proposed contract,
for himself or for any other person.
Signature
Subscribed and sworn
to before me this
day of , 20
Signature of Officer Administering Oath
(Notary Public)
24
1293492.1
AFFIDAVIT FOR INDIVIDUAL BIDDER
STATE OF CALIFORNIA )
)SS
COUNTY OF LOS ANGELES )
, being first duly sworn, deposes and says:
That he is the party making the foregoing proposal or bid; that such bid is genuine and not
collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or
indirectly, with any other bidder or person to put in a sham bid or that such other person shall
refrain from bidding; and has not in any manner sought by collusion to secure any advantage
against the City of Diamond Bar or any person interested in the proposed contract, for himself
or for any other person.
Signature
Subscribed and sworn
to before me this
day of , 20
Signature of Officer Administering Oath
(Notary Public)
25
1293492.1
AFFIDAVIT FOR JOINT VENTURE
STATE OF CALIFORNIA )
)SS
COUNTY OF LOS ANGELES )
, being first duly sworn, deposes and says:
That he
of,
one of the parties submitting the foregoing bid as a joint venture and that he has been and is
duly vested with the authority to make and sign instruments for and on behalf of the parties
making said bid who are:
;
that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired,
connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or
that such other person shall refrain from bidding; and has not in any manner sought by collusion
to secure any advantage against the City of Diamond Bar or any person interested in the
proposed contract, for himself or for any other person.
Signature
Subscribed and sworn
to before me this
day of , 20
Signature of Officer Administering Oath
(Notary Public)
BOND No.________________
26
1293492.1
FAITHFUL PERFORMANCE BOND
KNOW ALL PERSONS BY THESE PRESENTS that, WHEREAS the City of Diamond
Bar ("City"), has awarded to
(Name and address of Contractor)
("Principal"), a contract (the "Contract") for the work described as follows:
WHEREAS, Principal is required under the terms of the Contract to furnish a bond for the faithful
performance of the Contract.
NOW, THEREFORE, we the undersigned Principal, and_________________________
(Name and address of Surety)
("Surety") a duly admitted surety insurer under the laws of the State of California, as Surety, are
held and firmly bound unto City in the
penal sum of
Dollars ($______________), this amount being not less than the total contract price, in lawful
money of the United States of America, for the payment of which sum well and truly to be made,
we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded Principal, his,
her, or its, heirs, executors, administrators, successors or assigns, shall in all things stand to
and abide by, and covenants, conditions and agreements in the Contract and any alteration
thereof made as therein provided, on the Principal's part to be kept and performed, all within the
time and in the manner therein specified, and in all respects according to their true intent and
meaning, and shall indemnify and hold harmless City, its officers, agents, and others as therein
provided, then this obligation shall become null and void; otherwise, it shall be and remain in
full force and effect.
In case suit is brought upon this bond, Surety further agrees to pay all court costs and reasonable
attorneys' fees in an amount fixed by the court.
FURTHER, the Surety, for value received hereby stipulates and agrees that no change,
extension of time, alteration, addition or modification to the terms of the Contract, or of the work
27
1293492.1
to be performed thereunder, or the specifications for the same, shall in any way affect its
obligations under this bond, and it does hereby waive notice of any such change, extension of
time, alteration, addition, or modification to the terms of the Contract or to the work or to the
specifications thereunder. Surety hereby waives the provisions of California Civil Code §§ 2845
and 2849. The City is the principal beneficiary of this bond and has rights of a party hereto.
IN WITNESS WHEREOF, two (2) identical counterparts of this instrument, each of which shall
for all purposes be deemed an original hereof, have been duly executed by Principal and Surety,
on the date set forth below, the name of each corporate party being hereto affixed and these
presents duly signed by its undersigned representative(s) pursuant to authority of its governing
body.
Dated:__________________
"Principal" "Surety"
______________________________ _______________________________
______________________________ _______________________________
By:___________________________ By:____________________________
Its Its
By:___________________________ By:____________________________
Its Its
Note: This bond must be dated, all signatures must be notarized, and evidence of the authority
of any person signing as attorney-in-fact must be attached.
(Seal) (Seal)
APPROVED AS TO SURETY AND
PRINCIPAL AMOUNT
By:___________________________
Insurance Administrator
BOND No.________________
28
1293492.1
PAYMENT BOND
(LABOR AND MATERIAL)
KNOW ALL PERSONS BY THESE PRESENTS that, WHEREAS the City of Diamond Bar (City),
has awarded to ________________________________________________________
(Name and address of Contractor)
("Principal"), a contract (the "Contract") for the work described as follows:
WHEREAS, Principal is required under the terms of the Contract and the California Civil Code
to secure the payment of claims of laborers, mechanics, materialmen, and other persons as
provided by law.
NOW, THEREFORE, we, the undersigned Principal, and______________________________
(Name and address of Surety)
("Surety") a duly admitted surety insurer under the laws of the State of California, as Surety, are
held and firmly bound unto City in the penal sum of
Dollars($________________), this amount being not less than one
hundred (100%) of the total contract price, in lawful money of the United States of America, for
the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors,
administrators, successors, and assigns, jointly and severally, firmly by these presents.
THE CONDITIONS OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded Principal,
his, her or its heirs, executors, administrators, successors, or assigns, or subcontractors shall
fail to pay any of the persons named in Section 3181 of the California Civil Code, or any amounts
due under the Unemployment Insurance Code with respect to work or labor performed under
the Contract, or for any amounts required to be deducted, withheld, and paid over to the
Employment Development Department from the wages of employees of the Principal and
subcontractors pursuant to Section 13020 of the Unemployment Insurance Code, with respect
to work or labor performed under the Contract, the Surety will pay for the same in an amount not
exceeding the penal sum specified in this bond; otherwise, this obligation shall become null and
void. This bond shall insure to the benefit of any of their persons named in Section 3181 of the
California Civil Code so as to give a right of action to such persons or their assigns in any suit
brought upon the bond. In case suit is brought upon this bond, Surety further agrees to pay all
court costs and reasonable attorneys' fees in an amount fixed by the court.
FURTHER, the Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alteration, addition, or modification to the terms of the Contract or of the work
to be performed thereunder, or the specifications for the same, shall in any way affect its
obligations under this bond, and it does hereby waive notice of any such change, extension of
time, alteration, addition, or modification to the terms of the Contract or to the work or to the
29
1293492.1
specifications thereunder. Surety hereby waives the provisions of California Civil Code §§ 2845
and 2849.
IN WITNESS WHEREOF, two (2) identical counterparts of this instrument, each of which shall
for all purposes be deemed an original hereof, have been duly executed by Principal and Surety,
on the date set forth below, the name of each corporate party being hereto affixed and these
presents duly signed by its undersigned representative(s) pursuant to authority of its governing
body.
Dated
"Principal" "Surety"
______________________________ _______________________________
______________________________ _______________________________
By:___________________________ By:____________________________
Its Its
By:___________________________ By:____________________________
Its Its
Notary
Note: This bond must be dated, all signatures must be notarized, and evidence of the authority
of any person signing as attorney-in-fact must be attached.
(Seal) (Seal)
APPROVED AS TO SURETY AND
PRINCIPAL AMOUNT
By:___________________________
Insurance Administrator
BOND No._________________
30
1293492.1
BID BOND
KNOW ALL PERSONS BY THESE PRESENTS that,
WHEREAS the City of Diamond Bar (“City”), has issued an invitation for bids for the work
described as follows:
____________________________________________________ Project No. _____
WHEREAS
(Name and address of Bidder)
("Principal"), desires to submit a bid to Public Agency for the work.
WHEREAS, bidders are required under the provisions of the California Public Contract Code to
furnish a form of bidder's security with their bid.
NOW, THEREFORE, we, the undersigned Principal, and
(Name and address of Surety)
("Surety") a duly admitted surety insurer under the laws of the State of California, as Surety, are
held and firmly bound unto Public Agency in the penal sum of
Dollars($______________), being not less than ten percent (10%) of the total bid price, in lawful
money of the United States of America, for the payment of which sum well and truly to be made,
we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded Principal is
awarded a contract for the work by City and within the time and in the manner required by the
bidding specifications, entered into the written form of contract included with bidding
specifications, furnishes the required bonds, one to guarantee faithful performance and the other
to guarantee payment for labor and materials, and furnishes the required insurance coverages,
then this obligation shall become null and void; otherwise, it shall be and remain in full force and
effect.
In case suit is brought upon this bond, Surety further agrees to pay all court costs incurred by
City in the suit and reasonable attorneys' fees in an amount fixed by the court. Surety hereby
waives the provisions of California Civil Code § 2845.
31
1293492.1
IN WITNESS WHEREOF, each of which shall for all purposes be deemed an original hereof,
have been duly executed by Principal and Surety, on the date set forth below, the name of each
corporate party being hereto affixed and these presents duly signed by its undersigned
representative(s) pursuant to authority of its governing body.
Dated:
"Principal" "Surety"
______________________________ _______________________________
______________________________ _______________________________
By:___________________________ By:____________________________
Its Its
By:___________________________ By:____________________________
Its Its
Note: This bond must be dated, all signatures must be notarized, and evidence of the authority
of any person signing as attorney-in-fact must be attached.
(Seal) (Seal)
CERTIFICATION OF NON-DISCRIMINATION AND AFFIRMATIVE ACTION
As suppliers of goods or services to the City of Diamond Bar, the firm listed below certifies that
it does not discriminate in its employment with regards to race, religion, sex, or national origin;
that it is in compliance with all federal, state, and local directives and executive orders regarding
non-discrimination in employment; and that it will pursue an affirmative course of action as
required by the affirmative action guidelines.
We agree specifically:
1. To establish or observe employment policies which affirmatively promote opportunities
for minority persons at all job levels.
2. To communicate this policy to all persons concerned including all company employees,
outside recruiting services, especially those serving minority communities, and to the
minority communities at large.
3. To take affirmative steps to hire minority employees within the company.
FIRM
TITLE OF OFFICER SIGNING
SIGNATURE DATE
Please include any additional information available regarding equal opportunity employment
programs now in effect within your company:
33
1293492.1
CERTIFICATION WITH REGARD TO THE PERFORMANCE OF
PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE
EQUAL OPPORTUNITY CLAUSE AND THE FILING OF REQUIRED REPORTS
The bidder , proposed subcontractor , hereby certifies that he has , has not ,
participated in a previous contract or subcontract subject to the Equal Opportunity Clause, as
required by Executive Orders 10925, 11114, or 11246, and that he has , has not , filed
with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance,
a Federal Government contracting or administering agency, or the former President's Committee
on Equal Employment Opportunity, all reports due under the applicable filing requirements.
(COMPANY)
BY:
(TITLE)
DATE: , 20 .
NOTE: The above certification is required by the Equal Employment Opportunity Regulations
of the Secretary of Labor (41 CFR 60-1.7 (b) (1), and must be submitted by bidders and proposed
subcontractors only in connection with contracts and subcontracts which are subject to the Equal
Opportunity Clause. Contracts and subcontracts which are exempt from the Equal Opportunity
Clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or
under are exempt).
Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or
their implementing regulations.
Proposed prime contractors and subcontractors who have participated in a previous contract or
subcontract subject to the Executive Orders and have not filed the required reports should note
that 41 CFR 60-1.7 (b) (1) prevents the award of contracts and subcontracts unless such
contractor submits a report covering the delinquent period of such other period specified by the
Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S.
Department of Labor.
34
1293492.1
NON-COLLUSION AFFIDAVIT
TO: THE CITY OF DIAMOND BAR:
STATE OF CALIFORNIA )
)SS
COUNTY OF LOS ANGELES )
, being first duly
sworn, deposes and says that he or she is of
, the party making the foregoing bid, that the bid is not made in the
interest of or on behalf of, any undisclosed person, partnership, company association,
organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder
has not directly or indirectly induced or solicited another bidder to put in a false or sham bid, and
has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone
else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any
manner, directly or indirectly, sought by agreement, communication, or conference with anyone
to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element
of the bid price, or of that of any other bidder, or to secure any advantage against the public
body awarding the contact or anyone interested in the proposed contract; that all statements
contained in the bid are true; and further, that the bidder has not, directly or indirectly, submitted
his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or
data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company
association, organization, bid depository, or to any member or agent thereof to effectuate a
collusive or sham bid.
Signature of Bidder
STATE OF CALIFORNIA )
)SS
COUNTY OF LOS ANGELES )
Subscribed and sworn to before me this day of ,20 .
Notary Public in and for the County of
, State of California
35
1293492.1
Bidder Agrees to Execute Agreement
In Substantially This Form
AGREEMENT
The following agreement ("AGREEMENT") is made and entered into, in duplicate, as of
the date executed by the Mayor and attested to by the City Clerk, by and between
____________________ hereinafter referred to as the "CONTRACTOR" and the City of
Diamond Bar, California, hereinafter referred to as "CITY."
WHEREAS, pursuant to Notice Inviting Sealed Bids, bids were received, publicly opened,
and declared on the date specified in the notice; and
WHEREAS, CITY accepted the bid of CONTRACTOR __________________________
and;
WHEREAS, CITY has authorized the Mayor to execute a written contract with
CONTRACTOR for furnishing labor, equipment and material for the PANTERA PARK
IMPROVEMENTS Project in the City of Diamond Bar.
NOW, THEREFORE, in consideration of the mutual covenants herein contained, it is
agreed:
1. GENERAL SCOPE OF WORK: CONTRACTOR shall furnish all necessary labor,
tools, materials, appliances, and equipment for and do the work for the
_________________________Project in the City of Diamond Bar. The work to be performed
in accordance with the plans and specifications, dated (The Plans and Specifications)
on file in the office of the City Clerk and in accordance with bid prices hereinafter mentioned and
in accordance with the instructions of the City Engineer.
2. INCORPORATED DOCUMENTS TO BE CONSIDERED COMPLEMENTARY:
The Plans and Specifications are incorporated herein by reference and made a part hereof with
like force and effect as if set forth in full herein. The Plans and Specifications, CONTRACTOR'S
Bid dated , together with this AGREEMENT, shall constitute the contract
between the parties. This AGREEMENT is intended to require a complete and finished piece of
work and anything necessary to complete the work properly and in accordance with the law and
lawful governmental regulations shall be performed by the CONTRACTOR whether set out
specifically in the contract or not. Should it be ascertained that any inconsistency exists between
the aforesaid documents and this AGREEMENT, the following order of precedence shall apply:
(1) This AGREEMENT; (2) The Plans and Specifications; and (3) Contractor's bid.
3. COMPENSATION: CONTRACTOR agrees to receive and accept the prices set
forth in its Bid Proposal as full compensation for furnishing all materials, performing all work, and
fulfilling all obligations hereunder. Said compensation in the amount of [Insert total
compensation amount] shall cover all expenses, losses, damages, and consequences arising
out of the nature of the work during its progress or prior to its acceptance including those for well
and faithfully completing the work and the whole thereof in the manner and time specified in the
aforesaid contract documents; and also including those arising from actions of the elements,
unforeseen difficulties or obstructions encountered in the prosecution of the work, suspension
or discontinuance of the work, and all other unknowns or risks of any description connected with
36
1293492.1
the work. Final payment to Contractor shall be withheld for at least 30 days after the time in
which Contractor has verified, to the City's satisfaction, that it has submitted all information to
the Department of Industrial Relations required by Labor Code §1773.3.
4. TERM OF CONTRACT: CONTRACTOR agrees to complete the work within
fifty (50) working days from the date of the notice to proceed.
CONTRACTOR agrees further to the assessment of liquidated damages in the
amount of five hundred and fifty dollars ($500) for each calendar day the work remains
incomplete beyond the expiration of the completion date. CITY may deduct the amount thereof
from any monies due or that may become due the CONTRACTOR under this AGREEMENT.
Progress payments made after the scheduled date of completion shall not constitute a waiver of
liquidated damages.
5. INSURANCE: CONTRACTOR shall not commence work under this contract until
he has obtained all insurance required hereunder in a company or companies acceptable to
CITY nor shall the CONTRACTOR allow any subcontractor to commence work on his
subcontract until all insurance required of the subcontractor has been obtained. The
CONTRACTOR shall take out and maintain at all times during the life of this contract the
following policies of insurance:
a. Workers' Compensation Insurance: Before beginning work, the
CONTRACTOR shall furnish to the CITY a certificate of insurance as proof
that he has taken out full workers' compensation insurance for all persons
whom he may employ directly or through subcontractors in carrying out the
work specified herein, in accordance with the laws of the State of California.
Such insurance shall be maintained in full force and effect during the period
covered by this contract.
In accordance with the provisions of Section 3700 of the California Labor
Code, every CONTRACTOR shall secure the payment of compensation to
his employees. The CONTRACTOR, prior to commencing work, shall sign
and file with the CITY a certification as follows:
"I am aware of the provisions of Section 3700 of the Labor Code which
requires every employer to be insured against liability for workers'
compensation or to undertake self insurance in accordance with the
provisions of that Code, and I will comply with such provisions before
commencing the performance of work of this contract."
b. For all operations of the CONTRACTOR or any sub-contractor in performing
the work provided for herein, insurance with the following minimum limits
and coverage:
1) General Liability - $5,000,000 per occurrence for bodily injury,
personal injury and property damage. If Commercial General
Liability insurance or other form with a general aggregate limit is
used, either the general aggregate limit shall apply separately to this
AGREEMENT or the general aggregate limit shall be twice the
required occurrence limit.
2) Automobile - $5,000,000 per accident for bodily injury and property
damage.
37
1293492.1
3) Employer's Liability - $5,000,000 per accident for bodily injury or
disease.
c. Each such policy of insurance provided for in paragraph b. shall:
1) Be issued by an insurance company approved in writing by CITY,
which is authorized to do business in the State of California.
2) Name as additional insured the City of Diamond Bar, its officers,
agents and employees, and any other parties specified in the bid
documents to be so included;
3) Specify it acts as primary insurance and that no insurance held or
owned by the designated additional insured shall be called upon to
cover a loss under the policy;
4) Contain a clause substantially in the following words:
"It is hereby understood and agreed that this policy may not be
canceled nor the amount of the coverage thereof reduced until thirty
(30) days after receipt by CITY of a written notice of such cancellation
or reduction of coverage."
5) Otherwise be in form satisfactory to the CITY.
d. The policy of insurance provided for in subparagraph a. shall contain an
endorsement which:
1) Waives all right of subrogation against all persons and entities
specified in subparagraph 4.c.(2) hereof to be listed as additional
insured in the policy of insurance provided for in paragraph b. by
reason of any claim arising out of or connected with the operations
of CONTRACTOR or any subcontractor in performing the work
provided for herein;
2) Provides it shall not be canceled or altered without thirty (30) days'
written notice thereof given to CITY.
e. The CONTRACTOR shall, prior to performing any work under this
AGREEMENT, deliver to the City Manager or his designee the original
policies of insurance required in paragraphs a. and b. hereof, or deliver to
the City Manager or his designee a certificate of the insurance company,
showing the issuance of such insurance, and the additional insured and
other provisions required herein.
f. Self Insured Retention/Deductibles. All policies required by this
AGREEMENT shall allow CITY, as additional insured, to satisfy the self-
insured retention (“SIR”) and/or deductible of the policy in lieu of the Owner
(as the named insured) should CONTRACTOR fail to pay the SIR or
deductible requirements. The amount of the SIR or deductible shall be
subject to the approval of the City Attorney and the Finance Director.
CONTRACTOR understands and agrees that satisfaction of this
requirement is an express condition precedent to the effectiveness of this
AGREEMENT. Failure by CONTRACTOR as primary insured to pay its SIR
38
1293492.1
or deductible constitutes a material breach of this AGREEMENT. Should
CITY pay the SIR or deductible on CONTRACTOR’s behalf upon the
CONTRACTOR’s failure or refusal to do so in order to secure defense and
indemnification as an additional insured under the policy, CITY may include
such amounts as damages in any action against CONTRACTOR for breach
of this AGREEMENT in addition to any other damages incurred by CITY
due to the breach.
6. PREVAILING WAGE: Notice is hereby given that in accordance with the
provisions of California Labor Code, Division 2, Part 7, Chapter 1, Articles 1 and 2, the
CONTRACTOR is required to pay not less than the general prevailing rate of per diem wages
for work of a similar character in the locality in which the public works is performed, and not less
than the general prevailing rate of per diem wages for holiday and overtime work. In that regard,
the Director of the Department of Industrial Relations of the State of California is required to and
has determined such general prevailing rates of per diem wages. Copies of such prevailing
rates of per diem wages are on file in the Office of the City Clerk of the City of Diamond Bar,
21825 Copley Drive, Diamond Bar, California, and are available to any interested party on
request. CITY also shall cause a copy of such determinations to be posted at the job site.
CONTRACTOR shall forfeit, as penalty to CITY, not more than two hundred dollars
($200.00) for each laborer, workman or mechanic employed for each calendar day or portion
thereof, if such laborer, workman or mechanic is paid less than the general prevailing rate of
wages hereinbefore stipulated for any work done under this AGREEMENT, by him or by any
subcontractor under him.
CONTRACTOR and any of its subcontractors must be registered with the Department of
Industrial Relations pursuant to Labor Code section 1725.5, which precludes the award of a
contract for a public work on any public works project awarded after April 1, 2015. This
Agreement is subject to compliance monitoring and enforcement by the Department of Industrial
Relations.
7. APPRENTICESHIP EMPLOYMENT: In accordance with the provisions of Section
1777.5 of the Labor Code, and in accordance with the regulations of the California
Apprenticeship Council, properly indentured apprentices may be employed in the performance
of the work.
CONTRACTOR is required to make contribution to funds established for the
administrative of apprenticeship programs if he employs registered apprentices or journeymen
in any apprenticeship trade on such contracts and if other CONTRACTOR'S on the public works
site are making such contributions.
CONTRACTOR and subcontractor under him shall comply with the requirements of
Sections 1777.5 and 1777.6 in the employment of apprentices.
Information relative to apprenticeship standards, wage schedules and other requirements
may be obtained from the Director of Industrial Relations, ex-officio the Administrator of
Apprenticeship, San Francisco, California, or from the Division of Apprenticeship Standards and
its branch offices.
8. LEGAL HOURS OF WORK: Eight (8) hours of labor shall constitute a legal day's
work for all workmen employed in the execution of this contract, and the CONTRACTOR and
any sub-contractor under him shall comply with and be governed by the laws of the State of
California having to do with working hours set forth in Division 2, Part 7, Chapter 1, Article 3 of
the Labor Code of the State of California as amended.
39
1293492.1
CONTRACTOR shall forfeit, as a penalty to City, twenty-five dollars ($25.00) for
each laborer, workman or mechanic employed in the execution of the contract, by him or any
sub- CONTRACTOR under him, upon any of the work hereinbefore mentioned, for each
calendar day during which the laborer, workman or mechanic is required or permitted to labor
more than eight (8) hours in violation of the Labor Code.
9. TRAVEL AND SUBSISTENCE PAY: CONTRACTOR agrees to pay travel and
subsistence pay to each workman needed to execute the work required by this contract as such
travel and subsistence payments are defined in the applicable collective bargaining agreements
filed in accordance with Labor Code Section 1773.8.
10. CONTRACTOR'S LIABILITY: The CITY and its officers, agents and employees
("Indemnitees") shall not be answerable or accountable in any manner for any loss or damage
that may happen to the work or any part thereof, or for any of the materials or other things used
or employed in performing the work; or for injury or damage to any person or persons, either
workers or employees of CONTRACTOR, of its subcontractors or the public, or for damage to
adjoining or other property from any cause whatsoever arising out of or in connection with the
performance of the work. CONTRACTOR shall be responsible for any damage or injury to any
person or property resulting from defects or obstructions or from any cause whatsoever.
CONTRACTOR will indemnify Indemnities against and will hold and save Indemnitees
harmless from any and all actions, claims, damages to persons or property, penalties,
obligations or liabilities that may be asserted or claimed by any person, firm, entity, corporation,
political subdivision, or other organization arising out of or in connection with the work, operation,
or activities of CONTRACTOR, its agents, employees, subcontractors or invitees provided for
herein, whether or not there is concurrent passive negligence on the part of CITY. In connection
therewith:
a. CONTRACTOR will defend any action or actions filed in connection with
any such claims, damages, penalties, obligations or liabilities and will pay
all costs and expenses, including attorneys' fees, expert fees and costs
incurred in connection therewith.
b. CONTRACTOR will promptly pay any judgment rendered against
CONTRACTOR or Indemnitees covering such claims, damages, penalties,
obligations and liabilities arising out of or in connection with such work,
operations or activities of CONTRACTOR hereunder, and CONTRACTOR
agrees to save and hold the Indemnitees harmless therefrom.
c. In the event Indemnitees are made a party to any action or proceeding filed
or prosecuted against CONTRACTOR for damages or other claims arising
out of or in connection with the work, operation or activities hereunder,
CONTRACTOR agrees to pay to Indemnitees and any all costs and
expenses incurred by Indemnitees in such action or proceeding together
with reasonable attorneys' fees.
Contractor's obligations under this section apply regardless of whether or not such claim,
charge, damage, demand, action, proceeding, loss, stop notice, cost, expense, judgment, civil
fine or penalty, or liability was caused in part or contributed to by an Indemnitee. However,
without affecting the rights of CITY under any provision of this AGREEMENT, Contractor shall
not be required to indemnify and hold harmless CITY for liability attributable to the active
negligence of CITY, provided such active negligence is determined by agreement between the
parties or by the findings of a court of competent jurisdiction. In instances where CITY is shown
to have been actively negligent and where CITY active negligence accounts for only a
40
1293492.1
percentage of the liability involved, the obligation of Contractor will be for that entire portion or
percentage of liability not attributable to the active negligence of CITY.
So much of the money due to CONTRACTOR under and by virtue of the contract as shall
be considered necessary by CITY may be retained by CITY until disposition has been made of
such actions or claims for damages as aforesaid.
It is expressly understood and agreed that the foregoing provisions are intended to be as
broad and inclusive as is permitted by the law of the State of California. This indemnity provision
shall survive the termination of the AGREEMENT and is in addition to any other rights or
remedies which Indemnitees may have under the law.
This indemnity is effective without reference to the existence or applicability of any
insurance coverage which may have been required under this AGREEMENT or any additional
insured endorsements which may extend to Indemnitees.
CONTRACTOR, on behalf of itself and all parties claiming under or through it, hereby
waives all rights of subrogation and contribution against the Indemnitees, while acting within the
scope of their duties, from all claims, losses and liabilities arising out of or incident to activities
or operations performed by or on behalf of the CONTRACTOR regardless of any prior,
concurrent, or subsequent passive negligence by the Indemnitees.
11. NON-DISCRIMINATION: Pursuant to Labor Code Section 1735, no discrimination
shall be made in the employment of persons in the work contemplated by this AGREEMENT
because of the race, color or religion of such person. A violation of this section exposes the
CONTRACTOR to the penalties provided for in Labor Code Section 1735.
12. PAYMENT FUND: A City Council resolution established a Project Payment
Account, encumbered money in the current budget, and assigned that money to the Project
Payment Account, which is the sole source of funds available for payment of the contract sum
set forth in Section 3 of this AGREEMENT. CONTRACTOR understands and agrees that
CONTRACTOR will be paid only from this special fund and if for any reason this fund is not
sufficient to pay CONTRACTOR, CONTRACTOR will not be entitled to payment. The availability
of money in this fund, and CITY's ability to draw from this fund, are conditions precedent to
CITY's obligation to make payments to CONTRACTOR.
13. PRESENTATION OF CLAIMS: Any claim, as that term is defined in Public
Contract Code §9204, shall be submitted in accordance with Section 9204 and shall contain a
sufficient description of the claim, the basis therefore and documentation in support of the claim.
The claim shall be processed as more fully set forth in the Plans and Specifications.
14. TERMINATION: This AGREEMENT may be terminated by the CITY, without
cause, upon the giving of a written "Notice of Termination" to CONTRACTOR at least thirty (30)
days prior to the date of termination specified in the notice. Upon receipt of such notice,
Contractor shall immediately cease work, unless otherwise directed by the Notice of
Termination. In the event of such termination, Contractor shall be paid for services satisfactorily
rendered and expenses reasonably and necessarily incurred prior to the effective date of
termination, unless the Notice of Termination is issued for cause, in which event the City may
withhold any disputed compensation. Contractor shall not be entitled to any claim for lost profits.
State of California
"CONTRACTOR'S" License No. ________________________
41
1293492.1
CONTRACTOR'S Business Phone:
CONTRACTOR'S emergency phone which can be reached at any time:
IN WITNESS WHEREOF, the parties hereto have executed this AGREEMENT with all
the formalities required by law on the respective dates set forth opposite their signatures.
By: ______________________________________
Title: _________________________________
Date:
By:
Title:
Date:
CITY OF DIAMOND BAR, CALIFORNIA
By: _____________________________________
MAYOR
__________________________
Date
ATTEST:
By: _____________________________________
CITY CLERK
__________________________
Date
APPROVED AS TO FORM:
_____________________________________
CITY ATTORNEY
_____________________________
Date
*NOTE: If Contractor is a corporation, the City requires the following signature(s):
-- The Chairman of the Board, the President or a Vice-President, AND (2) the
Secretary, the Chief Financial Officer, the Treasurer, an Assistant Secretary or an
Assistant Treasurer. If only one corporate officer exists or one corporate officer
holds more than one corporate office, please so indicate. OR
-- The corporate officer named in a corporate resolution as authorized to enter into
this Agreement. A copy of the corporate resolution, certified by the Secretary
close in time to the execution of the Agreement, must be provided to the City.
42
1293492.1
PART II
GENERAL PROVISIONS
1293492.1 GP-1
GENERAL PROVISIONS
FOR
PANTERA PARK IMPROVEMENTS PROJECT
CITY PROJECT NO. FP23503
All work shall be done in accordance with the Standard Specifications for Public Works
Construction (2021 Edition and all subsequent supplements), hereinafter referred to as
Standard Specifications; the State of California Department of Transportation Standard
Specifications (2021 Edition and all subsequent supplements), hereinafter referred to as
Caltrans Standard Specifications; Plans, Standard Construction Drawings; and these
Special Provisions.
MODIFICATIONS TO THE STANDARD SPECIFICATIONS
Section 1. General.
Section 1-7. Award and Execution of Contract
(a) Examination of Plans, Specifications, Special Provisions, and Site of Work: The
bidder is required to examine carefully the site and the proposal, plans,
specifications and contract forms for the work contemplated, and it will be assumed
that the bidder has investigated and is satisfied as to the conditions to be
encountered, including all installations and utilities, whether underground, surface
or overhead, as to the character, quality and quantities of work to be performed
and materials to be furnished, and as to the requirements of the specifications, the
special provisions and the Contract. It is mutually agreed that submission of a
proposal shall be considered prima facie evidence that the bidder has made such
examination.
A mandatory pre-bid meeting will be held at Pantera Park, 738 Pantera Dr.
Diamond Bar 91765 on February 13, 2025 at 9 A.M.
(b) Proposal Form: All proposals must be made upon blank forms to be obtained from
the City Clerk at City Hall, 21810 Copley Drive, Diamond Bar, California. All
proposals must give the prices proposed, both in writing and figures, and must be
signed by the bidder, and his address shown. If the proposal is made by an
individual, his name and post office address must be shown. If made by a firm or
partnership, the name and post office address of each member of the firm or
partnership must be shown. If made by a corporation, the proposal must show the
name of the state under the laws of which the corporation was chartered and the
names, titles, and business addresses of the president, secretary, and treasurer.
(c) Rejection of Proposals Containing Alterations, Erasures or Irregularities:
Proposals may be rejected if they show any alterations or form additions not called
for, conditional or alternative proposals, incomplete proposals, erasures, or
irregularities of any kind.
1293492.1 GP-2
(d) Bidder's Guarantee: All proposals shall be presented under sealed cover and shall
be accompanied by cash, cashier's check or certified check payable to, or bidder's
bond in favor of the City of Diamond Bar in an amount of not less than ten percent
(10%) of the amount named in said proposal, and no proposal shall be considered
unless such cash, cashier's check, certified check or bidder's bond is enclosed
therewith.
(e) Return of Bidder's Guarantees: Proposal guarantees will be held until the Contract
has been finally executed, after which they will be returned to the respective
bidders whose proposals they accompany.
The Notice to Bidders, Proposal, bonds, Instructions to bidders, General Provisions
and Detail Specifications, shall be deemed incorporated in the Contract by reference.
A Corporation to which an award is made will be required, before the Contract is finally
executed, to furnish evidence of its corporate existence and evidence that the officer
signing the Contract and bonds for the corporation is duly authorized to do so.
Add the following section:
Subsection 1-7.3. Plans and Specifications
An addendum to these specifications may be issued by the City Engineer at any time
prior to the bid opening.
Section 2. Scope of the Work
The work to be performed or executed under these plans and specifications consists of
and includes Sport court resurfacing, miscellaneous site furnishings and site lighting
refurbishment; and other incidental and appurtenant work necessary for the proper
construction of the contemplated improvements, as indicated on the project plans for
PANTERA PARK IMPROVEMENTS Project.
Section 2-2. Permits
The Contractor and all subcontractors shall obtain and maintain a valid City business
license. The Contractor shall also obtain a no-fee "Encroachment Permit" from the Public
Works Department, Engineering Division. Both the permit and the license shall be valid
for the entire construction period and shall be kept at the job site at all times. All provisions
of the permit shall apply and shall have authority over any conditions contained herein
these Special Provisions. Any costs incurred due to compliance with the permit or in
obtaining a city business license or any other required permit or license shall be included
in the contract cost for the work item involved and no additional payment will be made.
Failure to comply with these specific licensing and permit requirements will result in
withholding of any progress payment(s) to the Contractor.
Section 2-11. Marking Removal
1293492.1 GP-3
All markings placed by the Contractor, City, and Underground Service Alert (USA) during
construction shall be removed at the completion of the work. These markings shall
include, but not limited to, paint, stakes, and metal tags.
Section 3. Control of the Work
Section 3-5. Inspection
The Contractor shall notify the City Engineer a minimum of five working days in advance
when a final inspection of the work is desired. If the City Engineer agrees that the work
is complete and ready for inspection, he will, as soon thereafter as possible, make the
necessary examinations. No final acceptance of the work shall be allowed until all check
(punch) list items to be rectified have been corrected and any subsequent final
inspections have been performed.
Section 3-12. Work Site Maintenance
Subsection 3-12.4.1 General
All costs associated with the disposal of all excavated or demolition materials, including
any gate fees, shall be paid by the Contractor. These costs shall be included in the bid
price for the applicable bid items.
Prior to any excavated or demolition material being removed from the construction site
the Contractor shall notify the City as to the hauling route and destination for disposal.
If the location for disposal is other than a county landfill then the Contractor shall
provide the City with written permission and release of liability for the City from the
owner of the property where the material will be deposited.
Subsection 3-12.4.2 Storage in Public Streets
Construction equipment shall not be stored at the construction site, any public street
or publicly owned facilities without approval of the City. Contractor shall store
equipment at a contractor’s rental yard.
All excavated material that is to be hauled to and disposed of at a County landfill site
by the Contractor is subject to a County gate fee based on tonnage.
Subsection 3-12.5.4
Any facilities, structures, water lines, landscaping, surfaces, signs, pavement
markings, painted curbs, house numbers, etc., which are damaged during construction
1293492.1 GP-4
shall be restored to the satisfaction of the City. Damaged water lines shall be repaired
immediately at no additional cost to the city.
Add the following sections:
Section 3-12.7. NPDES Requirements
The contractor shall conform to the requirements of the National Pollutant Discharge
Elimination System (NPDES) Permit for Construction Activities, Municipal NPDES Permit.
The Contractor shall protect by any means all construction related materials from being
discharged from the site by the forces of wind or water. Contractor and/or any
subcontractors shall implement erosion control measures, such as the placement of
gravel bags and fabric around all storm drain inlets and the job site, as directed by the
City Engineer, to protect polluted water from running into the storm drain systems.
Full compensation for conforming to the requirements of this section shall be considered
as included in the prices paid for the various contract items of work involved and no
additional compensation will be allowed.
Section 3-12.8. Environmental Provisions
In the event Contractor is required to dig any trench or excavation that extends deeper
than 4 feet below the surface in order to perform the work authorized under this contract,
Contractor agrees to promptly notify the City Engineer in writing and before further
disturbing the site, if any, of the conditions set forth below are discovered:
1. Materials that the Contractor believes may be hazardous waste, as defined in Section
25117 of the Health and Safety Code that is required to be removed to a Class I, Class
II, or Class III disposal site in accordance with the provisions of existing law.
2. Subsurface or latent physical conditions at the site differing from those indicated.
3. Unknown physical condition at the site of any unusual nature, different materially from
those ordinarily encountered and generally recognized as inherent in the work of the
character provided for in this Contract.
Section 4. Control of Materials
Section 4-1. General
The Contractor and all subcontractors, suppliers, and vendors, shall guarantee that the
entire work will meet all requirements of this contract as to the quality of materials,
equipment, and workmanship. The Contractor, at no cost to the City, shall make any
repairs or replacements made necessary by defects in materials, equipment, or
workmanship that become evident within 1 year after the date of acceptance of work.
Within this 1-year period, the Contractor shall also restore to full compliance with
requirements of this contract any portion of the work which is found to not meet those
1293492.1 GP-5
requirements. The Contractor shall hold the City harmless from claims of any kind arising
from damages due to said defects or noncompliance. The Contractor shall make all
repairs, replacements, and restorations within 30 days after the date of the City Engineer's
written notice.
Section 4-4. Testing
Except as elsewhere specified, the City will bear the cost of materials testing and
independent acceptance testing. The cost of all other tests, including the retesting of
materials and independent acceptance testing that fails to pass the first test, shall be
borne by the Contractor.
Section 5. Legal Relations and Responsibilities
Add the following section:
Section 5-8. Public Notification
Contractor shall comply with all applicable State, County and City requirements and any
additional public safety requirements which may arise in notifying the Police, Fire, Traffic
and Engineering Departments, Schools and Public Transit at least 48 hours in advance
of any closures, partial closures or reopening, and detours.
At least ten (10) calendar days prior to commencing work, the Contractor shall submit a
detailed schedule to the City Engineer for approval. Based on the schedule, the
Contractor will notify businesses, bus companies, trash and street sweeping companies,
and emergency services of the proposed work.
The City will require the Contractor to distribute two (2) “Public Notices” to each business
and residence affected by the program. The first notice shall be distributed to each
business and residence ten (10) calendar days prior to the start of any work. The second
notice shall be distributed at least forty-eight (48) hours prior to the start of work. Said
notice shall be provided by the Contractor to the City Engineer for review and approval
prior to distribution by the Contractor.
All complaints received by the City associated with the construction alleging damage to
private property and vehicles shall be responded to by the Contractor within twenty-four
(24) hours of notification. Failure to comply with this provision may result in a penalty of
fifty dollars ($50.00) per occurrence.
The Contractor shall be responsible for maintain notification signage in a serviceable
manner. Signs shall indicate the date and hours of restriction.
Full compensation for conforming to the requirements of this section shall be considered
as included in the price paid for various items of work involved and no additional
compensation will be allowed.
1293492.1 GP-6
Section 6. Prosecution and Progress of the Work
Section 6-1. Construction Schedule and Commencement of the Work
Add the following sections:
Subsection 6-1.3. Utilities
Subsection 6-1.3.1. Location
Utility Owner and Public Agency Identifications. Utility owners and Public Agencies
who may have facilities or interests, which may affect the work, are as follows:
Verizon Telephone
1400 E. Phillips Boulevard
Pomona, California 91766
(800) 227-2600 (DigAlert)
(909) 469-6354 (Office)
Waste Management
13940 East Live Oak Avenue
Baldwin Park, California 91706
(800) 266-7551
Valley Vista Services
16000 Temple Avenue
La Puente, California 91744
(800) 442-6454
Southern California Edison Co.
800 West Cienega Avenue
San Dimas, California 91773
(800) 227-2600 (DigAlert)
(800) 684-8123 (Office)
Southern California Gas Company
1919 South State College Boulevard
Anaheim, California 92803
(800) 227-2600 (DigAlert)
(800) 427-2200 (Office)
Walnut Valley Water District
271 South Brea Canyon Road
Walnut, California 91789
(909) 595-7554
Pomona Unified School District
800 South Garey Avenue
1293492.1 GP-7
Pomona, California 91766
(909) 397-4800
Walnut Valley Unified School District
880 S. Lemon Ave.
Walnut, CA 91789
(909) 595-1261
Charter Communications (Spectrum)
3430 E Miraloma Avenue
Anaheim, CA 92806
(844) 780-6054
Los Angeles County Department of Public Works
900 S. Fremont Ave.
Alhambra, CA 91803-1331
Operation Services
(626) 445-7630
Sewer Maintenance
(800) 675-4357
Los Angeles County Sheriff's Department
21695 E. Valley Blvd.
Walnut, California 91789
(909) 595-2264
Los Angeles County Fire Department
Station 119
20480 Pathfinder Road
Diamond Bar, California 91765
(909) 861-5995
Los Angeles County Fire Department
Station 121
346 Armitos Place
Diamond Bar, California 91765
(909) 396-0164
Metropolitan Water – La Verne
Substructures Team
P.O. Box 54153 Terminal Annex
Los Angeles, CA 90054
(213) 217-6679
Los Angeles County Fire Department
Station 120
1051 S Grand Ave
Diamond Bar, CA 91765
1293492.1 GP-8
(323) 881-2411 (non-emergencies)
911 (emergencies)
The Contractor shall notify each of the above listed utility companies and agencies
in writing (copy to City) of the project. They shall be invited to a pre-construction
meeting and provided a work schedule.
Subsection 6-1.3.2. Protection
The Contractor is hereby alerted to the existence of utility lines. The Contractor shall
carefully protect all lines during the course of construction.
Subsection 6-1.4. Work Hours and Sound Control
Daytime work hours shall be 7:00 a.m. to 4:00 p.m. Monday - Friday. Saturday work
hours, if permitted at least one week (7 Calendar Days) in advance by the City Engineer,
shall be 8:00 a.m. to 4:00 p.m.
Nighttime work hours shall be 10:00 p.m. to 5:00 a.m. Monday – Friday. Nighttime work
hours are not required but will be permitted at the request of the contractor with the City
Engineer’s authorization. Contractor shall request nighttime work hours at least 1 week
(7 calendar days) prior to beginning the proposed nighttime work operations.
The Contractor shall comply with all County and local sound control and noise level rules,
regulations, and ordinances which apply to any work performed pursuant to the contract,
and shall make every effort to control any undue noise resulting from the construction
operation.
Each internal combustion engine used for any purpose on the job or related to the job
shall be equipped with a muffler of a type recommended by the manufacturer. No internal
combustion engine shall be operated on the project without said muffler.
The City Engineer reserves the right to stop work if he determines that these conditions
are being violated.
Section 6-2. Prosecution of the Work
Add the following sections:
Subsection 6-2.1. Order of Work
The order of work, except where otherwise specifically required by the Plans and
Specifications, shall be determined by the Contractor who shall be solely responsible for
coordinating all subcontract and prime contract work to minimize delays during
construction.
The Contractor shall schedule his work in order to be as least disruptive as possible to
adjacent businesses and residents.
1293492.1 GP-9
Subsection 6-2.2. Responsibilities of the Contractor in Conduct of His Work
Subsection 6-2.2.1. Labor is amended by the addition of the following:
Labor Discrimination. No discrimination shall be made in the employment of such
persons upon public works because of the race, color, or religion of such persons and
every contractor for public works violating this section is subject to all the penalties
imposed for a violation of Chapter 11 or Part VII, Division 2 of the Labor Code in
accordance with the provisions of Section 1735 thereof.
Subsection 6-2.2.2. Contractor's Responsibility for Work
Reference is made to Section 6 - 8 of the Standard Specifications and these General
Provisions. Except as provided above, until the formal acceptance of the work by the
City Council, the Contractor shall have the charge and care thereof and shall bear the
risk of injury or damage to any part thereof by the action of the elements or from any
other case, whether arising from the execution or from the non-execution of the work.
The Contractor shall rebuild, repair, restore, and make good all injuries or damages to
any portion of the work occasioned by any of the above causes before final acceptance
and shall bear the expense thereof, except such injuries or damages occasioned by
acts of the Federal Government or the public enemy.
Subsection 6-2.3. Public Convenience and Safety
Subsection 6-2.3.2. Protection of the Public
It is part of the service required of the Contractor to make whatever provisions are
necessary to protect the public. The Contractor shall use foresight and shall take such
steps and precautions as his operations warrant to protect the public from danger, loss
of life or loss of property, which would result from interruption or contamination of the
public water supply, interruption of other public service, or from the failure of partly
completed work or partially removed facilities. Unusual conditions may arise on the
work which will require that immediate and unusual provisions be made to protect the
public from danger or loss, or damage to life and property, due directly or indirectly to
prosecution of work under this contract.
Whenever, in the opinion of the City Engineer, an emergency exists against which the
Contractor has not taken sufficient precaution for the public safety, protection of utilities
and protection of adjacent structures or property which may be damaged by the
Contractor's operations in the opinion of the City Engineer, immediate action shall be
considered necessary in order to protect the public or property due to the Contractor's
operations under this contract, the City Engineer will order the Contractor to provide a
remedy for the unsafe condition. If the Contractor fails to act on the situation within a
reasonable time period, the City Engineer may provide suitable protection to said
interests by causing such work to be done and material to be furnished as, in the
opinion of the City Engineer, may seem reasonable and necessary.
1293492.1 GP-10
The cost and expense of said labor and material, together with the cost and expense
of such repairs as are deemed necessary, shall be borne by the Contractor. All
expenses incurred by the City for emergency repairs will be deducted from the
progress payments and the final payment due to the Contractor. However, if the City
does not take such remedial measures, the Contractor is not relieved of the full
responsibility for public safety.
Subsection 6-2.4. Recycling of Material
Subsection 6-2.4.1. Recycle of Asphalt Concrete, Portland Cement Concrete
The City is committed to recycling program. It is the obligation of the contractor, under
this contract, to recycle the waste material through an approved recycling plant.
Records and report of waste material will be submitted to the City of Diamond Bar on
a regular monthly basis. The construction and demolition requirements of the City has
been provided as an appendix for further information.
Section 6-9 Liquidated Damages
The amount of liquidated damages is hereby amended to $500.00 for each consecutive
calendar day.
Section 7. Measurement and Payment
Section 7-3. Payment
Subsection 7-3.1. General
Payment for the various items of the Bid Schedule, as further specified herein, shall
include all compensation to be received by the Contractor for furnishing all tools,
equipment, supplies, and manufactured articles, and for all labor, operations, and
incidentals appurtenant to the items of work being described, as necessary to complete
the various items of work, all in accordance with the provisions for Measurement and
Payment in the Standard Specifications and these Special Provisions, and as shown on
the Drawings, Exhibits, and spreadsheets including all appurtenances thereto, and
including all costs of compliance with the regulations of public agencies having
jurisdiction, including the Safety and Health Requirements of the California Division of
Industrial Safety and the Occupational Safety and Health Administration of the U.S.
Department of Labor (OSHA).
No separate payment will be made for any item that is not specifically set forth in the Bid
Schedule, and all costs therefore shall be included in the prices named in the Bid
Schedule for the various appurtenant items of work.
1293492.1 GP-11
The Contractor agrees that the payment of the amount under the Contract, and the
adjustment and payment for any work done in accordance with any alterations of the
same, shall release the City of Diamond Bar, the City Council, the City Manager, and the
City Engineer of any and all claims or liability on account of work performed under the
Contract or any alterations thereof.
Guarantee. The Contractor agrees for a period of one year, commencing with the Final
Notice of Completion, to correct without additional charge to the City, any defects in the
work performed, or in the materials furnished, by the Contractor and/or manufacturer,
jointly.
Subsection 7-3.2. Partial and Final Payment
Progress Payments. The Contractor shall be entitled each month to a monthly progress
payment in an amount equal to ninety-five percent (95%) of the estimated percentage of
actual work completed by the end of the preceding calendar month, based on the contract
price less all previous payments. Subject to the provisions of Section 22300 of the Public
Contract Code, a five percent (5%) retention will be withheld from each payment. All
invoices and detailed pay requests shall be approved by the City Engineer before
submittal to the City for payment. All billings shall be directed to the City Engineer. In all
events, the City shall withhold no less than five percent (5%) of the contract price until
final completion and acceptance of the work.
This payment on account shall in no way be considered as an acceptance of any part of
the work or material of the Contract, nor shall it in any way govern the final estimate.
Acceptance of any progress payment accompanying any estimate without written protest
shall be an acknowledgment by the Contractor that the number of accumulated contract
days shown on the associated statement of working days is correct. Progress payments
made by the City to the Contractor after the completion date of the Contract shall not
constitute a waiver of liquidated damages.
The Contractor shall submit with its invoice the Contractor's conditional waiver of lien for
the entire amount covered by such invoice; valid unconditional waivers of lien from the
Contractor and all subcontractors and material-men for all work and materials included in
any prior invoices;
Waivers of lien shall be in the forms prescribed by California Civil Code Section 3262.
Prior to final payment by the City, the Contractor shall submit a final waiver of lien for the
Contractor's work, together with releases of lien from any subcontractor or material-men.
Final Payments. After the completion of the Contract, the City Engineer shall make a final
inspection of the work done thereunder, and if entirely satisfactory and complete, the City
shall pay to the Contractor an amount which, when added to the payments previously
made and deductions allowable to the City, will equal ninety-five percent (95%) of the
contract price. Thereafter the balance of the contract price remaining unpaid shall be
paid thirty-five (35) calendar days after the recording of a Notice of Completion by the
City. The payment of the final amount due under the Contract and the adjustment and
1293492.1 GP-12
payment for any work done in accordance with any alterations of the same shall release
the City from any and all claims on account of the work performed under the Contract or
any alterations thereof. Final payment to Contractor shall be withheld for at least 30 days
after the time in which Contractor has verified, to the City's satisfaction, that it has
submitted all information to the Department of Industrial Relations required by Labor Code
§1773.3.
Subsection 7-3.5. Contract Unit Prices
Subsection 7-3.5.1. General
All pay items will be paid for at the unit prices named in the Bid Schedule for the
respective items of work. The quantities of work or material stated as unit price
items on the Bid Schedule are stated only to give an indication of the general
scope of the work. The City does not expressly, nor by implication, agree that
the actual amount of work or material will correspond therewith, and reserves
the right after the award of Contract to increase or decrease the quantity of any
unit price item of work, and shall have the right to delete any Bid Item in its
entirety, or to add additional Bid Items.
Add the following sections:
Section 7-6. Final Cleanup and Closeout
Upon completion of the work, and before acceptance and final payment is made by the
City, the Contractor shall clean the project site and areas occupied by him in connection
with the work. All rubbish, excess materials, falsework, temporary structures, and
equipment shall be removed; and all parts of the work shall be left in a neat and
presentable condition.
Prior to final closeout, the Contractor shall submit the following:
A. A complete set of as-built/record plans showing constructed conditions, materials,
revisions, finishes, etc. for the Project.
B. A complete file of operation and maintenance manuals for equipment and
materials used in the work. Such file shall be bound in hardcover, three-ring
binders and shall be labeled.
C. Required written guarantees.
D. Complete list of subcontractors and principal vendors engaged in the execution of
the work, including addresses and telephone numbers.
Full compensation for conforming to the requirements of this Section shall be considered as
included in the contract bid price paid for the various items of work and no additional
compensation will be allowed therefor. Failure to conform to these requirements may result
in the City withholding the full retention payment.
1293492.1 GP-13
Section 7-7. Payment for Bid Items
See “Technical Provisions” section of these Specifications.
PART III
SPECIAL PROVISIONS
1293492.1 SP-1
SPECIAL PROVISIONS
FOR
PANTERA PARK IMPROVEMENTS PROJECT
CITY PROJECT NO. FP23503
SPECIFICATIONS
The work to be done shall be performed or executed in accordance with these Special
Provisions and the "Standard Specifications for Public Works Construction", (SSPWC) 2021
Edition and all subsequent supplements, hereinafter referred to as the Standard
Specifications. The Standard Specifications are published by Building News, Inc. 10801
National Boulevard, Suite 100, Los Angeles, California 90034 and are included by reference
only.
Specialty site work, not found in the SSPWC are provided in Part IV, Technical Provisions
and shall govern.
LOCATION OF WORK
Pantera Park, 738 Pantera Dr, Diamond Bar, CA 91765
ADDENDA
The City Engineer may, without City Council approval, issue addenda to the Contract
Documents during the period of advertising for bids for the purpose of: (a) revising prevailing
wage scales or (b) clarifying or correcting Special Provisions, Plans or Bid Proposal; provided
that any such addenda does not change the original scope and intent of the project.
Purchasers of contract documents will be notified and furnished copies of such addenda,
either by certified mail or personal delivery, during the period of advertising.
TIME LIMIT AND NOTICE TO PROCEED
All work shall be completed within fifty (50) working days. A move-in period of seven (7)
calendar days will be allowed starting on the date in the Notice to Proceed. The counting of
working days shall start on the date the Contractor elects to start work or the last day of the
move-in period, whichever occurs first. The Contractor shall utilize the move-in period to
ensure that all materials required for the project will be available for the scheduled work. No
additional working days will be allowed for material delay once the Contractor commences
work. The contractor shall begin construction one week from the date of project award by
City. The Notice to Proceed will be issued immediately after the project award and working
days will be counted starting on the first date of construction start. Upon exhaustion of
stipulated working days, liquidated damages will be assessed per each calendar day of
delay.
1293492.1 SP-2
Nothing in this section will relieve the Contractor of its obligations relative to starting work as
required elsewhere in these specifications.
CHANGES IN THE WORK
Subsection 2-7.1 of the Standard Specifications is replaced by the following:
Notwithstanding the limitation imposed by this Subsection, the City Engineer may,
with City Council approval, order changes in the work which increase the contract
cost by not more than ten percent (10%) of the original contract amount.
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
All bidders will be required to submit information as to their industrial safety record on the
form provided in the Bid Proposal. A review of this safety record will be made prior to a
determination of the lowest responsible bidder, and any adverse finding as to the bidder's
safety record or any bid submitted which does not contain the Contractor's Industrial Safety
Record, filled out and signed by the Contractor, may be sufficient cause for rejection of the
bid.
CONSTRUCTION SCHEDULE
In accordance with Subsection 6-1 of the Standard Specifications, the Contractor shall submit
a written proposed construction schedule to the City Engineer ten (10) calendar days prior to
the start of work. Such schedule shall be subject to the review and approval by the City
Engineer. No work shall be done until the City Engineer and the Contractor have agreed to
the schedule to be followed by the Contractor.
WITHHELD CONTRACT FUNDS
Pursuant to Section 4590 of the Government Code, the Contractor at its own expense may
deposit securities pledged in favor of the City with a state or federally chartered bank as the
escrow agent.
The acceptable securities are those listed in Section 16430 of the Government Code or bank
or savings and loan certificates of deposit.
The amount of securities to be deposited shall be equivalent to the maximum amount
permitted to be withheld as specified in Subsection 9-3.2 of the Standard Specifications.
Formal acceptance of the project by the City terminates the City’s interest in the securities.
PUBLIC CONVENIENCE AND SAFETY
In addition to the requirements of Subsection 6-2.3-10 of the General Provisions, the
Contractor shall maintain access to all adjacent properties. Furthermore, this subsection is
amended and supplemented by the following paragraphs:
1293492.1 SP-3
Full compensation for complying with the above requirements shall be considered as
included in the various items of work unless otherwise specified above.
CONSTRUCTION WATER
Construction water is available from the Walnut Valley Water District (WVWD) by applying
for a temporary meter, which will be installed and chained to a hydrant by WVWD. Contact
WVWD at telephone (909) 595-7554 to apply for construction water. Contractor to verify
current charges.
SANITARY CONVENIENCE
Necessary sanitary facilities for the use of workman on the job shall be provided and
maintained in an approved manner by the Contractor, properly secluded from public
observation and in compliance with health ordinances and laws, and their use shall be strictly
enforced by the Contractor.
STORAGE SITE
It shall be the Contractor’s responsibility to locate any storage sites for materials and
equipment needed and such sites either located on public or private property must be
approved in advance by the City Engineer.
No equipment or materials shall be stored in the public roadway right-of-way without prior
written approval from the City Engineer.
SPECIAL INSPECTION FEES
If the Contractor elects to work under this contract more than 8 hours/day or more than 40
hours/week, Saturday, Sunday, or CITY holidays, the Contractor shall arrange with the City
Engineer for the required inspection service and pay the Special Inspection Fees which will
be charged at the following rates:
Monday through Fridays - $100.00 per hour
Saturday, Sunday, Holidays - $1000.00 per day
Fees may be deducted from payments due to the Contractor at the discretion of the City
Engineer.
PRE-CONSTRUCTION MEETING
The City shall arrange a pre-construction meeting with the Contractor and representatives
from utility companies, which shall be held a minimum of ten (10) calendar days prior to
commencement of any work.
1293492.1 SP-4
COMPETENCY OF BIDDER
The bidder shall be licensed under the provisions of Chapter 9, Division 3, of the Business
and Professions Code of the State of California to do the type of work contemplated in the
Contract and shall be skilled and regularly engaged in the general class or type of work called
for under this Contract. The Contractor shall possess a State of California Class A
Contractor’s License or a combination of Class C Specialty Contractor’s License(s) adequate
to perform the work herein described and be registered with the Department of Industrial
Relations per California Labor Code Section 1771.1. All subcontractors shall have equivalent
licenses for their specific trades.
BID QUANTITIES
The quantities given in the Proposal and Contract form are approximate, being given as a
basis for the comparison of bids only, and the city does not, expressly or by implication, agree
that the actual amount of work will correspond therewith, but reserves the right to increase
or decrease the amount of any class or portion of the work, or to omit any portion of the work,
as may be deemed advisable or necessary by the City Engineer.
CITY EQUAL EMPLOYMENT OPPORTUNITY (EEO) PROVISIONS
1. AFFIRMATIVE ACTION PLAN FOR EQUAL EMPLOYMENT OPPORTUNITY
The following provisions pertaining to equal employment opportunity are incorporated
into this Contract. In connection with performance of work under this Contract, the
Contractor agrees as follows:
a. The Contractor will not discriminate against any employee or applicant for employment
because of race, color, sex, religion, ancestry or national origin. The Contractor
will take affirmative action to ensure that applicants are employed, and the
employees are treated during employment, without regard to race, color, sex,
religion, ancestry or national origin. Such action shall include, but not be limited
to, the following: 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 where
applicable.
b. In all advertisements for labor or other personnel, or requests for employment of any
nature, the Contractor shall state that all qualified applicants will receive
consideration for employment of any nature, the Contractor shall state that all
qualified applicants will receive consideration for employment without regard to
race, color, sex, religion, ancestry or national origin.
c. In all hiring, the Contractor shall make every effort to hire qualified workers from all
races and ethnic groups.
d. The Contractor shall be responsible for the compilation of records of the ethnic
distribution of the entire project work force on forms furnished by the City. Said
forms, indicating the ethnic distribution of man-hours of work within the various
1293492.1 SP-5
crafts and trades, shall be filed by the Contractor with the City every thirty (30)
days.
e. 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 City, advising the said labor union or worker's
representative of the Contractor's commitments under this section.
f. The Contractor shall maintain and permit access by the City to records of employment,
employment advertisements, application forms and other pertinent data and
records of the Contractor's own work force and that of the various
subcontractors on the project for the purpose of investigation to ascertain
compliance with this EEO section.
g. Within ten (10) days after execution of the Contract by the City, the Contractor shall
meet the following standards for affirmative compliance and shall ensure that
each subcontractor on the project will meet these requirements within ten (10)
days after receiving a Notice to Proceed from the Contractor, unless the City
provides for a greater time period:
(1)File with the City an Affirmative Action Plan indicating the steps it will take
to encourage and assist qualified members of minority groups. Such
affirmative action will include statements regarding recruitment,
employment, compensation, promotion or demotion, and selection for
training.
(2)Provide evidence as required by the City that it has notified in writing all
subcontractors, the Contractor's supervisors and other personnel
officers of the content of this EEO section and their responsibilities under
it.
(3)Provide evidence, as required by the City that it has notified in writing all
sources of employee referrals (including, but not limited to, unions,
employment agencies and the State Department of Employment
Development) of the content of this EEO section.
(4)Notify the City in writing of any opposition to this EEO section by individuals,
firms, unions or organizations.
h. If the City has reason to believe that the Contractor or a subcontractor may have
committed a violation of the EEO section of this Contract or of the California
Fair Employment Practice Act or of any applicable Federal law concerning
equal employment practices on this project, the City will cause written notice to
be served on the Contractor or its representative, and to any subcontractor
involved in such violation. The notice shall set forth the nature of the violation.
Upon the City’s request, the Contractor shall meet with representatives of the
City in order to determine the means of correcting the violation and the time
period within which the violation shall be corrected. If, within ten (10) days, the
1293492.1 SP-6
Contractor or subcontractor has failed or refused to remedy the violation, the
City may notify the Fair Employment Practices Commission and pursue any
other remedies, which may be available under the law.
i. The Contractor shall include the provisions of the foregoing paragraphs 1a through 1h
in every first-tier subcontract and require each subcontractor to bind each
further subcontractor with whom it has a contract to such provisions, so that
such provisions will be binding upon each subcontractor who performs any of
the work required by the Contract.
2. ANTI-DISCRIMINATION
a. The Contractor certifies and agrees that all persons employed by the Contractor, its
affiliates, subsidiaries or holding companies are and will be treated equally by
the Contractor without regard to or because of race, color, sex, religion,
ancestry or national origin and in compliance with State and Federal anti-
discrimination laws. The Contractor further certifies and agrees that it will deal
with its subcontractors, bidders and vendors without regard to or because of
race, color, sex, religion, ancestry or national origin. The Contractor agrees to
allow access to its employment records during regular business hours to verify
compliance with the foregoing provisions when so requested by the City.
b. The Contractor specifically recognizes and agrees that if the City finds that any of the
foregoing provisions have been violated, the same shall constitute a material
breach of Contract upon which the City may determine to cancel, terminate or
suspend the Contract. While the City reserves the right to determine
individually that the anti-discrimination provisions of the Contract have been
violated, in addition a determination by the California Fair Employment
Practices Commission or the Federal Equal Employment Opportunity
Commission that the Contractor has violated State or Federal anti-
discrimination laws shall constitute a finding by the City that the Contractor has
violated the anti-discrimination provisions of the Contract.
c. At its option, and in lieu of canceling, terminating or suspending the Contract, the City
may impose damages for any violation of the anti-discrimination provisions of
this section, in the amount of two hundred ($200.00) for each violation found
and determined. The City and the Contractor specifically agree that the
aforesaid amount shall be imposed as liquidated damages, and not as a
forfeiture or penalty. It is further specifically agreed that the aforesaid amount
is presumed to be the amount of damages sustained by reason of any such
violation, because, from the circumstances and the nature of the violation, it is
impracticable and extremely difficult to fix actual damages.
1293492.1 TP-1
PART IV
TECHNICAL PROVISIONS
1293492.1 TP-2
TECHNICAL PROVISIONS
FOR
PANTERA PARK IMPROVEMENTS PROJECT
CITY PROJECT NO. FP23503
BID ITEMS
Each respective bid item as shown on the proposal form shall comply with the respective
section of the 2021 edition of Standard Specifications for Public Works Construction, its
supplements, and any other publication as specified or listed in the General Conditions. If
there is a conflict between these Technical Provisions and the Standard Specifications,
these Technical Provisions shall have precedence.
Incidental Work - All work and materials required by the plans and specifications, and not
specifically listed in the bid schedule items of work, shall be considered incidental and no
additional payment shall be made therefore. Incidental items shall include, but not be
limited to implementation of the water pollution control and Best Management Practices for
the protection of storm drain structures; saw cutting; excavation and disposal of materials;
and coordination of utilities.
1) MOBILIZATION - Measurement and payment for mobilization will be based upon
a Lump Sum (LS), non-proratable price, and shall require completion of all of the
listed mobilization items during the first 7 days following the Notice to Proceed.
Payment for mobilization and demobilization will be made per the named lump sum
price named in the Bid Schedule, which price shall constitute full compensation for all
such work. The scope of the work included under Pay Item No. 1 shall include the
obtaining of all insurance, and permits, moving onto the site of all equipment, and the
furnishing as required for the proper performance and completion of the Work.
Mobilization shall include, but not be limited to, the following principal items:
1. Moving onto the site of all Contractor's equipment required for operations.
2. Obtaining and paying for all required insurance, and permits.
3. Posting all OSHA-required notices, and establishment of OSHA-approved
safety programs.
4. Providing a full-time Contractor's superintendent.
5. Submitting of the required Construction Schedule, as specified in Section 6-1,
"Construction Schedule and Commencement of Work," of the Standard
Specifications.
1293492.1 TP-3
Demobilization includes removal and cleanup of said facilities under Mobilization.
In addition to the requirements specified above, all submittals shall conform to the
applicable requirements of Section 01-33-00, "Shop Drawings and Submittals" of the
Standard Specifications.
No payment for any of the listed initial mobilization work items will be made until all of
the listed items have been completed to the satisfaction of the Engineer.
The aforementioned amount will be retained by the City as the agreed, estimated
value of completing all of the mobilization items listed. Any such retention of money
for failure to complete all such mobilization items as a lump-sum item shall be in
addition to the retention of any payment pursuant to the provisions of Public Contract
Code 22300.
2) SPORT COURT IMPROVEMENTS - Measurement and payment for sport court
improvements will be based upon a Lump Sum (LS), non-proratable price, and shall
be considered full compensation for furnishing labor, materials, equipment, and
disposal to complete the construction as indicated on the plans, including, but not
limited to; removal of exiting paint, concrete grinding, patching, crack repair, and
painting, removal and replacement of windscreen, tennis court net, basketball goal rim
and net and bike rack.
In addition to the requirements specified above, all submittals shall conform to the
applicable requirements, noted on the plans and/or the CSI Specifications within this
Section.
No payment for any of the listed work items will be made until all of the listed items
have been completed to the satisfaction of the Engineer.
The aforementioned amount will be retained by the City as the agreed, estimated
value of completing all of the items listed. Any such retention of money for failure to
complete all such items as a lump-sum item shall be in addition to the retention of any
payment pursuant to the provisions of Public Contract Code 22300.
3) DRINKING FOUNTAIN - Measurement and payment for park furnishing
improvements will be based upon a Lump Sum (LS), non-proratable price, and shall
be considered full compensation for furnishing labor, materials, equipment, and
disposal to complete the construction as indicated on the plans, including, but not
limited to; removal and replacement of drinking fountain.
In addition to the requirements specified above, all submittals shall conform to the
applicable requirements noted on plans and/or the CSI Specifications within this
Section.
1293492.1 TP-4
No payment for any of the listed work items will be made until all of the listed items
have been completed to the satisfaction of the Engineer.
The aforementioned amount will be retained by the City as the agreed, estimated
value of completing all of the items listed. Any such retention of money for failure to
complete all such items as a lump-sum item shall be in addition to the retention of any
payment pursuant to the provisions of Public Contract Code 22300.
4) LIGHTING IMPROVEMENTS - Measurement and payment for improvements will
be based upon a Lump Sum (LS), non-proratable price, and shall be considered full
compensation for furnishing labor, materials, equipment, and disposal to complete the
construction as indicated on the plans, including, but not limited to either retrofit of
existing lighting or removal and replacement of lighting, painted to match
In addition to the requirements specified above, all submittals shall conform to the
applicable requirements noted on the plans and/or the CSI Specifications within this
Section.
No payment for any of the listed work items will be made until all of the listed items
have been completed to the satisfaction of the Engineer.
The aforementioned amount will be retained by the City as the agreed, estimated
value of completing all of the items listed. Any such retention of money for failure to
complete all such items as a lump-sum item shall be in addition to the retention of any
payment pursuant to the provisions of Public Contract Code 22300.
A1) FLAG POLE - Measurement and payment for flag pole will be based upon a
Lump Sum (LS), non-proratable price, and shall be considered full compensation for
furnishing labor, materials, equipment, and disposal to complete the construction as
indicated on the plans, including, but not limited to; removal of the existing flag pole
and installation of a new flag pole as indicated on the plans.1.
In addition to the requirements specified above, all submittals shall conform to the
applicable requirements, noted on the plans and/or the CSI Specifications within this
Section.
No payment for any of the listed work items will be made until all of the listed items
have been completed to the satisfaction of the Engineer.
The aforementioned amount will be retained by the City as the agreed, estimated
value of completing all of the items listed. Any such retention of money for failure to
complete all such items as a lump-sum item shall be in addition to the retention of any
payment pursuant to the provisions of Public Contract Code 22300.
1293492.1 TP-5
CSI SPECIFICATIONS
SECTION 02790 (32 18 23.43)
CONCRETE BASKETBALL & MULTI-PURPOSE COURT SURFACE COLOR COATING
SYSTEM
1.1 SECTION INCLUDES
A. Concrete basketball & multi-purpose court surface color coating system.
1.2 RELATED REQUIREMENTS
Specifier Notes: Edit the following list of related sections as required. Delete related
sections not required. List other sections with work directly related to this section.
A. Section 03300 (03 30 00) – Cast-in-Place Concrete.
B. Section 03400 (03 40 00) – Precast Concrete.
1.3 REFERENCE STANDARDS
Specifier Notes: List reference standards mentioned in this section, complete with
designations and titles. Delete reference standards not included in this edited section.
This article does not require compliance with reference standards, but is merely a listing of
those used.
A. American Sports Builders Association (ASBA).
B. United States Tennis Association (USTA) Rules of Tennis.
C. National Basketball Association (NBA) Official Rules
D. National Federation of State High School Associations (NFHS) Rule Book
E. National Collegiate Athletic Association (NCAA) Rule Book
1.4 SUBMITTALS
A. Comply with Section 01330 (01 33 00) – Submittal Procedures.
B. Product Data: Submit manufacturer’s product data, including surface and crack
preparation and application instructions.
1293492.1 TP-6
C. Samples: Submit manufacturer’s color samples of color coating.
D. Test Reports:
1. Submit independent test results for solar reflectance index.
2. Submit independent test results for 2000 Hour ASTM G154, accelerated weathering
UV test, to demonstrate long-term durability and fade resistance.
3. Submit independent test results for 2000 Hour, accelerated weathering ASTM G155
Xenon Arc test, to demonstrate long-term fade resistance and quality of pigment.
E. Manufacturer’s Certification: Submit manufacturer’s certification that materials
comply with specified requirements and are suitable for intended application.
F. Manufacturer’s Project References: Submit manufacturer’s list of successfully
completed concrete basketball & multi-purpose court surface color coating system projects,
including project name, location, and date of application.
G. Applicator’s Project References: Submit applicator’s list of successfully completed
concrete basketball & multi-purpose court surface color coating system projects, including
project name, location, type and quantity of color coating system applied, and date of
application.
H. Warranty Documentation: Submit manufacturer’s standard warranty.
I. Authorized Installer Certificate: Submit manufacturer’s authorized installer
certificate.
1.5 QUALITY ASSURANCE
A. Manufacturer’s Qualifications:
1. Manufacturer regularly engaged, for past 5 years, in manufacture of concrete
basketball & multi-purpose court surface color coating systems of similar type to that
specified.
2. United States owned company.
3. Member: ASBA.
B. Applicator's Qualifications:
1. Applicator regularly engaged, for past 3 years, in application of basketball & multi-
purpose court surface color coating systems of similar type to that specified.
2. Employ persons trained for application of basketball & multi-purpose court surface
color coating systems.
3. Applicator must be authorized installer of the surfacing brand used.
1.6 DELIVERY, STORAGE, AND HANDLING
1293492.1 TP-7
A. Delivery and Acceptance Requirements: Deliver materials to site in manufacturer’s
original, unopened containers and packaging, with labels clearly identifying product name
and manufacturer.
B. Storage and Handling Requirements:
1. Store and handle materials in accordance with manufacturer’s instructions.
2. Keep materials in manufacturer’s original, unopened containers and packaging until
application.
3. Store materials in clean, dry area indoors.
4. Store materials out of direct sunlight.
5. Keep materials from freezing.
6. Protect materials during storage, handling, and application to prevent contamination
or damage.
7. Close containers when not in use.
8. Retain manufacturer batch codes on each container and application dates, for
warranty purposes.
1.7 AMBIENT CONDITIONS
A. Do not apply concrete basketball & multi-purpose court surface color coating system
when air or surface temperatures are below 50°F (10°C) during application or within 24
hours after application.
B. Do not apply concrete basketball & multi-purpose court surface color coating system
when rain is expected during application or within 24 hours after application.
PART 2 PRODUCTS
2.1 MANUFACTURER
A. SportMaster Sport Surfaces, PO Box 2277, 2520 South Campbell Street, Sandusky,
Ohio 44870. Toll Free 800-326-1994. Fax 877-825-9226. Website www.sportmaster.net.
E-mail moreinfo@sportmaster.net.
All other brands must be pre-approved by the architect/owner, 7 days prior to the bid date.
If submitting another brand, bidder must furnish copies of all submittal documents per
requirements.
2.2 MATERIALS
A. Concrete Basketball & Multi-Purpose Court Surface Color Coating System:
SportMaster Color Coating System.
B. Crack Sealant: SportMaster “Crack Magic”.
1293492.1 TP-8
1. 100 percent acrylic emulsion elastomeric crack sealant.
2. Seals cracks and expansion joints up to 1/2 inch wide in concrete pavement.
3. Weight per Gallon at 77 Degrees F: 8.8 lbs., plus or minus 0.5 lbs.
4. Non-Volatile Material: 61 percent, plus or minus 5 percent.
C. Crack Filler: SportMaster “Acrylic Crack Patch”.
1. 100 percent acrylic emulsion trowel-grade crack filler.
2. Fills cracks in concrete pavement up to 1 inch wide.
3. Chemical Characteristics, by Weight, Minimum:
a. Acrylic Emulsion: 10.0 percent.
b. Hiding Pigment: 0.2 percent.
c. Mineral Inert Fillers: 78.0 percent.
d. Film Formers, Additives: 1.8 percent.
e. Water: 8.5 percent.
4. Weight per Gallon at 77 Degrees F: 15.2 lbs., plus or minus 1.0 lbs.
5. Non-Volatile Material: 80 percent, plus or minus 5 percent.
6. Color: [Green] [Neutral] [Red] [Blue].
D. Patch Binder: SportMaster “Acrylic Patch Binder”.
1. 100 percent acrylic emulsion liquid binder.
2. Mix on-site with sand and cement.
3. Levels and repairs low spots and depressions up to 3/4 inch deep in concrete
pavement.
4. Weight per Gallon at 77 Degrees F: 8.8 lbs., plus or minus 0.5 lbs.
E. Filler Course: SportMaster “Acrylic Resurfacer”.
1. 100 percent acrylic emulsion resurfacer.
2. Mix on-site with silica sand.
3. Apply to adhesion promoter or previously colored acrylic surfaces in preparation of
color coating system.
4. Chemical Characteristics, by Weight, Minimum:
a. Acrylic Emulsion: 44.0 percent.
b. Hiding Pigment: 2.0 percent.
c. Mineral Inert Fillers: 5.0 percent.
d. Film Formers, Additives: 0.2 percent.
e. Water: 45.0 percent.
5. Weight per Gallon at 77 Degrees F: 8.5 lbs., plus or minus 0.5 lbs.
6. Non-Volatile Material: 27.5 percent, plus or minus 5.0 percent.
7. Color: Black or Neutral.
F. Adhesion Promoter: SportMaster “Acrylic Adhesion Promoter”.
1. Acrylic emulsion primer.
2. Primes concrete surface and promotes adhesion of color coating system materials.
3. Weight per Gallon at 77 Degrees F: 8.7 lbs., plus or minus 0.5 lbs.
1293492.1 TP-9
G. Color Coating: SportMaster “ColorPlus System”.
1. 100 percent acrylic emulsion coating.
2. Mix on-site with silica sand and water.
3. Color coats basketball and multi-purpose courts.
4. Weight per Gallon at 77 Degrees F: 9.2 lbs., plus or minus 0.5 lbs.
5. Color to match existing court color. Submit samples prior to installation.
6. Color: [Beige] [Blue] [Brown] [Dark Green] [Dove Gray] [Forest Green] [Gray]
[Ice Blue] [Light Blue] [Light Green] [Maroon] [Red] [Sandstone] [*Tournament Purple]
[*Orange] [Yellow] [*Brite Red] [Black].
H. Line Markings Primer: SportMaster “Stripe-Rite”.
1. 100 percent acrylic emulsion primer, clear drying.
2. Primes line markings and prevents bleed-under for sharp lines.
3. Chemical Characteristics, by Weight, Nominal:
a. Acrylic Emulsion: 38.0 percent.
b. Hiding Pigment: 0.0 percent.
c. Mineral Inert Fillers: 7.0 percent.
d. Film Formers, Additives: 1.5 percent.
e. Water: 50.0 percent.
4. Weight per Gallon at 77 Degrees F: 8.9 lbs., plus or minus 0.5 lbs.
5. Non-Volatile Material: 29 percent, plus or minus 5 percent.
I. Line Paint: SportMaster “Textured Line Paint”.
1. Pigmented, 100 percent acrylic emulsion line paint.
2. Line marking on concrete basketball and multi-purpose courts.
3. Chemical Characteristics, by Weight, Nominal:
a. Acrylic Emulsion: 25.89 percent.
b. Pigment: 14.90 percent.
c. Mineral Inert Fillers: 13.12 percent.
d. Additives: 4.73 percent.
e. Water: 41.36 percent.
4. Weight per Gallon at 77 Degrees F: 10.65 lbs., plus or minus 0.75 lbs.
5. Non-Volatile Material: 45.17 percent, plus or minus 5 percent.
6. Color: White.
PART 3 EXECUTION
3.1 EXAMINATION
A. Examine concrete basketball and multi-purpose court surfaces to receive color
coating system.
B. Verify:
1. Suitable vapor barrier beneath concrete slab.
1293492.1 TP-10
2. Perimeter drainage to prevent moisture accumulation beneath concrete surface.
3. No curing compounds have been applied to surface.
4. Concrete basketball and multi-purpose courts meet ASBA requirements.
C. Notify Architect of conditions that would adversely affect application or subsequent
use.
D. Do not begin surface preparation or application until unacceptable conditions are
corrected.
3.2 SURFACE PREPARATION
A. Protection of In-Place Conditions: Protect adjacent surfaces and landscaping from
contact with concrete basketball and multi-purpose court surface color coating system.
B. Prepare surfaces in accordance with manufacturer’s instructions.
C. New Concrete:
1. Cure new concrete surfaces a minimum of 28 days before application of concrete
basketball and multi-purpose court surface color coating system.
2. Provide medium broom finish or similar roughened texture.
3. Do not steel trowel finish.
4. Acid etch with phosphoric or muriatic acid and rinse thoroughly prior to
application of color
coating system.
D. Existing Concrete:
1. Sandblast, shotblast, or scarify smooth concrete surfaces to roughened texture
similar to medium broom finish. If shot blasting, a shot blast profile of CSP3 or CSP4 is
recommended.
2. If existing concrete is uncoated, acid etch with phosphoric or muriatic acid and rinse
thoroughly prior to application of color coating system.
E. Remove dirt, dust, debris, oil, grease, sealers, curing compounds, vegetation, loose
coatings, loose materials, and other surface contaminants which could adversely affect
application of concrete basketball and multi-purpose court surface color coating system.
Pressure wash entire surface.
F. Repair cracks, depressions, and surface defects in accordance with manufacturer’s
instructions before application of color coating.
G. Repair spalled areas and level depressions 1/8 inch and deeper with patch binder in
accordance with manufacturer’s instructions.
1293492.1 TP-11
H. Apply adhesion promoter over entire concrete surface in accordance with
manufacturer’s instructions.
I. Apply 1 coat of filler course to provide smooth underlayment for application of color
coating.
J. Ensure surface repairs are flush and smooth to adjoining surfaces.
3.3 APPLICATION
A. Apply concrete basketball and multi-purpose court surface color coating system in
accordance with manufacturer’s instructions at locations indicated on the Drawings.
B. Mix materials in accordance with manufacturer’s instructions.
C. Apply Filler Course and Color Coating with a 50-60 durometer, soft rubber
squeegee.
D. Filler Course:
1. Apply 1 coat on new concrete or existing acrylic surfaces with minimal repairs.
2. Apply 2 coats on existing acrylic surfaces with extensive cracks or low spot repair.
E. Apply a minimum of 2 coats of color coating to prepared surfaces in accordance with
manufacturer’s instructions.
F. Allow material drying times in accordance with manufacturer’s instructions before
applying other materials or opening completed surface to foot traffic.
3.4 LINE MARKINGS
A. Lay out court line markings in accordance with appropriate governing body:
a. USTA Rules of Tennis.
b. NBA Official Rules for professional basketball
c. NFHS Rules for high school basketball
d. NCAA Rules for college basketball
e. Other required game layout
B. Apply line markings primer, after masking tape has been laid, to seal voids between
masking tape and court surface to prevent bleed-under when line paint is applied.
C. Apply a minimum of 1 coat of line paint in accordance with manufacturer’s
instructions.
3.5 PROTECTION
1293492.1 TP-12
A. Allow a minimum of 24 hours curing time before opening courts for play.
B. Protect applied concrete basketball and multi-purpose court surface color coating
system to ensure that, except for normal weathering, coating system will be without
damage or deterioration at time of Substantial Completion.
END OF SECTION
SECTION 02790 (32 18 23.53)
CONCRETE TENNIS COURT SURFACE COLOR COATING SYSTEM
PART 1 GENERAL
1.1 SECTION INCLUDES
A. Concrete tennis court surface color coating system.
1.2 RELATED REQUIREMENTS
A. Section 03300 (03 30 00) – Cast-in-Place Concrete.
B. Section 03400 (03 40 00) – Precast Concrete.
1.3 REFERENCE STANDARDS
A. American Sports Builders Association (ASBA).
B. United States Tennis Association (USTA) Rules of Tennis.
C. International Tennis Federation (ITF).
1.4 SUBMITTALS
A. Comply with Section 01330 (01 33 00) – Submittal Procedures.
B. Product Data: Submit manufacturer’s product data, including surface and crack
preparation and application instructions.
C. Samples: Submit manufacturer’s color samples of color coating.
D. Test Reports:
1293492.1 TP-13
1. Submit independent test results for solar reflectance index.
2. Submit independent test results for 2000 Hour ASTM G154, accelerated weathering
UV test, to demonstrate long-term durability and fade resistance.
3. Submit independent test results for 2000 Hour, accelerated weathering ASTM G155
Xenon Arc test, to demonstrate long-term fade resistance and quality of pigment.
E. Manufacturer’s Certification: Submit manufacturer’s certification that materials
comply with specified requirements and are suitable for intended application.
F. Manufacturer’s Project References: Submit manufacturer’s list of successfully
completed concrete tennis court surface color coating system projects, including project
name, location, and date of application.
G. Applicator’s Project References: Submit applicator’s list of successfully completed
concrete tennis court surface color coating system projects, including project name,
location, type and quantity of color coating system applied, and date of application.
H. Warranty Documentation: Submit manufacturer’s standard warranty.
II. Authorized Installer Certificate: Submit manufacturer’s authorized installer
certificate.
1.5 QUALITY ASSURANCE
A. Manufacturer’s Qualifications:
1. Manufacturer regularly engaged, for past 5 years, in manufacture of concrete tennis
court surface color coating systems of similar type to that specified.
2. United States owned company.
3. Member: ASBA.
4. Manufacturer has surfaces that are classified by the ITF’s (International Tennis
Federation) pace classification program.
B. Applicator's Qualifications:
1. Applicator regularly engaged, for past 3 years, in application of tennis court surface
color coating systems of similar type to that specified.
2. Employ persons trained for application of tennis court surface color coating systems.
3. Applicator must be authorized installer of the surfacing brand used.
1.6 DELIVERY, STORAGE, AND HANDLING
A. Delivery and Acceptance Requirements: Deliver materials to site in manufacturer’s
original, unopened containers and packaging, with labels clearly identifying product name
and manufacturer.
1293492.1 TP-14
B. Storage and Handling Requirements:
1. Store and handle materials in accordance with manufacturer’s instructions.
2. Keep materials in manufacturer’s original, unopened containers and packaging until
application.
3. Store materials in clean, dry area indoors.
4. Store materials out of direct sunlight.
5. Keep materials from freezing.
6. Protect materials during storage, handling, and application to prevent contamination
or damage.
7. Close containers when not in use.
8. Retain manufacturer batch codes on each container and application dates, for
warranty purposes.
1.7 AMBIENT CONDITIONS
A. Do not apply concrete tennis court surface color coating system when air or surface
temperatures are below 50°F (10°C) during application or within 24 hours after application.
B. Do not apply concrete tennis court surface color coating system when rain is
expected during application or within 24 hours after application.
PART 2 PRODUCTS
2.1 MANUFACTURER
A. SportMaster Sport Surfaces, PO Box 2277, 2520 South Campbell Street, Sandusky,
Ohio 44870. Toll Free 800-326-1994. Fax 877-825-9226. Website www.sportmaster.net.
E-mail moreinfo@sportmaster.net.
All other brands must be pre-approved by the architect/owner, 7 days prior to the bid date.
If submitting another brand, bidder must furnish copies of all submittal documents under
section 1.4
2.2 MATERIALS
A. Concrete Tennis Court Surface Color Coating System: SportMaster Color Coating
System.
B. Crack Sealant: SportMaster “Crack Magic”.
1. 100 percent acrylic emulsion elastomeric crack sealant.
2. Seals cracks and expansion joints up to 1/2 inch wide in concrete pavement.
3. Weight per Gallon at 77 Degrees F: 8.8 lbs., plus or minus 0.5 lbs.
1293492.1 TP-15
4. Non-Volatile Material: 61 percent, plus or minus 5 percent.
5. Color: [Green] [Neutral] [Red].
C. Crack Filler: SportMaster “Acrylic Crack Patch”.
1. 100 percent acrylic emulsion trowel-grade crack filler.
2. Fills cracks in concrete pavement up to 1 inch wide.
3. Chemical Characteristics, by Weight, Minimum:
a. Acrylic Emulsion: 10.0 percent.
b. Hiding Pigment: 0.2 percent.
c. Mineral Inert Fillers: 78.0 percent.
d. Film Formers, Additives: 1.8 percent.
e. Water: 8.5 percent.
4. Weight per Gallon at 77 Degrees F: 15.2 lbs., plus or minus 1.0 lbs.
5. Non-Volatile Material: 80 percent, plus or minus 5 percent.
6. Color: [Green] [Neutral] [Red] [Blue].
D. Patch Binder: SportMaster “Acrylic Patch Binder”.
1. 100 percent acrylic emulsion liquid binder.
2. Mix on-site with sand and cement.
3. Levels and repairs low spots and depressions up to 3/4 inch deep in concrete
pavement.
4. Fills Cracks in concrete up to 1” in width.
5. Weight per Gallon at 77 Degrees F: 8.8 lbs., plus or minus 0.5 lbs.
E. Adhesion Promoter: SportMaster “Acrylic Adhesion Promoter”.
1. Acrylic emulsion primer.
2. Primes concrete surface and promotes adhesion of color coating system materials.
3. Weight per Gallon at 77 Degrees F: 8.7 lbs., plus or minus 0.5 lbs.
F. Filler Course: SportMaster “Acrylic Resurfacer”.
1. 100 percent acrylic emulsion resurfacer.
2. Mix on-site with silica sand.
3. Apply to adhesion promoter or previously colored acrylic surfaces in preparation of
color coating system.
4. Chemical Characteristics, by Weight, Minimum:
a. Acrylic Emulsion: 44.0 percent.
b. Hiding Pigment: 2.0 percent.
c. Mineral Inert Fillers: 5.0 percent.
d. Film Formers, Additives: 0.2 percent.
e. Water: 45.0 percent.
5. Weight per Gallon at 77 Degrees F: 8.5 lbs., plus or minus 0.5 lbs.
6. Non-Volatile Material: 27.5 percent, plus or minus 5.0 percent.
7. Color: [Black] or [Neutral].
G. Color Coating: SportMaster “ColorPlus System”.
1293492.1 TP-16
1. 100 percent acrylic emulsion coating.
2. Mix on-site with silica sand and water.
3. Color coats tennis and multipurpose courts.
4. Weight per Gallon at 77 Degrees F: 9.2 lbs., plus or minus 0.5 lbs.
Specifier Notes: Specify color of color coating. The following colors can contribute to
LEED credits for SS Credit 7.1: Heat Island Effect – Non-Roof: Dove Gray, Ice Blue, Light
Green, Red, Sandstone, Orange and Yellow. Also note * are premium cost colors.
5. Color: [Beige] [Blue] [Brown] [Dark Green] [Dove Gray] [Forest Green] [Gray]
[Ice Blue] [Light Blue] [Light Green] [Maroon] [Red] [Sandstone] [*Tournament Purple]
[*Orange] [Yellow] [*Brite Red] [Black]
H. Line Markings Primer: SportMaster “Stripe-Rite”.
1. 100 percent acrylic emulsion primer, clear drying.
2. Primes line markings and prevents bleed-under for sharp lines.
3. Chemical Characteristics, by Weight, Nominal:
a. Acrylic Emulsion: 38.0 percent.
b. Hiding Pigment: 0.0 percent.
c. Mineral Inert Fillers: 7.0 percent.
d. Film Formers, Additives: 1.5 percent.
e. Water: 50.0 percent.
4. Weight per Gallon at 77 Degrees F: 8.9 lbs., plus or minus 0.5 lbs.
5. Non-Volatile Material: 29 percent, plus or minus 5 percent.
I. Line Paint: SportMaster “Textured Line Paint”.
1. Pigmented, 100 percent acrylic emulsion line paint.
2. Line marking on concrete tennis courts.
3. Chemical Characteristics, by Weight, Nominal:
a. Acrylic Emulsion: 25.89 percent.
b. Pigment: 14.90 percent.
c. Mineral Inert Fillers: 13.12 percent.
d. Additives: 4.73 percent.
e. Water: 41.36 percent.
4. Weight per Gallon at 77 Degrees F: 10.65 lbs., plus or minus 0.75 lbs.
5. Non-Volatile Material: 45.17 percent, plus or minus 5 percent.
Specifier Notes: Specify color of line paint.
6. Color: White.
PART 3 EXECUTION
3.1 EXAMINATION
1293492.1 TP-17
A. Examine concrete tennis court surfaces to receive color coating system.
B. Verify:
1. Suitable vapor barrier beneath concrete slab.
2. Perimeter drainage to prevent moisture accumulation beneath concrete surface.
3. Curing compounds have not been used on concrete surface.
4. Concrete tennis courts meet ASBA construction requirements.
C. Notify Architect of conditions that would adversely affect application or subsequent
use.
D. Do not begin surface preparation or application until unacceptable conditions are
corrected.
3.2 SURFACE PREPARATION
A. Protection of In-Place Conditions: Protect adjacent surfaces and landscaping from
contact with concrete tennis court surface color coating system.
B. Prepare surfaces in accordance with manufacturer’s instructions.
C. New Concrete:
1. Cure new concrete surfaces a minimum of 28 days before application of concrete
tennis court surface color coating system.
2. Provide medium broom finish or similar roughened texture.
3. Do not steel trowel finish.
4. Acid etch with phosphoric or muriatic acid and rinse thoroughly prior to application of
color coating system.
D. Existing Concrete:
1. Sandblast, shotblast, or scarify smooth concrete surfaces to roughened texture
similar to medium broom finish. If shot blasting, a shot blast profile of CSP3 or CSP4 is
recommended.
2. If existing concrete is uncoated, acid etch with phosphoric or muriatic acid and rinse
thoroughly prior to application of color coating system
E. Remove dirt, dust, debris, oil, grease, sealers, curing compounds, vegetation, loose
coatings, loose materials, and other surface contaminants which could adversely affect
application of concrete tennis court surface color coating system. Pressure wash entire
surface.
F. Repair cracks, depressions, and surface defects in accordance with manufacturer’s
instructions before application of color coating.
1293492.1 TP-18
G. Repair spalled areas and level depressions 1/8 inch and deeper with patch binder in
accordance with manufacturer’s instructions.
H. Apply adhesion promoter over entire concrete surface in accordance with
manufacturer’s instructions.
I. Apply 1 coat of filler course to provide smooth underlayment for application of color
coating.
J. Ensure surface repairs are flush and smooth to adjoining surfaces.
3.3 APPLICATION
A. Apply concrete tennis court surface color coating system in accordance with
manufacturer’s instructions at locations indicated on the Drawings.
B. Mix materials in accordance with manufacturer’s instructions.
C. Apply Filler Course and Color Coating with a 50-60 durometer, soft rubber
squeegee.
D. Filler Course:
1. Apply 1 coat on new concrete or existing acrylic surfaces with minimal repairs.
2. Apply 2 coats on existing acrylic surfaces with extensive cracks or low spot repair.
E. Apply a minimum of 2 coats of color coating to prepared surfaces in accordance with
manufacturer’s instructions.
F. Allow material drying times in accordance with manufacturer’s instructions before
applying other materials or opening completed surface to foot traffic.
3.4 LINE MARKINGS
A. Lay out tennis court line markings in accordance with USTA Rules of Tennis.
B. Apply line markings primer, after masking tape has been laid, to seal voids between
masking tape and tennis court surface to prevent bleed-under when line paint is applied.
C. Apply a minimum of 1 coat of line paint in accordance with manufacturer’s
instructions.
3.5 PROTECTION
A. Allow a minimum of 24 hours curing time before opening tennis courts for play.
1293492.1 TP-19
B. Protect applied concrete tennis court surface color coating system to ensure that,
except for normal weathering, coating system will be without damage or deterioration at
time of Substantial Completion.
END OF SECTION
SECTION 107500 (103500)
FLAGPOLES
External Single Revolving - Ground Set Flagpole
PART 1 – GENERAL
1.1 SUMMARY/DESCRIPTION
A. Scope of Section: Provide aluminum flagpole(s) as shown on drawing and as
specified herein, with components as needed for a complete installation.
1.2 PERFORMANCE REQUIREMENTS
A. Structural Performance: Provide flagpoles capable of withstanding the effects of
wind loads as determined according to NAAMM FP 1001-07, “Guide Specifications for
Design of Metal Flagpoles”, or to specified wind speed, whichever is more stringent.
B. Flagpole Design: Base design on maximum standard size nylon flag suitable for use
with pole or flag size indicated, whichever is more stringent.
1.3 SUBMITTALS
A. Product Data: For each type of flagpole required, submit manufacturer’s technical
data and standard installation instructions.
B. Shop Drawings: Show general layout, jointing, anchorage, support systems, and
accessories.
C. Samples: Finish samples for each finished metal used on flagpoles, as may be
required.
1.4 QUALITY ASSURANCE
A. Source: Obtain each flagpole as a complete unit from Concord American Flagpole,
including fittings, accessories, bases, and anchorage devices.
1.5 DELIVERY, STORAGE, AND HANDLING
A. General: Spiral wrap flagpoles with a heavy Kraft paper or other lightweight
wrapping and enclose in a hard fiber tube or other protective means. Store bare flagpoles
in a dry location, protected from the weather and moisture, as recommended by the
manufacturer.
B. Shipping: Ship to project site in one piece or as specified. If more than one piece is
necessary, provide snug fitting precision joints with self-aligning, internal splicing sleeve
arrangements for weather tight, hairline field joints.
1293492.1 TP-20
PART 2 – PRODUCTS
2.1 MANUFACTURER
A. Manufacturer, subject to compliance with requirements, shall be:
Concord American Flagpole 4150 Kellway Circle
Addison, TX 75001
1.800.527.3902 (telephone)
1.800.426.5770 (fax)
http://www.concordamericanflagpole.com
2.1 FLAGPOLE TYPE AND CONSTRUCTION
A. Aluminum Flagpole Construction: Fabricate from seamless, extruded tubing complying
with ASTM B 221, alloy 6063-T6, having a tensile strength not less than 30,000 psi with a
yield point of 25,000 psi. Heat treat after fabrication to comply with ASTM B 597, temper
T6.
1. Provide cone-tapered flagpoles, per manufacturer’s standard rate of taper.
B. Assembly Construction: External Single Revolving - Rope Halyard - Ground Set
Foundation.
C. Concord American Flagpole Model #: ESR40C71-CLR
See Specification Drawing for Mounting Height, Set Depth, Wall Thickness, Butt Diameter,
Shaft Pieces, Maximum Wind Speeds, and Maximum Flag Size Specifications.
2.2 MOUNTING
A. Foundation Tube: Galvanized corrugated steel foundation tube, .0635”-16 Gauge (1.6
mm) minimum wall thickness, sized to suit flagpole and installation. Provide with 3/16” (4.8
mm) steel bottom plate and steel centering wedges. Furnish with 3/16” (4.8mm) support
plate, ¾” (19 mm) diameter x 18” long steel ground lightning spike. Foundation tube will
consist of all welded construction.
2.3 FITTINGS
A. Finial (Ornament): Finial sized as indicated or, if not indicated, to match pole butt
diameter. See Specification Drawing for Type and Size of Finial Specified.
B. Single Revolving Truck Assembly: Cast aluminum non-fouling revolving with single
pulley and pin, stainless steel roller bearings, and threaded aluminum spindle for
attachment to pole top.
C. Halyard: Provide one (1) continuous 5/16” (#10) polyester halyard.
D. Halyard Flag Snaps: Provide two (2) solid brass swivel flagsnaps with
neoprenecovers.
E. Cleat(s): Provide one (1) heavy-duty cast aluminum cleat (9”) with stainless steel
attaching screws. See Specification Drawing for Optional Halyard Security Choices.
F. Flash Collar: Provide Spun Aluminum Collar to match flagpole. See Specification
Drawing for Collar Specification.
2.4 MISCELLANEOUS MATERIALS
1293492.1 TP-21
A. Concrete: Comply with requirements of Division 3 Section “Cast in Place Concrete”.
2.5 FINISHES
A. Metal Finishes, General: Comply with National Association of Architectural
Manufacturers’ (NAAMM) “Metal Finishes Manual for Architectural and Metal Products” for
recommendations for applying and designating finishes.
B. Finish: See Specification Drawing for Finish Specification
C. Finish Specifications (Satin, Anodized, and Powder Paint Finishes): Aluminum Finish
designations prefixed by AA conform to the system established by the Aluminum
Association for designating aluminum finishes.
a) Natural Satin Finish: Provide directional-sanded satin finish (AA-M33); buff
complying with AA- M20.
b) Anodized Finishes: Provide Class 1 finish complying with AA M32-C22-A41 (Clear
Anodized) or AA M32-C22-A42 (Color Anodized Finishes) in thicknesses ranging from 1 to
3 mils.
i) Anodized - Clear (ACL)
ii) Anodized - Dark Bronze (ADB)
iii) Anodized - Black (ABL)
c) Powder Coated Finish: Thermo-set Polyester Powder Coated Finish, with a
minimum thickness of 1-½ mils. Application shall be in a closed loop automated powder
coating system to insure uniformity and quality of finish.
i) Powder Paint – Clear (CLR)
ii) Powder Paint – Dark Bronze (BZT)
iii) Powder Paint – Black (BLK)
iv) Powder Paint – White (WHT)
v) Powder Paint – Specify (XXX)
PART 3 – EXECUTION
3.1 PREPARATION
A. Excavation: For foundations, excavate neat clean lines in undisturbed soil. Remove
loose soil and foreign matter from excavation and moisten earth before placing concrete.
B. Foundation: Provide forms where required due to unstable soil conditions and for
perimeter of flagpole base at grade. Secure forms and galvanized steel ground sleeve
foundation tube in position, braced to prevent displacement during concreting. Place
concrete immediately after mixing. Compact concrete in place using vibrators. Moist-cure
exposed concrete for not less than 7 days or use a non-staining curing compound. Trowel
exposed concrete surfaces to a smooth, dense finish, free of trowel marks and uniform in
texture and appearance. Provide positive slope for water runoff to base perimeter.
3.2 FLAGPOLE INSTALLATION
A. General: Install flagpoles where shown and according to shop drawings and
manufacturer’s written instructions.
B. Foundation Tube Installation: Install flagpole in foundation tube, seated on bottom
plate between steel centering wedges. Plumb flagpole and install hardwood wedges to
1293492.1 TP-22
secure flagpole in place. Place and compact sand in foundation tube to within 2” of the top
of tube. Remove hardwood wedges and seal top of foundation tube with a 2-inch (50 mm)
layer of elastomeric sealant or cement and cover with flashing collar.
SECTION 22 47 00
DRINKING FOUNTAINS AND WATER COOLERS
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 water coolers and related components:
1. Electric water coolers.
2. Fixture supports.
1.3 DEFINITIONS
A. Accessible Water Cooler: Fixture that can be approached and used by people with
disabilities.
B. Cast Polymer: Dense, cast-filled-polymer plastic.
C. Fitting: Device that controls flow of water into or out of fixture.
D. Fixture: Water cooler unless one is specifically indicated.
E. Water Cooler: Electrically powered fixture for generating and delivering cooled
drinking water.
1.4 SUBMITTALS
A. Product Data: For each fixture indicated. Include rated capacities, furnished
specialties, and accessories.
B. Shop Drawings: Diagram power, signal, and control wiring.
C. Field quality-control test reports.
1293492.1 TP-23
D. Operation and Maintenance Data: For fixtures to include in emergency, operation,
and maintenance manuals.
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. Regulatory Requirements: Comply with requirements in ICC A117.1, "Accessible
and Usable Buildings and Facilities"; Public Law 90-480, "Architectural Barriers Act" ; and
Public Law 101-336, "Americans with Disabilities Act" ; for fixtures for people with
disabilities.
C. NSF Standard: Comply with NSF 61, "Drinking Water System Components--Health
Effects," for fixture materials that will be in contact with potable water.
D. ARI Standard: Comply with ARI's "Directory of Certified Drinking Water Coolers" for
style classifications.
E. ARI Standard: Comply with ARI 1010, "Self-Contained, Mechanically Refrigerated
Drinking-Water Coolers," for water coolers and with ARI's "Directory of Certified Drinking
Water Coolers" for type and style classifications.
F. ASHRAE Standard: Comply with ASHRAE 34, "Designation and Safety
Classification of Refrigerants," for water coolers. Provide HFC 134a (tetrafluoroethane)
refrigerant, unless otherwise indicated.
1.6 EXTRA MATERIALS
A. Furnish extra materials described below that match products installed and that are
packaged with protective covering for storage and identified with labels describing contents.
1. Filter Cartridges: Equal to <Insert number> percent of amount installed for each type
and size indicated, but no fewer than <Insert number> of each.
PART 2 PRODUCTS
2.1 ELECTRIC WATER COOLERS
A. Electric Water Coolers, (EWC):
1293492.1 TP-24
1. Manufacturers: Subject to compliance with requirements, provide products by
one of the following:
a. Elkay Manufacturing Co.
b. Halsey Taylor.
c. Haws Corporation.
d. Oasis Corporation.
2. Description: See schedule on drawings.
a. Cabinet: All stainless steel.
b. Bubbler: One, with adjustable stream regulator, located on deck.
c. Control: Push button.
d. Supply: NPS 3/8 with ball, gate, or globe valve.
e. Filter: One or more water filters complying with NSF 42 and NSF 53 for cyst and
lead reduction to below EPA standards; with capacity sized for unit peak flow rate.
f. Drain: Grid with NPS 1-1/4 minimum horizontal waste and trap complying with
ASME A112.18.2.
g. Cooling System: Electric, with[ precooler,] hermetically sealed compressor, cooling
coil, air-cooled condensing unit, corrosion-resistant tubing, refrigerant, corrosion-resistant-
metal storage tank, and adjustable thermostat.
1) Capacity: 8 gph of 50 deg F cooled water from 80 deg F inlet water and 90 deg F
ambient air temperature.
2) Electrical Characteristics: 1/2 hp; 120-V ac; single phase; 60 Hz.
2.2 FIXTURE SUPPORTS
A. Manufacturers: Subject to compliance with requirements, provide products by one of
the following:
1. Josam Co.
2. MIFAB Manufacturing, Inc.
3. Smith, Jay R. Mfg. Co.
4. Tyler Pipe; Wade Div.
5. Watts Drainage Products Inc.; a div. of Watts Industries, Inc.
6. Zurn Plumbing Products Group; Specification Drainage Operation.
B. Description: ASME A112.6.1M, water cooler carriers. Include vertical, steel uprights
with feet and tie rods and bearing plates with mounting studs matching fixture to be
supported.
1. Type I: Hanger-type carrier with two vertical uprights.
2. Type II: Bilevel, hanger-type carrier with three vertical uprights.
1293492.1 TP-25
3. Supports for Accessible Fixtures: Include rectangular, vertical, steel uprights instead
of steel pipe uprights.
PART 3 EXECUTION
3.1 EXAMINATION
A. Examine roughing-in for water and waste piping systems to verify actual locations of
piping connections before fixture installation. Verify that sizes and locations of piping and
types of supports match those indicated.
B. Examine walls and floors for suitable conditions where fixtures are to be installed.
C. Proceed with installation only after unsatisfactory conditions have been corrected.
3.2 APPLICATIONS
A. Use carrier off-floor supports for wall-mounting fixtures, unless otherwise indicated.
B. Use mounting frames for recessed water coolers, unless otherwise indicated.
C. Set freestanding and pedestal drinking fountains on floor.
D. Set remote water coolers on floor, unless otherwise indicated.
E. Use chrome-plated brass or copper tube, fittings, and valves in locations exposed to
view. Plain copper tube, fittings, and valves may be used in concealed locations.
3.3 INSTALLATION
A. Install off-floor supports affixed to building substrate and attach wall-mounting
fixtures, unless otherwise indicated.
B. Install mounting frames affixed to building construction and attach recessed water
coolers to mounting frames, unless otherwise indicated.
C. Install fixtures level and plumb. For fixtures indicated for children, install at height
required by authorities having jurisdiction.
D. Install water-supply piping with shutoff valve on supply to each fixture to be
connected to water distribution piping. Use ball, gate, or globe valve. Install valves in
locations where they can be easily reached for operation. Valves are specified in Division
22 Section "General-Duty Valves for Plumbing Piping."
1293492.1 TP-26
E. Install trap and waste piping on drain outlet of each fixture to be connected to
sanitary drainage system.
F. Install pipe escutcheons at wall penetrations in exposed, finished locations. Use
deep-pattern escutcheons where required to conceal protruding pipe fittings. Escutcheons
are specified in Division 22 Section "Common Work Results for Plumbing."
G. Seal joints between fixtures and walls and floors using sanitary-type, one-part,
mildew-resistant, silicone sealant. Match sealant color to fixture color. Sealants are
specified in Division 07 Section "Joint Sealants."
3.4 CONNECTIONS
A. Piping installation requirements are specified in other Division 22 Sections. Drawings
indicate general arrangement of piping, fittings, and specialties.
B. Connect fixtures with water supplies, stops, and risers, and with traps, soil, waste,
and vent piping. Use size fittings required to match fixtures.
C. Ground equipment according to Division 26 Section "Grounding and Bonding for
Electrical Systems."
D. Connect wiring according to Division 26 Section "Low-Voltage Electrical Power
Conductors and Cables."
3.5 FIELD QUALITY CONTROL
A. Water Cooler Testing: After electrical circuitry has been energized, test for
compliance with requirements. Test and adjust controls and safeties.
1. Remove and replace malfunctioning units and retest as specified above.
2. Report test results in writing.
3.6 ADJUSTING
A. Adjust fixture flow regulators for proper flow and stream height.
B. Adjust water cooler temperature settings.
3.7 CLEANING
A. After completing fixture installation, inspect unit. Remove paint splatters and other
spots, dirt, and debris. Repair damaged finish to match original finish.
1293492.1 TP-27
B. Clean fixtures, on completion of installation, according to manufacturer's written
instructions.
END OF SECTION 22 47 00
BASKETBALL GOAL RINGS AND NETS
A. COMPONENTS:
1. Goal Rings
a. LA Steelcraft model #45
b. LA Steelcraft model # 34
B. MATERIAL:
a. All materials are selected for strength, durability and the ability to withstand years of
exposure. Heavy-duty double ring goal with super nylon net (model #45): Goal is
fabricated with two 18" diameter steel rings 5/8" diameter are welded together, with
1/8"diameter steel formed with 12 pigtail style net hooks welded to the bottom of the ring. A
3/16"thick x 6-1/2" wide heavy-duty steel mounting plate is welded to the goal ring which is
further reinforced with a 1/2" diameter round steel support welded between each side of
ring and the angle bracket. The mounting plate is drilled with a 6-hole universal mounting
pattern. Goal is finished with an orange powder coated color
C. Installation:
a. Flat washers must be used behind plate when mounting backboard
b. Align mounting holes in goal ring mounting plate with the corresponding holes in the
backboard and gooseneck adaptor mount using installation hardware (bolts). Install lock
nuts and tighten enough to hold board and goal ring in position.
c. Plumb backboard true vertical (shim if necessary) and goal ring level. Tighten all
hardware securely. Install net. If the goal ring is equipped with chain net, make sure all S-
hooks are fully closed
D. Warranty Period: Limited Lifetime
INDOOR/OUTDOOR TENNIS NET
A. COMPONENTS:
1. Net
a. Constructed with heavy duty 27oz vinyl coated polyester top pocket with double
stitching
b. 1-3/4” black square mesh (3.5mm braided polyethylene) with double mesh on the
top 5 rows. Nets without double mesh tops shall not be considered equal
1293492.1 TP-28
c. 1/8” aircraft quality galvanized steel top cable with a white nylon coating
d. 1/2" OD high strength fiberglass dowels
2. Manufacturer: N.J.P. SPORTS Windscreen Open Mesh, color to match existing
windscreen.
TENNIS COURT WINDSCREEN
A. COMPONENTS:
1. Screen
a. Constructed with open mesh polypropylene
Weight: 4.8 oz./yd.sq.
Tensile Strength – Warp: 265 lbs.
Fill: 140 lbs.
Tear Strength-Warp: 120 lbs.
Fill: 65 lbs.
Density: 85 to 96%
2. Attachment
To attach panels, we use some of the following items.
No. 9 gauge steel hog rings No. 11 gauge steel hog rings Vinyl coated hog rings
Ringer for hog rings
Tie wraps - plastic ties Net lacing S-hooks Vinyl-coated steel wire rope
3/16" galvanized aircraft cable Cable Clamps Eye-bolts and nuts Turnbuckles
3. MANUFACTURER: NJP SPORTS, INC.
800-773-4657 or 818-247-3914
Fax 818-247-2605
NJPSPORTS@EARTHLINK.NET
548 W. Arden Ave. Glendale Ca 91203
SECTION 26 05 00 - COMMON WORK RESULTS FOR ELECTRICAL
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
Supplementary Conditions and Division 1 Specification Sections, apply to this
Section.
1293492.1 TP-29
1.2 SUMMARY
A. This section includes general electrical requirements for all Division 26 work and is
supplemental and in addition to the requirements of Division 1. See Division 01 for
sequence of work.
B. It is the intention of this Division of the Specifications and the Contract Drawings to
describe and provide for the furnishing, installing, testing and placing in satisfactory
and fully operational condition all equipment, materials, devices and necessary
appurtenances to provide a complete electrical system. Provide all materials,
appliances and apparatus not specifically mentioned herein or shown on the
drawings, but which are necessary to make a complete, fully operational
installation of all electrical systems shown on the contract drawings or described
herein. Connect equipment and devices furnished and installed under other
Divisions of this specification (or the Owner) under this Division.
C. Workmanship shall be of the best quality and competent and experienced
electricians shall be employed and shall be under the supervision of a competent
and experienced foreman.
D. The drawings and specifications are complimentary and what is called for (or
shown) in either is required to be provided as if called for in both. Where conflicting
information occurs within the drawings and specifications or between the drawings
and specifications, the more expensive alternative shall be used as a basis for
bidding and construction.
E. Branch Circuit Wiring: Where the drawings identify circuit numbers for items
requiring electrical power, but do not indicate the manner of the wiring between the
item and its source, the manner of the wiring shall be devised by the contractor
utilizing the following provisions:
1. Wire sizes:
a. Derate wiring for thermal restrictions imposed by the National Electrical
Code.
b. If wire sizes are not otherwise indicated, wire sizes shall limit the voltage
drop for circuits serving general purpose receptacles(180VA per strap)
to less than 3%, based on the receptacle in the circuit that is farthest
from the source being utilized with a load of 14 amps at 80% power
factor. The following wire sizes and circuit lengths comply with this
requirement:
1) #12 up to 90 feet
2) #10 up to 125 feet
3) #8 up to 190 feet
c. Wire sizes for other loads shall limit the voltage drop to less than 3%
based on the load indicated on the panel schedule.
1293492.1 TP-30
2. Multiwire circuits: Multiwire circuits shall not be used unless specifically
indicated or noted on the drawings. Provide a dedicated neutral conductor for
each single pole circuit breaker.
3. Do not combine wiring of different source panels in the same raceway
system, unless the panels are interconnected with sub feed or through feed
lugs with no intervening disconnecting means.
4. Outlet and junction boxes: Arrange wiring extensions from junction boxes to
outlet boxes to restrict the number of wires in an outlet box as required by
NEC Article 314.
5. Single tubular raceways extending into panels or switchboards shall not
contain more than 20 wires.
1.3 WORK IN OTHER DIVISIONS
A. Refer to Division 27 for Communications and Division 28 for Electronic Safety and
Security. System elements of those Divisions require conformance and integration
with the work of Division 26.
B. See all other specifications for other work which includes but is not limited to:
Conveying Systems
Cutting and Patching
Door Hardware
Fire Protection
Mechanical Systems and Control Wiring
Painting, Refinishing and Finishes
1.4 CODES, PERMITS, INSPECTION FEES
A. The following codes and standards are referenced in the Division 26 specifications.
Perform all work and provide materials and equipment in accordance with the latest
referenced codes and standards of the following organizations:
1. American National Standards Institute (ANSI)
2. National Electrical Manufacturer's Association (NEMA)
3. National Fire Protection Association (NFPA)
4. Underwriter's Laboratories (UL)
5. National Electrical Contractor’s Association (NECA)
B. Install the electrical systems based on the following:
NFPA 70 National Electrical Code as adopted
and amended by the Local Jurisdiction.
IBC International Building Code as adopted
and amended by the Local Jurisdiction.
1293492.1 TP-31
C. The referenced codes establish a minimum level of requirements. Where provision
of the various codes conflict with each other, the more stringent provision shall
govern. If any conflict occurs between referenced codes and this specification, the
codes are to govern. Compliance with code requirements shall not be construed
as relieving the Contractor from complying with any requirements of the drawings
or specifications which may be in excess of requirements of the governing codes
and rules and not contrary to same.
D. Obtain and pay for all licenses, permits and inspections required by laws,
ordinances and rules governing work specified herein. Arrange for inspection of
work by the inspectors and give the inspectors all necessary assistance in their
work of inspection.
1.5 COORDINATION
A. Coordination during the bidding and pricing aspects of the contract includes
determining where the work of other Divisions relies on the work of this Division for
electricity and including the electrical system to match the requirements.
B. Coordinate work with that of the other Contractors and/or other trades doing work
on the project. Examine all drawings and specifications of other trades for
construction details and coordination. Make every reasonable effort to provide
timely notice of work affecting other trades to prevent conflicts or interference as to
space requirements, dimensions, openings, block-outs, sleeving or other matters
which will cause delays or necessitate work-around methods.
C. Obtain submittals and shop drawings of all equipment with electrical connections
furnished under other divisions of the specification and by the Owner. Provide all
wiring in accordance with specific equipment requirements. Immediately advise
the Architect of any changes which may affect the contract price.
D. Special attention is called to the following items. Coordinate all conflicts prior to
installation:
1. Door swings such that switches will be located on the "strike" side of the door.
2. Location of grilles, pipes, sprinkler heads, ducts and other mechanical
equipment so that all electrical outlets, lighting fixtures and other electrical
outlets and equipment are clear from and in proper relation to these items.
3. Location of cabinets, counters and doors so that electrical outlets, lighting
fixtures and equipment are clear from and in proper relation to these items.
4. Recessing and concealing electrical materials in CMU walls, concrete
construction and precast construction.
5. At each switchboard, panelboard and motor control center location the
Contractor shall monitor the work of all trades to assure that the space and
clearance requirements of code are met.
1293492.1 TP-32
6. Review specifications for other Divisions of the work to determine where other
Divisions are requiring electrical connections. Verify electrical provisions
shown on contract drawings by examining shop drawing submittals of other
Divisions prior to submission to the owner. Do not proceed with ordering of
supporting electrical equipment, such as circuit breakers, until electrical
characteristics are verified. Proceed with rough-in only after verification of
shop drawings.
E. Digital format copies of bid drawings will be furnished to the successful bidder.
Augment bid documents with additional information to ensure coordination between
trades. Provide digital format electrical systems drawings showing all ceiling
devices, fixtures, raceways and cable tray locations and routing to mechanical
contractor to be used for coordination drawings provided by mechanical contractor.
Include dimensions and elevations of devices, fixtures, raceway and cable tray.
F. Furnish, install and place in satisfactory condition all raceways, boxes, conductors
and connections and all other materials required for the electrical systems shown
or noted in the contract documents to be complete, fully operational and fully tested
upon completion of the project. Raceways, boxes and ground connections are
shown diagrammatically only and indicate the general character and approximate
location. The layout does not necessarily show the total number of raceways or
boxes for the circuits required, nor are the locations of indicated runs intended to
show the actual routing of the raceways.
Where routings of major raceways and telecommunication pathways are indicated
on plan sheets, the routing information supplements the information on diagrams.
If no routing information is shown, route the systems in a manner that will
coordinate with new and existing infrastructure and the work of other trades.
G. The horsepower of motors and apparatus wattage's shown on the drawings are
estimated requirements of equipment furnished under other Divisions of this
contract. Provide overload elements to suit actual equipment nameplate current.
Where connections to variable speed drives furnished under other sections of this
specification are shown, obtain the drive input current and verify the indicated drive
circuit is compatible. Advise Architect of any equipment changes or substitutions
affecting electrical systems.
H. Consult the architectural drawings for the exact height and location of all electrical
equipment not specified herein or shown on the drawings. Make any minor
changes (less than 6'-6" horizontal) in the location of the raceways, outlets, boxes,
devices, wiring, etc., from those shown on the drawings without extra charge,
where coordination requires or if so directed by the Architect before rough-in.
I. Provide inserts or sleeves for outlet boxes, conductors, cables and/or raceways as
required. Coordinate the installation thereof with other trades.
1293492.1 TP-33
J. The Contractor will not be paid for relocation of work, cuttings, patching and
finishing required for work requiring reinstallation due to lack of coordination prior to
installation.
1.6 WARRANTY
A. Refer to General Conditions of the Contract.
1.7 CORRECTION OF WORK
A. Within one year after the date of Substantial Completion of the work, the Contractor
shall correct any work found to be not in conformance with the Contract Documents
promptly after written notice from the owner to do so, unless the Owner has
previously given the Contractor a written acceptance of such condition. This
obligation shall survive acceptance of the work under this Contract and termination
of the Contract. The Owner shall give such notice promptly after discovery of the
condition.
1.8 ITEMIZED SCHEDULE OF COSTS
A. Complete the Schedule of Values included at the end of this section. This
schedule shall be adhered to for the electrical contractor to facilitate analysis and
approval of the monthly progress billings. Refer to the Supplementary Conditions
of General Contract and Division 1 - General Requirements for details, and
conform thereto.
1.9 MATERIAL AND LABOR ALLOWANCE
A. Provide a material and installation allowance for additions or modifications directed
by the Owner. As the work progresses it may become necessary to modify or add
to portions of the electrical systems. Examples may be additional receptacles,
creation of a small office space in an unfinished part of the building, resolving a
hidden condition, or adding some work as part of a response to a contractor's
request for information.
B. The electrical material and installation allowance shall appear as a line item on the
Schedule of Values. This allowance is independent of any other allowance or
requirement for work listed elsewhere in this contract. This material and labor
allowance is independent of and in addition to any requirements for similar work
identified on the drawings.
C. The allowance will not be used for electrical work in areas that have received their
final architectural finish, unless the electrical work will not affect the finish. The
1293492.1 TP-34
units under this allowance shall include all direct and indirect, as well as supportive
costs of work from other trades.
D. If the additions or modifications are needed for items that are not specifically listed,
an equivalent value will be negotiated for items that are on the list, or at the
Owner's discretion, a change order will be issued. If after substantial completion of
the work there are remaining quantities of items which are unused the Owner may
direct that the material portion of the items be turned over to the Owner, or
negotiate a credit to the contract.
E. The contractor shall create an Excel software based spreadsheet for tracking the
usage of materials in this allowance. For each item identify the mechanism used to
detract materials from the allowance (RFI #, etc.) the quantity of the allowance
used, and the quantity remaining. Usage shall be as directed by the Owner, or as
negotiated.
F. Provide Material and Labor Allowance for the following items:
1. Raceway: EMT behind concealed spaces but without the concealing element
in place, or EMT in open spaces, or EMT surface mounted, complete with
field bends, couplings, and pull boxes. Installed 10 feet above the floor, with
pull boxes on 25-foot centers, and offsets around existing systems at 15-foot
intervals. Quantities as follows:
3/4" [1000] Feet
1" [1000] Feet
1-1/4" [250] Feet
2-1/2" [100] Feet
2. Wire installed in raceway, with an average of 5 wires per raceway, with a pull
length and termination at 25-foot intervals:
#12 [4000] Feet
#10 [4000] Feet
#2 [1200] Feet
3. Outlet box, coverplate, single gang: Quantity 25.
4. Switch or Receptacle, 15 or 20 amp with box and coverplate: Quantity 25.
5. Equipment connection, average size 30 amps, 3 phase: Quantity of 10.
6. Fused disconnect switch, with fuses. Quantity as follows:
30 Amp [5]
7. New circuit breaker in existing panel
480 volt, 100AF/3p Quantity [5]
208 volt, 100AF/3p Quantity [5]
120 volt, 30A/1p Quantity [20]
120 volt, 20A/1p Quantity [20]
8. Light fixtures, including 20 feet of 3/4" EMT and (3) #12AWG wires per fixture:
a. Type [XX] Quantity[5]
b. Type [XX] Quantity [5]
c. Type [XX] Quantity [5]
1293492.1 TP-35
d. Exit sign[XX] Quantity [5]
1.10 CHANGE ORDERS
A. Comply with the requirements of Division 1.
B. Material pricing shall be based on competitive market conditions and include
contractor net discounting. "List" or "book" pricing of material will not be accepted.
Upon request, demonstrate that pricing is competitive by furnishing quotes from
competing vendors or distributors.
C. Labor units shall be based on standard publications such as NECA or RS Means,
using standard (not "change order") construction production. Where the change
order requires additional work that is not normally part of the construction process,
separately itemize the work and identify specific inefficiencies.
D. Labor pricing shall include an average of the journeyman and apprentice labor
classification rates used to perform the work.
1.11 SUBMITTALS AND SHOP DRAWINGS
A. Submittals and Shop Drawings: Schedule so as not to delay construction schedule
and no later than 60 days after award of contract, submit common brochure(s) with
index and divider tabs by specification section, containing all required catalog cuts.
Allow two weeks for review for each submittal and resubmittal. Incomplete
submittals and shop drawings which do not comply with these requirements will be
returned for correction, revision and resubmittal. Provide submittals for each
product proposed for the project. See General Conditions for format, quantity, etc.
B. Submit in a three ring binder with hardboard covers. Submittals shall show:
1. Indicate listing by UL or other approved testing agency.
2. Highlight with yellow or blue marker adequate information to demonstrate
materials being submitted fully comply with contract documents.
3. Review and check all material prior to submittal and stamp "Reviewed and
Approved".
C. Shop drawings shall show:
1. Ratings of items and systems.
2. How the components of an item or system are assembled, interconnected,
function together and how they will be installed on the project.
3. System layout floor plans with complete device layout, point-to-point wiring
connection between all components of the system, wire sizes and color
coding.
4. Riser diagrams showing vertical wiring between components.
1293492.1 TP-36
5. Line diagrams and or logical/control schematics including interface to other
systems as applicable. Provide point to point wiring diagrams, indicate
terminal identification at item of equipment. Typical diagrams may be used
when accompanied by wire schedules that are specific to each product.
6. Coordinate with other division shop drawings and submittals. Identify
interface points and indicate method of connection.
7. Electrical rooms: Submit 1/2" = 1'0" detail plans and wall elevations of each
room showing actual size of equipment in place. Identify coordinating
elements such as structural beams or mechanical systems. Submittals shall
show coordination among all suppliers of equipment, including power
components, fire alarm, racks, nurse call, public address, security, etc.
Submit room layouts at same time as material submittals, and prior to
installation of any equipment.
8. List of all Division 23 equipment noting actual rating of equipment that will be
installed. For discrepancies between the requirements of the proposed
equipment and the equipment provisions indicated on the drawings, indicate
the contractor's proposed no cost change to the electrical system to
accommodate the submitted equipment.
D. Release of Drawing Data files
1. Contractor may request to utilize the project drawing data files for assistance
in producing shop drawings. Request shall be made by signing owner/design
team’s requested documentation for release of the data files.
E. The Contractor agrees:
1. Submittals and shop drawings processed by the Architect are not change
orders.
2. The purpose of submittals and shop drawings by the Contractor is to
demonstrate to the Engineer that the Contractor understands the design
concept.
3. Submittals demonstrate equipment and material Contractor intends to furnish
and install and indicate detailing fabrication and installation methods
Contractor intends to use.
4. To accept all responsibility for assuring that all materials furnished under this
Division of the specifications meet, in full, all requirements of the contract
documents.
5. To pay for Engineers review cost of submittal review beyond one resubmittal.
F. The Engineer's review is only for general conformance with the design concept of
the project and general compliance with the information given in the contract
documents. Corrections or comments made during this review do not relieve
contractor from compliance with the requirements of the drawings and
specifications. Contractor is responsible for: Dimensions which shall be confirmed
and correlated at the job site; fabrication process and techniques of construction;
coordination of his work with that of all other trades; performing his work in a safe
and satisfactory manner.
1293492.1 TP-37
G. Submittals and shop drawings are required per the individual sections and the
submittals schedule at the end of this Section.
1.12 PROJECT CLOSE-OUT
A. Coordinate with close-out provisions in Division 01 - General Requirements.
B. Request For Final Punchlist
1. To request a final electrical punch list, forward a letter to the Architect. stating;
"The electrical work on this project is complete, all punch list items to date are
complete, items a. - n. in the Punchlist Procure paragraph in Section 260500
- Common Work Results For Electrical are complete and the project is ready
for final punch list observation."
2. Project Punchlist Procedure: Perform the following procedures for project
closeout of electrical portions of work.
a. Perform testing, tests and documentation per Section 260126 -
Maintenance Testing of Electrical Systems.
b. Provide engraved nameplates on electrical equipment.
c. Refinish electrical equipment finishes which are damaged.
d. Clean light fixtures per Section 260500 - Common Work Results For
Electrical.
e. Color code junction boxes per Section 260533 - Raceways and Boxes
For Electrical Systems.
f. Provide spare fuses and cabinet per Section 262813 - Fuses.
g. Insert word processed (typed) Panel Schedules in all new and existing
panelboards with actual "as-built" circuit descriptions.
h. Number all circuit breakers.
i. Obtain final electrical permit inspection. Include copies in O & M
manual.
j. Provide written warranty in O & M per the General Conditions of the
Contract.
k. Furnish Record Drawings per this section. Obtain signature on Job
Completion Form.
l. Furnish O & M Manuals per this section. Obtain signature on Job
Completion Form.
m. Give instruction periods to owner's personnel per this section. Obtain
signature on Job Completion Form.
n. To request final acceptance of project, fill out Job Completion Form in
this section and forward to Architect. Note: If inspectors have not signed
form, a copy of signed-off permits will suffice.
o. Include with Job Completion Form, a copy of the final punch list with the
word "DONE", and the date and Contractor's initials after each item on
the list.
1293492.1 TP-38
1.13 ELECTRICAL EQUIPMENT OPERATION AND MAINTENANCE (O&M) MANUALS
A. Provide O&M manuals required in Division 01 - General Requirements for all
equipment furnished under Division 26 - Electrical of the specifications. Submit a
preliminary copy, complete except for the bound cover, 60 days prior to completion
of the project for checking and review. Deliver final bound corrected copies as
noted in Division 1 - General Requirements 20 days prior to scheduled instruction
periods. Obtain a receipt for the manuals and forward a copy of the receipt to the
Engineer with the Job Completion Form.
B. The information included must be the exact equipment installed. Where sheets
show the equipment installed and other equipment, the installed equipment shall
be neatly and clearly identified on such sheets.
C. These O&M manuals shall contain all the information needed to operate and
maintain all systems and equipment provided in the project. Present and arrange
information in a logical manner for efficient use by the Owner's operating
personnel. The information provided shall include but not be limited to the
following:
1. Equipment manufacturer, make, model number, size, nameplate data, etc.
2. Description of system configuration and operation including component
identification and interrelations. A master control schematic drawing(s) may
be required for this purpose.
3. Dimensional and performance data for specific unit provided as appropriate.
4. Manufacturer's recommended operation instructions.
5. Manufacturer's recommended lubrication and servicing data including
frequency.
6. Complete parts list including reordering information, recommended spares
and anticipated useful life (if appropriate). Parts lists shall give full ordering
information assigned by the original parts manufacturer. Relabeled and/or
renumbered parts information as reassigned by equipment supplier not
acceptable. Include the parts list and part diagram that was included with the
product's packaging, note that a "catalog cut" will not meet this criterion.
7. Shop drawings.
8. Wiring diagrams.
9. Signal equipment submittals shall contain step-by-step circuit description
information designed to acquaint maintenance personnel with equipment
operation in each mode of operation.
10. A complete list of local (nearest) manufacturer representative and distributor
contacts for each type of equipment and manufacturer. Include name,
company, address, phone, fax, e-mail address, and web site.
D. Furnish complete wiring diagrams for each system for the specific system installed
under the contract. "Typical" line diagrams will not be acceptable unless revised to
indicate the exact field installation.
1293492.1 TP-39
E. Group the information contained in the manuals in an orderly arrangement by
specification index. Provide a typewritten index and divider sheets between
categories with identifying tabs. Bind the completed manuals with hard board
covers not exceeding 5" thick. (Provide two or more volumes if required.) Signal
and communication systems shall be in separate volumes. Imprint the covers with
the name of the job, Owner, Architect, Electrical Engineer, Contractor and year of
completion. Imprint the back edge with the name of the job, Owner and year of
completion. Hard board covers and literature contained may be held together with
screw post binding.
1.14 INSTRUCTION PERIODS
A. After substantial completion of the work and 20 days after the O&M manuals have
been delivered to the owner and after all tests and final inspection of the work by
the Authority(s) Having Jurisdiction; demonstrate the electrical systems and
instruct the Owner's designated operating and maintenance personnel in the
operation and maintenance of the various electrical systems. The Contractor shall
arrange scheduled instruction periods with the Owner. The Contractor's
representatives shall be superintendents or foremen knowledgeable in each
system and suppliers representatives when so specified. When more than one
training session is specified, the second session shall be 30 to 90 days after the
first as agreed to by the Owner.
B. Include in each instruction session an overview of the system, presentation of
information in maintenance manuals with appropriate references to drawings.
Conduct tours of the building areas with explanations of maintenance
requirements, access methods, servicing and maintenance procedures, equipment
cleaning procedures and adjustment locations.
C. Include the following scheduled instruction periods: 1st Session 2nd
Session
1.Power Distribution System [4] hours [4] hours
2.Lighting Control & Dimming System [4] hours [4] hours
3.Power Generation Equipment &
Transfer Switches
[4] hours [4] hours
4 Paralleling Low-Voltage Switchgear [4] hours [4] hours
5 Static Uninterruptible Power Supply [4] hours [4] hours
6 Transient Voltage Suppression
System(s)
[2] hours [2] hours
D. Factory trained suppliers representatives shall provide instruction for lighting
control/dimming, power generation & transfer switches, paralleling low voltage
switchgear, static uninterruptible power supply and transient voltage suppression
system(s).
1293492.1 TP-40
E. Provide one professionally produced digitally recorded or video tape of each
training session in DVD format. Furnish two (2) copies to the owner.
1.15 RECORD DRAWINGS
A. Record drawings shall be kept on: the contract drawings, shop drawings indicating
field wiring, vendor diagrams indicating field wiring, and similar documents.
B. Continually record the actual electrical system(s) installation on a set of prints kept
readily available at the project during construction. These prints shall be used for
this purpose alone.
1. Mark record prints with red erasable pencil. Mark the set to show the actual
installation where the installation varies substantially from the work as
originally shown.
2. Accurately locate with exact dimensions all underground and underslab
raceways and stub-outs.
3. Note changes of directions and locations, by dimensions and elevations, as
utilities are actually installed.
4. Include addenda items and revisions made during construction.
5. Erase conditions not constructed or "X-out" and annotate "not constructed" to
clearly convey the actual "as constructed" condition.
6. Organize record drawings sheets in manageable sets, bind and print suitable
titles, dates and other identification on the cover of each set.
7. Where “typical” wiring diagrams were used during submittals the record
drawings shall indicate exact point to point wiring with exact terminal number
designations.
C. Transmit the record drawing set to the Architect at the completion of the work.
Final payment to the contractor will not be authorized until these prints have been
submitted to and accepted by the Architect.
D. Transfer the changes marked up on the record prints into AutoCAD drawing files at
the completion of the work. The version of AutoCAD shall not be earlier than the
most recent version available at the date the project bids were received. AutoCAD
files shall not include the stamp of the engineer of record. Provide two (2) sets of
prints, one set of fixed line reproducible drawings and one set of AutoCAD drawing
files on CD Rom. Transmit drawings, AutoCAD drawing files and the record
drawing mark-ups to the Architect. Final payment to the contractor will not be
authorized until these documents have been submitted to and accepted by the
Architect.
1293492.1 TP-41
1.16 FINAL ACCEPTANCE REQUEST
A. Submit to the Architect, , a Division 26 Job Completion Form (form attached in this
section) properly filled out prior to the time final acceptance of the electrical work is
requested.
1.17 ABBREVIATIONS AND DEFINITIONS
A. When the following abbreviations and definitions are used in relation to the work for
Division 26 they shall have the following meanings:
Item Meaning
AHJ Authority Having Jurisdiction.
Boxes Outlet, Junction or Pull Boxes.
Code All applicable codes currently enforced at project
location.
Compression Compressed using a leveraged powered (hydraulic
or equivalent) crimping tool.
Connection All materials and labor required for equipment to be
fully operational.
Exterior
Location
Outside of or penetrating the outer surfaces of the
building weather protective membrane.
Fully
Operational
Tested, approved, and operating to the satisfaction
of the AHJ, manufacturer and contract documents.
Furnish Deliver to the jobsite
Install To enter permanently into the project and make fully
operational.
Kcml Thousand circular mils (formerly MCM).
Mfr.Manufacturer.
NEC
NIC
National Electrical Code, National Fire Protection
Association, Publication #70.
Not in Contract.
Noted Shown or specified in the contract documents.
Provide Furnish and install.
Required As required by code, AHJ, contract documents, or
manufacturer for the particular installation to be fully
operational.
Shown As indicated on the drawings or details.
Wiring Raceway, conductors and connections.
1293492.1 TP-42
PART 2 - PRODUCTS
2.1 GENERAL
A. All materials and equipment installed shall have been tested and listed by
Underwriters Laboratories or other approved testing organization and shall be so
labeled unless otherwise permitted by the Authority Having Jurisdiction (Inspector).
B. All materials to be new, free from defects and not less than quality herein specified.
Materials shall be designated to insure satisfactory operation and operational life in
the environmental conditions which will prevail where they are being installed.
C. Each type of materials furnished shall be of the same make, be standard products
of manufacturers regularly engaged in production of such materials and be the
manufacturer's latest standard design.
D. All materials, equipment and systems furnished that include provisions for storing,
displaying, reporting, interfacing, inputting, or functioning using date specific
information shall perform properly in all respects regardless of the century. Any
interface to other new or existing materials, equipment or systems shall function
properly and shall be century compliant, both in regards to information sent and
received.
2.2 SUBSTITUTION OF MATERIALS
A. No Substitute:
Where a specified product is indicated "no substitute", it is the intent of this
specification to require new materials to be compatible with the existing installation
or as specifically requested by the owner. To this end certain materials and
systems no substitution will be allowed.
B. Prior to Bid Opening:
Acceptance of products other than those specified will be issued by addendum to
the bid documents only after the following requirements are met and the proposed
listed material is determined to meet or exceed the requirements:
1. Requests for listing to be original material, clearly indicating the product fully
complies with contract documents and be neatly marked with yellow felt tip
marker to clearly define and describe the product for which listing is
requested.
2. Include certified laboratory test report for lighting fixtures.
3. Samples shall be submitted if requested.
4. Requests shall be received 10 days prior to bid opening.
5. Requests containing insufficient information to confirm compliance with
contract documents will not be considered.
1293492.1 TP-43
C. After Award of Contract:
Substitution of products will be considered after award of contract only under the
following conditions:
1. The Contractor shall have placed orders for specified materials promptly after
contract is awarded and the specified products can not be delivered to the
project to meet the Owner's construction schedule.
2. The reason for the unavailability is beyond the Contractor's control, i.e., due
to strikes, bankruptcy, discontinuance of manufacturer, acts of God.
3. The specified product is no longer manufactured.
4. There is compelling economic advantage to the Owner.
D. In all cases, should a substituted material result in requiring electrical system or
building modifications; the Contractor alone shall pay all costs to provide these
modifications including all costs to the Engineer and Architect for redesign, and
updating of record drawings required to accommodate the required modifications.
2.3 NAMEPLATES
A. Provide nameplates per Section 260553 - Identification for Electrical Systems.
PART 3 - EXECUTION
3.1 GENERAL
A. All work shall be done in accordance with NECA construction standards.
B. Adhere to industry standards of care for safety, including:
1. Occupational Safety and Health Act.
2. Accident Prevention Manual for Industrial Operations, National Safety
Council.
3. ANSI/NFPA 70E, Electrical Safety Requirements for Employee Workplaces.
4. American National Standards for Personnel Protection: Lockout/Tagout.
5. Applicable state and local safety operating procedures.
3.2 PRODUCT DELIVERY, STORAGE AND HANDLING
A. Deliver, store, and handle products according to the manufacturer's
recommendations, using means and methods that will prevent damage,
deterioration, and loss, including theft. Handle all equipment carefully to prevent
damage, breakage, denting, and scoring of finishes. Do not install damaged
equipment.
1293492.1 TP-44
B. Store products subject to damage by the elements above ground, undercover in a
weather tight enclosure, with ventilation adequate to prevent condensation.
Maintain temperature and humidity within range required by manufacturer's
instruction.
3.3 CUTTING BUILDING CONSTRUCTION
A. Obtain permission from the Architect and coordinate with other trades prior to
cutting. Locate cuttings so they will not weaken structural components. Cut
carefully and only the minimum amount necessary. Cut concrete with diamond
core drills or concrete saws except where space limitations prevent the use of such
tools.
B. All construction materials damaged or cut into during the installation of this work
must be repaired or replaced with materials of like kind and quality as original
materials by skilled labor experienced in that particular building trade.
3.4 PENETRATION OF BUILDING ELEMENTS
A. General:
1. Penetrations of building elements by electrical systems shall not compromise
the performance and integrity of the building element (structural, fire, smoke,
waterproof, etc.)
B. Fire and smoke rated elements:
1. Electrical penetrations of fire and smoke rated floor and wall assemblies shall
maintain fire-resistance or smoke barrier rating of the assembly. Firestopping
materials and installation requirements are specified in Division 7 section
"Firestopping".
3.5 PAINTING
A. Items furnished under this Division that are scratched or marred in shipment or
installation shall be refinished with touchup paint selected to match installed
equipment finish.
3.6 EQUIPMENT CONNECTION
A. For equipment furnished under this or other Divisions of the specifications, or by
owner, provide all electrical connections necessary to serve such equipment and
provide required control connections to all equipment so that the equipment is fully
1293492.1 TP-45
operational upon completion of the project. Investigate existing equipment to be
relocated and provide new connections as required.
B. Contract Coordination: Investigate vendor equipment proposed for installation and
address and integrate the following into the construction process:
1. Special equipment requirements identified in shop drawings or submittals.
2. Equipment requirements for distribution system performance, for example, an
external disconnect switch or fused disconnect switch to provide compliance
with a governing code, a short circuit current rating, or a listing.
C. Obtain rough-in requirements for equipment furnished under other divisions of this
specification prior to roughing-in.
3.7 HOUSEKEEPING PADS
A. Provide steel reinforced concrete housekeeping pad under each floor mounted
switchboard, transformer, motor control center, generator and/or other free
standing electrical equipment. Size 4" greater (horizontal minimum) than base of
equipment mounted thereon. Minimum height 3-1/2". Use 3000-psi (20.7-Mpa), 28
day compressive strength concrete and reinforcement as specified in Division 3
Section "Cast-in-Place Concrete". Chamfer edges and finish smooth with all
blockouts square and plumb.
B. When housekeeping pad is poured on previously poured concrete or is for engine
or motor driven equipment, the pad shall be reinforced (4# rebar, 12" o.c., both
ways) and the rebar shall be tied to the existing floor via #4 rebar epoxy grouted
into the existing concrete on 18" centers or other acceptable means. The existing
slab shall be thoroughly cleaned and prepared for the pad just before the pour.
3.8 CLEAN UP
A. Contractor shall continually remove debris, cuttings, crates, cartons, etc., created
by his work. Such clean up shall be done daily and at sufficient frequency to
eliminate hazard to the public, other workmen, the building or the Owner's
employees. Before acceptance of the installation, Contractor shall carefully clean
cabinets, panels, lighting fixtures, wiring devices, cover plates, etc., to remove dirt,
cuttings, paint, plaster, mortar, concrete, etc. Blemishes to finished surfaces of
apparatus shall be removed and new finish equal to the original applied.
1. Wipe surfaces of electrical equipment. Remove excess lubrication, paint and
mortar droppings, and other foreign substances.
2. Clean light fixtures, lamps, globes, and reflectors to function with full
efficiency. Replace burned-out bulbs, and those noticeably dimmed by hours
of use, and defective and noisy starters in fluorescent, high pressure sodium,
1293492.1 TP-46
metal halide, and mercury vapor fixtures to comply with requirements for new
fixtures.
3.9 TESTING AND DEMONSTRATION
A. Demonstrate that all electrical equipment operates as specified and in accordance
with manufacturer's instructions. Perform tests in the presence of the Architect,
Owner or Engineer. Provide all instruments, manufacturer's operating instructions
and personnel required to conduct the tests. Repair or replace any electrical
equipment that fails to operate as specified and or in accordance with
manufacturer's requirements.
B. Contractor shall remove and replace covers of electrical equipment, open
manholes and remove/replace ceiling tiles to permit engineer to observe equipment
and wiring provided. For manholes: Furnish OSHA safety compliant equipment
and personnel, including ventilation, safety harness, ladder and flashlight.
1293492.1 TP-47
DIVISION 26 ELECTRICAL JOB COMPLETION FORM
PROJECT
NAME:
<Insert Note Here>>
PROJECT
LOCATION:
DATE:
A.Electrical Inspectors Final Acceptance (Copy of certificate attached.)
Name Agency Date
B.Fire Marshal's Final Acceptance of Fire Alarm System (Copy of
certificate attached.)
Name Agency Date
C.The following systems have been demonstrated to Owner's
representative.
1.Power Distribution
System
Owner's
Rep.
Date
2.Lighting Control &
Dimming System
Owner's
Rep
Date
3.Power Generation
Equipment and Transfer
Switches
Owner's
Rep
Date
4.Paralleling Low-Voltage
Switchgear
Owner's
Rep
Date
5.Static Uninterruptible
Power Supply
Owner's
Rep
Date
6.Transient Voltage
Suppression System(s)
Owner's
Rep
Date
D.Record Drawings
Attached Transmitted
previously to
Date
1293492.1 TP-48
E.O & M Manuals
Attached Transmitted
previously to
F.Test
Reports
Attached Transmitted
previously to
Date
G.The work is complete in accordance with contract documents and
authorized changes except for
and the architect/engineer's representative is requested to meet with
at o
n
Supervisor of Electrical Work Time Date
Contractors Rep.
Signature
Date
1293492.1 TP-49
Division 26 Schedule of Values for <Insert Project Name Here>
Description of Work Amount
Material and Labor Allowance
Utility Services (power, telephone and cable TV) - Labor &
Materials
Site Rough-in (ltg., pole bases, power & systems) - Labor and
Materials
Distribution Feeders Rough-in - Labor & Materials
Distribution Feeders Conductors and Terminations - Labor &
Materials
Branch Circuit (lighting, receptacles, misc.) Rough-in - Material
and Labor
Branch Circuit Conductors and Terminations - Material and Labor
Switchgear, Panelboards, Transformers, Starters, Disconnects -
Material
Switchgear, Panelboards, Transformers, Starters, Disconnects -
Labor
Transient Voltage Surge Suppression - Material
Transient Voltage Surge Suppression - Labor
Lighting - Material
Lighting Exterior (installation & checkout) - Labor
Lighting Interior (installation, trimout) - Labor
Devices (switches, receptacles, equip. connections) - Labor &
Materials
Mechanical Power Connections (starter & disconnects) - Labor
Kitchen Power Connections - Labor & Materials
Dimming System - Labor & Materials
Low Voltage Lighting Controls - Labor & Materials
Lightning Protection - Labor & Materials
Labor and Material Allowance
Strap Support Allowance (for existing systems) - Labor & Materials
Testing, Demonstration (AHJ approvals)
Training
Close Out (Record Drawings, O&M, etc.) - Materials & Labor
TOTAL DIVISION 26
DIVISION 26 SUBMITTAL LIST <Insert Project Name Here>
SECTION DESCRIPTION SUBMI
T
RECEI
VE
DATE
STATU
S
220533 HEAT TRACING FOR PLUMBING SYSTEMS
1293492.1 TP-50
260126 ACCEPTANCE TESTING OF ELECTRICAL
SYSTEMS
260128 THERMOGRAPHY
260513 MEDIUM VOLTAGE CABLES
260519 LOW VOLTAGE ELECTRICAL POWER
CONDUCTORS AND CABLES
260519.14 MANUFACTURED WIRING SYSTEM
260529 HANGERS AND SUPPORTS FOR
ELECTRICAL SYSTEMS
260533 RACEWAYS AND BOXES FOR ELECTRICAL
SYSTEMS
260533.10 FLUSH FLOOR OUTLETS
260533.20 FLOOR OUTLET DEVICES POKE THRU
260536 CABLE TRAYS FOR ELECTRICAL SYSTEMS
260539 UNDERFLOOR RACEWAYS FOR
ELECTRICAL SYSTEMS
260553 IDENTIFICATION FOR ELECTRICAL
SYSTEMS
260923 LIGHTING CONTROL DEVICES
260933 CENTRAL DIMMING CONTROLS
260936 MODULAR DIMMING CONTROLS
260943 NETWORK LIGHTING CONTROLS
261116 SECONDARY UNIT SUBSTATIONS
261200 MEDIUM VOLTAGE TRANSFORMERS
261300 MEDIUM VOLTAGE SWITCHGEAR
262200 LOW VOLTAGE TRANSFORMERS
262300 LOW VOLTAGE SWITCHGEAR
262313 PARALLELING LOW VOLTAGE
SWITCHGEAR
262413 SWITCHBOARDS
262416 PANELBOARDS
262419 MOTOR CONTROL CENTERS
262421 ISOLATED POWER SYSTEM
262500 ENCLOSED BUS ASSEMBLIES
262600 POWER DISTRIBUTION UNITS
262713 ELECTRICITY METERING
262726 WIRING DEVICES
262813 FUSES
262816 ENCLOSED SWITCHES AND CIRCUIT
BREAKERS
262913 ENCLOSED CONTROLLERS
262923 VARIABLE FREQUENCY MOTOR
CONTROLLERS
263213 ENGINE GENERATORS
1293492.1 TP-51
SECTION DESCRIPTION SUBMI
T
RECEI
VE
DATE
STATU
S
263323 CENTRAL BATTERY EQUIPMENT
263353 STATIC UNINTERRUPTIBLE POWER
SUPPLY
263533 POWER FACTOR CORRECTION
EQUIPMENT
263600 TRANSFER SWITCHES
264113 LIGHTNING PROTECTION FOR
STRUCTURES
264313 SURGE PROTECTIVE DEVICE
265100 INTERIOR LIGHTING
265600 EXTERIOR LIGHTING
265668 EXTERIOR ATHLETIC LIGHTING
END OF SECTION
SECTION 26 05 10 - EXISTING SYSTEMS
PART 4 - GENERAL
4.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
Supplementary Conditions and Division 01 and Division 02 Specification Sections,
apply to this Section.
4.2 RELATED WORK
A. Same as in Section 260500 - Common Work Results For Electrical.
1293492.1 TP-52
4.3 REFERENCE DOCUMENTS
A. Reference documents including record drawings and "as built’s of existing systems
are included with the construction documents. The contractor shall asses the
accuracy of these documents during pre-bid walk through and adjust his bid to
accommodate discrepancies between the documents and actual conditions.
4.4 INDICATED EXISTING SYSTEMS
A. The electrical drawings show portions of the existing electrical systems which are
to remain, be removed or be modified. The existing information is derived from
record drawings and other data obtained from or with the permission of the owner.
Where indicated, concealed systems are also derived from record drawings and
the Engineer's best judgment of the configuration.
B. The Contractor shall inspect the existing installation prior to bidding and shall judge
the work required. Inspection shall include areas within and adjacent to the work of
any discipline or trade performing work for the contract.
C. The complete extent of the existing systems could not be verified during creation of
the construction documents. Unless the contractor's inspection of the existing
system determines a greater amount, the contractor shall assume there is 20%
more existing electrical systems than what is indicated on the contract drawings.
4.5 POWER OUTAGES
A. The facility will continue its normal operation during construction; the Contractor
shall schedule electrical system(s) outages with the Owner. Electrical system(s)
outages to Owner occupied areas shall not be permitted from 7:00 a.m. to 6:00
p.m. on any day of the week.
A. This facility will be in operation 24 hours a day seven days a week during the
construction work; therefore it is required that the Contractor fully schedule
electrical system(s) outages with the Owner. Contractor shall work closely with
Owner to assure the Owner fully understands the extent of each outage. Owner
maintains the right to limit the extent and length of any given outage. Assume all
outages to Electrical system(s) in Owner occupied areas will require premium time
and that temporary electrical work may be required to limit the duration of outages.
B. Cutovers must make alternative arrangements to deliver power to the load at all
times
C. Cutovers must be accomplished in a minimum of <Insert Note Here>hours.
1293492.1 TP-53
D. Submit a written request for a power outage at least one week in advance
identifying the areas and systems that will be affected, time and duration of the
power outage. The Contractor shall receive written authorization to proceed with
the outage and shall re-notify the Owner verbally at least one hour prior to the
outage and also notify the Owner when the outage is completed.
E. Temporary generator(s) will be required for any work that takes the existing
generator system out of service or off-line from any portion of the emergency
power distribution. Temporary generation shall include automated controls and
wiring to interface with the existing system.
F. Unscheduled Outages: In the event that the Contractor's work causes or
contributes to an electrical system(s) outage (or other system fault), the Contractor
is responsible for immediately correcting the problem. Included (as examples)
shall be any premium time required to stay on the job site until problem is corrected
and air freight for parts not locally available. Any damage resulting from
performance of work under this contract shall be repaired to assure continuing
facility operation and integrity, at no increase in contract cost.
4.6 PREMIUM TIME
A. Premium time shall be included in the Base Bid for electrical system(s) outages
and for other work as required by the schedule, as shown on the drawings and as
noted in other Divisions of the Specifications.
4.7 EXISTING STRUCTURAL CONDITIONS
A. Existing floor slabs are post tensioned concrete slabs. Contractor shall penetrate
floors by core drilling only. Extreme caution is required to avoid cutting post
tensioned cables. X-ray of floor shall be performed prior to selecting location of
cores and anchors for electrical equipment. Cores and anchors shall be kept 2"
minimum away from the post tensioning cables.
PART 5 - PRODUCTS
5.1 EXISTING MATERIALS
A. All materials which are a part of the building shall remain the property of the
Owner.
1293492.1 TP-54
5.2 EXISTING MATERIALS TO BE REINSTALLED
A. Existing materials and equipment (except interior, undamaged raceways) that are
removed as a part of the work or stored in surplus shall not be reinstalled as a part
of the new systems unless specifically noted or authorized in writing by the Owner.
Forward a copy of the authorization to the Engineer. The requirements of the
specifications (i.e., condition, installation, testing, etc.) shall apply as if the
materials were new, furnished by the Contractor.
5.3 EXISTING MATERIALS NOT TO BE REINSTALLED
A. In coordination with the Architect, these materials shall be made available for his
inspection and decision as to whether the Owner will retain possession. Items
selected for retention shall be turned over to the Owner. These items shall be
delivered to a location on the premises selected by the Owner. Take reasonable
care to avoid damage to this material. If the Contractor fails to conform to this
requirement, he shall purchase and turn over to the Owner replacement material of
like kind and quantity.
B. All material not selected for retention by the Owner and debris shall be legally
disposed of by the Contractor.
PART 6 - EXECUTION
6.1 EXISTING CONDITIONS
A. Examine the structure, building, and conditions under which electrical work is to be
installed for conditions detrimental to proper and timely completion of electrical
work. Do not proceed with work until deficiencies or detrimental conditions have
been corrected. Report deficiencies or detrimental conditions of existing electrical
work which might be unsuitable to connect with or receive other work. Failure to so
report shall constitute acceptance of other work as being fit and proper for the
reception of electrical work.
B. Field trace all existing circuitry affected by the project to determine:
1. Source of supply or information collection point within the project area
2. Load or termination within the project area
3. Load or termination outside the project area, but supplied from or connected
to equipment within the project area
4. Loads supplied from and located outside of the project area, but have circuitry
within the project area.
1293492.1 TP-55
6.2 REMOVAL
A. All removal work required under this contract is not shown on the electrical
drawings. Refer to work of other divisions for contract work that may affect
existing electrical systems. Coordinate work between trades prior to bid.
B. Switchboards, panelboards, signaling and communication systems, other electrical
equipment free standing or surface mounted, raceway (exposed) and conductors;
which are not presently in service or will not be in service as a result of this contract
shall be removed.
C. Contractor shall remove all floor, wall or ceiling mounted outlet devices in the
"Removal" or "Demolition Area" indicated on the drawing, even if the equipment/or
device is not individually shown on the project drawings. Unused flush mounted
devices, outlet and other boxes in finished areas shall be removed from wall and
the remaining hole patched to match adjacent wall surfaces.
D. Unused raceways and wire shall be removed back to source if accessible,
otherwise cut flush at ceiling, floor or wall and fill with grout.
E. If Contractor questions whether a particular device is to be removed notify the
Architect noting type and location of device. If so directed the Contractor shall
maintain the existing device in service without any change in contract price.
F. Contractor shall divert all electrical demolition materials including, but not limited to
copper and aluminum cabling, fixture ballasts and lamps, enclosures, raceways
and bus ducts, to either a local recycling station or to the on-site recycling station
as provided by the General Contractor or Owner.
6.3 EXISTING SYSTEMS MAINTAINED
A. Maintain existing systems not identified for demolition. Maintaining existing
systems includes relocating the systems to coordinate with work of this contract,
when work of this contract cannot be done while the existing system is in its
present location.
B. Any existing wiring serving devices to remain in service and which may be affected
by work performed under this contract shall be rerouted to maintain circuit
continuity. Contractor shall assume the risk of maintaining existing systems,
except relocation of wiring of #2 AWG and above shall be considered an additional
cost if not shown to be relocated. If such wiring is found the Contractor shall notify
Architect Owner of wiring location, reason it must be removed and cost of
relocation and receive the Owner's approval before proceeding with the work.
C. Examine drawings of all disciplines to determine where work of other trades will or
is likely to require relocation of existing systems. Remove and relocate electrical
1293492.1 TP-56
equipment in the way of work of other trades. Exact relocation requirement of
existing systems to remain to be based on detailed coordination with other trades.
Contractor to provide proposed locations of relocated devices to Owner for
approval prior to commencement of work.
D. Relocation of any system shall be permanent.
E. Re-route existing circuits that are affected as a result of this contract that serve
devices to remain in service.
1. Power Circuits (Including removal or relocation of existing panelboards).
a. Prior to demolition work trace out and identify each branch circuit and
feeder circuit that serves loads in occupied areas.
b. Provide temporary wiring, schedule outage and reconnect loads to
temporary wiring.
c. Provide new wiring in new location.
d. Schedule outage, disconnect temporary wiring, and connect loads to
new wiring. Remove temporary wiring.
e. Outage for each circuit shall not be more than 20 minutes.
2. Signal and Communication Systems
a. Prior to demolition trace out and identify device and systems being
served.
b. Provide temporary wiring to maintain operation of system throughout
facility.
c. Schedule outage and connect to temporary wiring and test system.
d. Provide new wiring on new location.
e. Schedule outage, disconnect temporary wiring, and reconnect to new
wiring. Remove temporary wiring.
f. Outage for each system shall not be more than 20 minutes.
6.4 EXISTING SYSTEMS UPGRADED
A. Provide new raceway support system for all existing raceways that are to be
maintained in the project area in accordance with Section 260533 - Raceways and
Boxes for Electrical Systems and Section 260548 -Seismic Controls for Electrical
Systems.
B. Provide new earthquake support system for all existing fixtures in project area in
accordance with Section 265100 - Interior Lighting and Section 260548 - Vibration
and Seismic Controls for Electrical Systems. .
C. Provide an allowance of 1000 strap supports to be used to support any existing
unsupported Division 26, Division 27 or Division 28 system. Provide report at
weekly construction meetings indicating the number of strap supports installed the
previous week.
1293492.1 TP-57
6.5 TEMPORARY ELECTRICAL SYSTEMS
A. Provide temporary lighting, exit lighting, and fire notification in areas of construction
that will have ongoing or intermittent public access. Temporary lighting shall
comply with IES standards and other provisions of these specifications. Selected
light fixtures must have battery backup to allow for egress at all times. Indicate
path to nearest exit with exit signs. All temporary systems shall be removed after
they are no longer in operation.
B. Removing, temporary installation, and reinstalling in ceilings of light fixtures,
speakers, detectors, exit signs and other electrical equipment is not shown on the
drawings. The Contractor shall investigate the ceiling demolition work and include
appropriate temporary work in the bid. The sequence of work shall be (1) Remove
and store fixtures, detectors and speakers along with removal of ceiling, (2)
Provide temporary support for wired fixtures and devices to be reinstalled in new
ceiling at approximately the same location. Use chains for lighting fixture support.
(3) Clean and reinstall in the new or replaced ceilings. Provide new lamps when so
noted. Provide temporary relocation of exit signs to original location when exit is
reactivated.
6.6 WORK OUTSIDE OF REMODEL AREAS
A. Provide new wiring systems in concealed ceiling spaces, unless the structure is
open to the floor below.
B. For work outside of the project area assume that removal and replacement of
ceiling tiles is required in all finished areas. Spaces above existing ceilings are
highly congested.
C. Route wiring around obstructions and provide pull boxes per code. Carefully
remove, store or temporarily hang and re-install in undamaged condition all
electrical equipment, lighting fixtures and ceiling tiles where access to perform work
is required. Clean prior to re-installation. Provide new lamps when so noted.
6.7 NEW DEVICES IN REMODEL AREAS
A. Provide flush mounting for devices in existing walls. Fish conduit in wall. Where
existing boxes are indicated to be reused, extend box as necessary and provide
new devices and plates.
B. Contractor is cautioned that the existing building contains clay tile and concrete
walls. New devices may require cutting and patching, and it shall be the
responsibility of the contractor to provide all cutting and patching required for the
installation of the Division 26 work. Contractor shall investigate existing areas prior
to bid and shall include all costs of such work in the bid.
1293492.1 TP-58
C. This facility has wiring embedded in raceways in concrete slabs. Provide new
concealed wiring to last outlet or pull box before homerun to panel.
END OF SECTION
SECTION 26 05 19 - LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND
CABLES
PART 7 - GENERAL
7.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
Supplementary Conditions and Division 01 Specification Sections, apply to this
Section.
7.2 SUBMITTALS
A. Product Data: For each type of product.
B. Field quality-control reports.
PART 8 - PRODUCTS
8.1 CONDUCTORS AND CABLES
A. Manufacturers: Subject to compliance with requirements, available manufacturers
offering products that may be incorporated into the Work include, but are not
limited to, the following:
1.Alcan Products Corporation; Alcan Cable Division.
2.Alpha Wire.
3.Belden Inc.
4.Encore Wire Corporation.
5.General Cable Technologies Corporation.
6.Southwire Incorporated.
B. [Aluminum] [and] [Copper] Conductors: Comply with NEMA WC 70/ICEA S-95-
658.
C. Conductor Insulation: Comply with NEMA WC 70/ICEA S-95-658 for [Type THW-
2] [Type THHN-THWN] [Type XHHW-2] [Type UF] [Type USE] [and] [Type SO].
1293492.1 TP-59
D. Multi-conductor Cable: Comply with NEMA WC 70/ICEA S-95-658 for [armored
cable, Type AC] [metal-clad cable, Type MC] [mineral-insulated, metal-
sheathed cable, Type MI] [nonmetallic-sheathed cable, Type NM] [Type SO]
[and] [Type USE] with ground wire.
E. Fire Rated Cable: Compliant with application.
1. Underwriter’s Laboratories Circuit Integrity Systems FHIT 120. Type RHW in
compatible raceway (horizontal runs only).
2. [Underwriter’s Laboratories Fire Resistive Cable (FHJR). Mineral
Insulated Cable. Complete with mounting provisions, termination and
isolation appurtenances.]
3. [MC Cable, 90C Certified to UL 2196, FHIT 120 minutes. Suitable for
horizontal and vertical applications.]
8.2 CONNECTORS AND SPLICES
A. Manufacturers: Subject to compliance with requirements, available manufacturers
offering products that may be incorporated into the Work include, but are not
limited to, the following:
1.AFC Cable Systems, Inc.
2.Gardner Bender.
3.Hubbell Power Systems, Inc.
4.Ideal Industries, Inc.
5.Ilsco; a branch of Bardes Corporation.
6.NSi Industries LLC.
7.O-Z/Gedney; a brand of the EGS Electrical Group.
8.3M; Electrical Markets Division.
9.Tyco Electronics.
B. Description: UL listed, factory-fabricated connectors and splices of size, ampacity
rating, material, type, and class for application and service indicated.
C. For #14 through #10 AWG wire sizes, provide insulated spring wire connectors or
insulated compression connectors.
D. For #8 AWG wire, use solderless pressure connectors with insulating sleeves.
E. For #6 AWG and through #2, optional use split bolt connectors with manufactured
insulation covers or tape sufficient to provide 150% insulation level.
F. For #6 and larger: Compression connectors using compression dies designed for
the exact connector being terminated. Provide insulting sleeves manufactured
specifically for the connector being used. Mechanical termination integral to
overcurrent protective devices are also acceptable.
1293492.1 TP-60
8.3 SYSTEM DESCRIPTION
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 NFPA 70.
PART 9 - EXECUTION
9.1 CONDUCTOR MATERIAL APPLICATIONS
A. Feeders: [Copper] [Copper for feeders smaller than No. 4 AWG; copper or
aluminum for feeders No. 4 AWG and larger]. Solid for No. 10 AWG and
smaller; stranded for No. 8 AWG and larger.
B. Branch Circuits: Copper. Solid for [No. 10] [No. 12] AWG and smaller; stranded
for [No. 8] [No. 10] AWG and larger, except VFC cable, which shall be extra
flexible stranded.
9.2 CONDUCTOR INSULATION AND MULTICONDUCTOR CABLE APPLICATIONS
AND WIRING METHODS
A. Service Entrance: [Type THHN-THWN, single conductors in raceway]
[Type XHHW-2, single conductors in raceway].
B. Exposed Feeders and Branch Circuits: Type THHN-THWN, single conductors in
raceway.
C. Feeders and Branch Circuits Concealed in Ceilings, Walls, Partitions, and
Crawlspaces: Type THHN-THWN, single conductors in raceway.
D. Feeders and Branch Circuits Concealed in below grade concrete walls, below
Slabs-on-Grade, and Underground: Type XHHW-2, single conductors in raceway.
E. Feeder and Branch Circuits exposed above roofing: XHHW-2.
F. Feeders Installed below Raised Flooring: [Type THHN-THWN, single conductors
in raceway] [Armored cable, Type AC] [Metal-clad cable, Type MC].
G. Feeders in Cable Tray: [Type THHN-THWN and VW-1, single conductors in
raceway].
H. Fire Rated Feeders: Mineral-insulated, metal-sheathed cable, Type MI. Installed
within the limitations of the product listing and in accordance with manufacturer’s
1293492.1 TP-61
instruction. Routing shall provide access for maintenance. Rigidly secure
manufacturer’s cable supports to structure.
I. Cord Drops and Portable Appliance Connections: Type SO, hard service cord with
stainless-steel, wire-mesh, strain relief device at terminations to suit application.
J. Variable Frequency Controller Output Circuits: Type XHHW-2 in metal conduit.
9.3 INSTALLATION OF CONDUCTORS AND CABLES
A. Conceal cables in finished walls, ceilings, and floors unless otherwise indicated.
B. Complete raceway installation between conductor and cable termination points
according to Section 260533 "Raceways and Boxes for Electrical Systems" prior to
pulling conductors and cables.
C. Use manufacturer-approved pulling compound or lubricant where necessary;
compound used must not deteriorate conductor or insulation. Do not exceed
manufacturer's recommended maximum pulling tensions and sidewall pressure
values.
D. Use pulling means, including fish tape, cable, rope, and basket-weave wire/cable
grips, that will not damage cables or raceway.
E. Install exposed cables parallel and perpendicular to surfaces of exposed structural
members, and follow surface contours where possible.
F. Support cables according to Section 260529 "Hangers and Supports for Electrical
Systems."
G. Complete cable tray systems installation according to Section 260536 "Cable Trays
for Electrical Systems" prior to installing conductors and cables.
9.4 CONNECTIONS
A. Tighten electrical connectors and terminals according to manufacturer's published
torque-tightening values. If manufacturer's torque values are not indicated, use
those specified in UL 486A-486B.
B. Make splices, terminations, and taps that are compatible with conductor material
and that possess equivalent or better mechanical strength and insulation ratings
than unspliced conductors.
1. Use oxide inhibitor in each splice, termination, and tap for aluminum
conductors.
1293492.1 TP-62
C. Wiring at Outlets: Install conductor at each outlet, with at least 6 inches (150 mm)
of slack.
9.5 IDENTIFICATION
A. Identify and color-code conductors and cables according to Section 260553
"Identification for Electrical Systems."
B. Identify each spare conductor at each end with identity number and location of
other end of conductor, and identify as spare conductor.
9.6 PENETRATIONS
A. Penetrate fire barriers, smoke barriers, vapor barriers, roofing materials and other
rated architectural elements in a manner that preserves the rating of the
architectural element.
B. Apply firestopping to electrical penetrations of fire-rated floor and wall assemblies
to restore original fire-resistance rating of assembly according to Section 078413
"Penetration Firestopping."
9.7 FIELD QUALITY CONTROL
A. Testing Agency: Engage a qualified testing agency to perform tests and
inspections.
B. Manufacturer's Field Service: Engage a factory-authorized service representative
to test and inspect components, assemblies, and equipment installations, including
connections.
C. Perform the following tests and inspections:
1. Perform each visual and mechanical inspection and electrical test stated in
NETA Acceptance Testing Specification. Certify compliance with test
parameters.
2. Infrared Scanning: After Substantial Completion, but not more than 60 days
after Final Acceptance, perform an infrared scan of each splice in conductors
No. 3 AWG and larger. Remove box and equipment covers so splices are
accessible to portable scanner. Correct deficiencies determined during the
scan.
a. Follow-up Infrared Scanning: Perform an additional follow-up infrared
scan of each splice 11 months after date of Substantial Completion.
b. Instrument: Use an infrared scanning device designed to measure
temperature or to detect significant deviations from normal values.
Provide calibration record for device.
1293492.1 TP-63
c. Record of Infrared Scanning: Prepare a certified report that identifies
splices checked and that describes scanning results. Include notation of
deficiencies detected, remedial action taken and observations after
remedial action.
D. Test and Inspection Reports: Prepare a written report to record the following:
1. Procedures used.
2. Results that comply with requirements.
3. Results that do not comply with requirements and corrective action taken to
achieve compliance with requirements.
E. Cables will be considered defective if they do not pass tests and inspections.
END OF SECTION
SECTION 26 05 33 - RACEWAYS AND BOXES
PART 10 - GENERAL
10.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
Supplementary Conditions and Division 01 Specification Sections, apply to this
Section.
10.2 DEFINITIONS
A. AASHTO American Association of State Highway and Transportation Officials
B. ARC: Aluminum rigid conduit.
C. EMT: Electrical metallic tubing.
D. EPDM: Ethylene-propylene-diene terpolymer rubber.
E. FMC: Flexible metal conduit
F. GRC: Galvanized rigid steel conduit.
1293492.1 TP-64
G. IMC: Intermediate metal conduit.
H. LFMC: Liquid tight flexible metal conduit.
I. LFNC: Liquidtight flexible nonmetallic conduit.
J. NBR: Acrylonitrile-butadiene rubber.
K. RNC: Rigid nonmetallic conduit.
L. SCTE Society of Cable Telecommunications Engineers
10.3 SUBMITTALS
A. Product Data: For surface raceways, wireways and fittings, floor boxes, hinged-
cover enclosures, cabinets, and handholes.
B. LEED Submittals:
1. Product Data for Credit IEQ 4.1: For solvent cements and adhesive primers,
documentation including printed statement of VOC content.
2. Laboratory Test Reports for Credit IEQ 4: For solvent cements and adhesive
primers, documentation indicating that products comply with the testing and
product requirements of the California Department of Health Services'
"Standard Practice for the Testing of Volatile Organic Emissions from Various
Sources Using Small-Scale Environmental Chambers."
C. Shop Drawings: Include plans, elevations, sections, and attachment details, and
attachments to other work for the following:
1. Custom enclosures and cabinets.
2. For handholes and boxes for underground wiring with any dimension in
excess of 30 inches, include the following:
a. Duct entry provisions, including locations and duct sizes.
b. Frame and cover design.
c. Grounding details.
d. Dimensioned locations of cable rack inserts, and pulling-in and lifting
irons.
e. Joint details.
D. Coordination Drawings: Conduit routing plans, drawn to scale, on which the
following items are shown and coordinated with work of other trades, using input
from installers of items involved:
1. Structural members in paths of conduit groups with common supports.
2. HVAC and plumbing items and architectural features in paths of conduit
groups with common supports.
1293492.1 TP-65
PART 11 - PRODUCTS
11.1 GENERAL
A. Listing and Labeling: Products shall be listed and labeled as defined in NFPA 70,
by a qualified testing agency, and marked for intended location and application.
B. Comply with NFPA 70 requirements.
C. Minimum Raceway Size: 1/2-inch (16-mm) trade size.
11.2 METAL CONDUITS, TUBING, AND FITTINGS
A. 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 Company.
6. Eaton
7. Maverick Tube Corporation.
8. O-Z/Gedney – Emerson
9. Western Tube and Conduit Corporation.
10. Wheatland Tube Company; a division of John Maneely Company.
B. Conduit
1. GRC: Comply with ANSI C80.1 and UL 6. Hot dipped zinc galvanized.
2. ARC: Comply with ANSI C80.5 and UL 6A.
3. IMC: Comply with ANSI C80.6 and UL 1242.
4. FMC: Comply with UL 1; zinc-coated steel or aluminum.
5. LFMC: Flexible steel conduit with PVC jacket and complying with UL 360.
6. Fittings: Comply with NEMA FB 1 and UL 514B.
a. Hazardous (Classified) Locations: Comply with UL 886 and NFPA 70.
b. Material: Match conduit material.
c. Type: Threaded, compression or split.
7. Joint Compound: Approved, as defined in NFPA 70, by authorities having
jurisdiction for use in conduit assemblies, and compounded for use to
lubricate and protect threaded conduit joints from corrosion and to enhance
their conductivity.
C. EMT: Comply with ANSI C80.3 and UL 797.
1. Couplings: Setscrew or compression. Steel. May be constructed
integral with tubing.
2. Indentor, Tap On, and Die Cast fittings are not acceptable.
1293492.1 TP-66
D. Deflection/Expansion Fittings: Comply with UL 651, rated for environmental
conditions where installed, and including flexible internal or external bonding
jumper.
11.3 NONMETALLIC CONDUIT AND FITTINGS
A. Manufacturers: Subject to compliance with requirements, provide products by one
of the following
1. AFC Cable Systems, Inc.
2. Anamet Electrical, Inc.
3. Arnco Corporation.
4. Carlon
5. CANTEX Inc.
6. CertainTeed Corp.
7. Condux International, Inc.
8. ElecSYS, Inc.
9. Electri-Flex Company.
10. Lamson & Sessions; Carlon Electrical Products.
11. Manhattan/CDT/Cole-Flex.
12. RACO; a Hubbell company.
13. Thomas & Betts Corporation.
B. RNC
1. Complying with NEMA TC 2 and UL 651. Type EPC-40-PVC and Type EPC-
80-PVC.
2. Fittings: Comply with NEMA TC 3; match to conduit or tubing type and
material. Couplings may be constructed integral to raceway.
C. LFNC: Comply with UL 1660. Fittings shall comply with UL 514B
D. ENT: Comply with NEMA TC 13 and UL 1653.
1. Sizes up to 1 inch maximum.
2. Transition adapters for interfacing with other systems.
E. Solvent cements and adhesive primers shall have a VOC content of 510 and
550 g/L or less, respectively, when calculated according to 40 CFR 59, Subpart D
(EPA Method 24).
F. Solvent cements and adhesive primers shall comply with the testing and product
requirements of the California Department of Health Services' "Standard Practice
for the Testing of Volatile Organic Emissions from Various Sources Using Small-
Scale Environmental Chambers."
1293492.1 TP-67
11.4 METAL WIREWAYS AND AUXILIARY GUTTERS
A. Manufacturers: Subject to compliance with requirements, provide products by one
of the following
1. Eaton-Cooper B-Line, Inc.
2. Hoffman; a Pentair company.
3. Husky
4. Schneider Electric.
B. Construction:
1. Sheet metal: sized and shaped as indicated,
2. Indoors: NEMA 250, Type 1, hinged cover.
3. Outdoors and unheated spaces: NEMA 250 Type 3R, Flanged and gasketed
cover.
4. Stainless steel Type 4X in kitchens, sterilization rooms, laundry, washdown,
and similar environments. Flanged and gasketed cover.
C. 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.
D. Finish: Manufacturer's standard enamel finish.
11.5 SURFACE RACEWAYS
A. Surface Metal Raceways: Galvanized steel with snap-on covers complying with
UL 5. Manufacturer's standard enamel finish and color.
B. Manufacturers: Subject to compliance with requirements, provide products by one
of the following
1. Thomas & Betts Corporation.
2. Walker Systems, Inc.; Wiremold Company (The).
3. Wiremold Company (The); Electrical Sales Division.
11.6 BOXES, CABINETS, ENCLOSURES
A. Suitable and listed for the environment in which they are installed per UL 50 and
NEMA 250.
1. Indoors: NEMA 250, Type 1.
2. Outdoors: NEMA 250 Type 3R, Flanged and gasketed cover.
3. Stainless steel Type 4X in kitchens, sterilization rooms, laundry, washdown,
and similar environments. Flanged and gasketed cover.
B. Manufacturers: Subject to compliance with requirements, provide products by one
of the following
1293492.1 TP-68
1. Eaton.
2. EGS/Appleton Electric.
3. Erickson Electrical Equipment Company.
4. Pentair - 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.
C. Sheet Steel Gage (Any Direction)
1. Less than 24”: 14 USS gauge.
2. Greater than 24”: 12 USS gauge.
D. Outlet and Device Boxes
1. Sheet Metal Outlet and Device Boxes: Comply with NEMA OS 1 and
UL 514A.
2. Cast-Metal Outlet and Device Boxes: Comply with NEMA FB 1, galvanized
ferrous alloy for use with IMC and RMC, aluminum for use with ARC,
Type FD.
3. Nonmetallic Outlet and Device Boxes: Comply with NEMA OS 2 and
UL 514C.
4. Luminaire Outlet Boxes: Nonadjustable, designed for attachment of luminaire
weighing 50 lb (23 kg). Outlet boxes designed for attachment of luminaires
weighing more than 50 lb (23 kg) shall be listed and marked for the maximum
allowable weight.
5. Wall Device Box Dimensions: Minimum depth 2-1/8 inches. Gangable boxes
are permitted.
6. Floor Boxes
a. Fully adjustable, Sheet Metal or Cast Metal
b. Barrier to isolate power and communication outlets
c. Coverplate: Flush with floor with free swinging hinged door to access
outlets. Finish: Gray, Brown, or flanged with insert space to match
floor finish
7. Box extensions used to accommodate new building finishes shall be of same
material as recessed box.
E. Pull and Junction Boxes
1. Small Sheet: NEMA OS 1.
2. Cast-Metal: Comply with NEMA FB 1 and UL 1773, cast aluminum or
galvanized cast iron with gasketed cover.
3. Access Cover as follows, unless otherwise indicated:
1293492.1 TP-69
a. Screw Cover:
1) Both cover dimensions less than 30 inches
2) In line pulls with one cover dimension less than 16 inches
b. Either cover dimension greater than 30 inches: One or more hinged
cover(s) with Latch.
F. Cabinets and Enclosures
1. Finished inside and out with manufacturer's standard enamel.
2. Access Door:
a. Hinged with key latch to match panelboards.
b. Three point latch when dual doors are in use or when hinged side
exceeds 47 inches.
c. Gasketed
3. Metal barriers to separate wiring of different systems and voltage.
4. Labeled with appropriate safety warnings
5. Accessory feet where required for freestanding equipment.
6. Interior Panels: Steel; all sides finished with manufacturer's standard enamel.
Removeable. Hardware and accessories suitable for supporting equipment.
7. Provisions for seismic anchoring and deflection per Section 260548 Seismic
Controls for Electrical Systems.
8. Lugs for grounding conductor(s) bonded to enclosure.
9. Accessories:
a. Door Pocket for wiring diagram
b. Convenience Light and Receptacle
c. Environmental control system to support operating range of
internal equipment. Filtered ventilation.
d. Terminal Blocks: Tin plated copper, 600Volt, individually
removable, DIN rail mounted. For termination of all incoming and
outgoing wiring.
e. Wire Channels: Nylon or PVC. Arranged alongside of equipment
and sized per wiring requirements.
11.7 HANDHOLES AND BOXES FOR EXTERIOR UNDERGROUND WIRING
A. Manufacturers: Subject to compliance with requirements, provide products by one
of the following:
a. Armorcast Products Company.
b. Carson Industries LLC.
c. CDR Systems Corporation; Hubbell Power Systems.
d. NewBasis.
e. Oldcastle Precast, Inc.;
B. Construction:
1. Load Rating:
1293492.1 TP-70
a. Type A, Pedestrian with incidental vehicular traffic: ANSI/SCTE 77
Tier 8. Material shall be:
1) Polymer-Concrete Handholes and Boxes and Cover: Molded
of sand and aggregate, bound together with polymer resin,
and reinforced with steel, fiberglass, or a combination of the
two.
2) Fiberglass-reinforced polyester resin.
b. Type B, Traffic Rated: AASHTO H-20. Precast Concrete with
diamond plate cover.
2. Configuration: Designed for flush burial with open or closed bottom.
3. Cover:
a. Secured by tamper-resistant locking devices.
b. Nonskid finish shall have a minimum coefficient of friction of 0.50.
c. Legend: Molded lettering, "ELECTRIC.", "COMMUNICATION” “FIRE
ALARM or as otherwise appropriate to the system.
4. Conduit Entrance Provisions: Conduit-terminating fittings shall mate with
entering ducts for secure, fixed installation in enclosure wall.
11.8 PENETRATIONS
A. Sleeves and seals associated with penetrations shall preserve the fire, thermal,
water, or other rating of the penetrated element. Refer to Division 7 for Penetration
Firestopping products.
B. Wall Sleeves
1. Steel Pipe Sleeves: ASTM A 53/A 53M, Type E, Grade B, Schedule 40, zinc
coated, plain ends.
2. Cast-Iron Pipe Sleeves: Cast or fabricated "wall pipe," equivalent to ductile-
iron pressure pipe, with plain ends and integral waterstop unless otherwise
indicated.
3. Sleeves for Conduits Penetrating Non-Fire-Rated Gypsum Board Assemblies:
Galvanized-steel sheet; 0.0239-inch (0.6-mm) minimum thickness; round tube
closed with welded longitudinal joint, with tabs for screw-fastening the sleeve
to the board.
C. Compressive Seals:
1. Modular sealing device, designed for field assembly, to fill annular space
between sleeve and raceway.
2. Manufacturers: Subject to compliance with requirements, provide products by
one of the following:
a. Eaton/Crouse Hinds Link Seal.
b. Emerson/OZ Gedney
3. Sleeve or body casting: Cast iron, cast in place or core drill.
4. Sealing Elements EPDM rubber interlocking links shaped to fit surface of
pipe. Include type and number required for pipe material and size of pipe.
1293492.1 TP-71
5. Pressure Plates: Glass Reinforced Nylon or PVC coated stainless steel
6. Connecting Bolts and Nuts: 316 type Stainless steel of length required to
secure pressure plates to sealing elements.
7. Completed assembly suitable rated at 20 psig or 40 feet of head.
D. Raceway Seal Fittings
1. General
a. For use with GRC or IMC. Sealant fill, wire fill provisions and orientation
to match application, location and containment requirement.
b. Sealing system, may be removed for replacement of wire without
affecting integrity of raceway system.
c. Sealant or sealing material furnished by fitting manufacturer to match
application and be compatible with wire insulation type and thermal
rating.
2. Foam Sealant: High expansion, two part urethane foam, 120 lb compressive
strength and capable of withholding 22 feet of water head pressure.
Complies with UL 94 fire rating HBF. American Polywater FST or equal.
3. Sealing Bushings: Slotted PVC coated steel discs; neoprene sealing ring;
stainless steel socket head cap screws and washers. Custom holes drilled to
accommodate cables. Stainless steel socket head screws. Hot dipped
galvanized malleable or ductile iron locking collars. Seals against gas or fluid
pressure of 50 psig. O-Z Gedney CSB series.
4. In Line Epoxy Cement Fill Fittings: For control of gasses and vapors, rated
for 40% fill, liquid epoxy sealant, Emerson EY or EYAX series or equal.
5. Comply with UL 1203 for explosion proof and dust ignition proof
environments.
PART 12 - EXECUTION
12.1 GENERAL
A. Comply with NECA 1 and NECA 101 for installation requirements except where
requirements on Drawings or in this article are stricter. Comply with NECA 102 for
aluminum conduits.
B. Comply with NFPA 70.
C. Comply with requirements in Division 26 Sections "Hangers and Supports for
Electrical Systems" and “Seismic Controls for Electrical Systems” for hangers and
supports.
D. Determine optimal raceway routes that result in coordination with all building
systems. Determine pull box quantities, sizes and locations.
1293492.1 TP-72
12.2 RACEWAY APPLICATION
A. Outdoors: Apply raceway products as specified below unless otherwise indicated:
1. Exposed Conduit: GRC, IMC,.
2. Concealed Conduit, Aboveground: GRC, IMC, EMT.
3. Underground Conduit: RNC, Type EPC-80-PVC, Type EPC-40-PVC.
4. Boxes and Enclosures, Aboveground: NEMA 250, Type 4X, 4, or 3R
5. Handholes and Boxes, Underground: Provide boxes suitable for the load
rating and the application.
B. Indoors
1. Exposed, Not Subject to Physical Damage: EMT, IMC, GRC.
2. Exposed and Subject to Damage: GRC, IMC.
a. Raceway locations include the following (any height):
1) Loading dock.
2) Gymnasiums
b. Raceway locations include the following, when below 8 feet above floor:
1) Corridors used for traffic of mechanized carts, forklifts, and pallet-
handling units.
2) Mechanical rooms.
3. Concealed in Ceilings and Interior Walls and Partitions: EMT.
4. Damp or Wet Locations: GRC, IMC.
5. Boxes and Enclosures: NEMA 250, Type 1, except use NEMA 250, Type 4X
stainless steel in institutional and commercial kitchens, trash compactor
areas, at sump pumps, and similar damp, wet or corrosive locations.
C. In Slabs: Not permitted.
D. Connection to Vibrating Equipment (Including Transformers and Hydraulic,
Pneumatic, Electric Solenoid, or Motor-Driven Equipment): FMC, except use
LFMC in fire pump rooms, damp locations, and wet locations.
E. Raceway Fittings: Compatible with raceways and suitable for use and location.
1. Rigid and Intermediate Steel Conduit: Use threaded rigid steel conduit fittings
unless otherwise indicated. Comply with NEMA FB 2.10.
2. PVC Externally Coated, Rigid Steel Conduits: Use only fittings listed for use
with this type of conduit. Patch and seal all joints, nicks, and scrapes in PVC
coating after installing conduits and fittings. Use sealant recommended by
fitting manufacturer and apply in thickness and number of coats
recommended by manufacturer.
3. EMT: Use compression or setscrew fittings. Comply with NEMA FB 2.10.
Cast metal fittings are not acceptable
4. Flexible Conduit: Use only fittings listed for use with flexible conduit. Comply
with NEMA FB 2.20.
1293492.1 TP-73
F. Install nonferrous conduit or tubing for circuits operating above 60 Hz. Where
aluminum raceways are installed for such circuits and pass through concrete,
install in nonmetallic sleeve.
12.3 INSTALLATION
A. Install raceways parallel or perpendicular to structural building lines. Conceal
conduit and EMT within finished walls, ceilings, and floors except as follows:
1. In rooms without a dropped ceiling.
2. In non-public spaces such as mechanical, electrical, communication rooms.
3. Parking garages.
4. Unless otherwise indicated.
B. Do not route:
1. Parallel horizontal runs of raceways within 6 inches (150 mm) or directly
above flues, steam, or hot-water piping.
2.Nonmetallic conduit where ambient temperature exceeds 120 deg F (49 deg
C)
3. Aluminum conduits or fittings in contact with concrete or earth.
C. Complete raceway installation before starting conductor installation.
D. Anchors and Supports:
1. Positively attach raceways, boxes, and enclosures to structure, do not attach
to supports for mechanical or other non-electrical systems.
2. Support raceways within 12 inches (300 mm) of enclosures to which
attached.
3. Set boxes, enclosures, and cabinets plumb.
E. Raceway Terminations:
1. Cut conduit perpendicular to the length. For conduits 2-inch (53-mm) trade
size and larger, use roll cutter or a guide to make cut straight and
perpendicular to the length.
2. Locations Subject to Moisture or Vibration: Use insulating bushings to protect
conductors.
3. Terminate threaded conduits into threaded hubs or with locknuts on inside
and outside of boxes or cabinets. Install bushings on conduits up to 1-1/4-
inch (35mm) trade size and insulated throat metal bushings on 1-1/2-inch (41-
mm) trade size and larger conduits terminated with locknuts. Install insulated
throat metal grounding bushings on service conduits.
4. Install raceways square to the enclosure and terminate at enclosures with
locknuts. Install locknuts hand tight plus 1/4 turn more.
5. Do not rely on locknuts to penetrate nonconductive coatings on enclosures.
Remove coatings in the locknut area prior to assembling conduit to enclosure
to assure a continuous ground path.
1293492.1 TP-74
6. 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.
F. 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. Cap, plug or compressive seal
underground raceways designated as spare at point of below grade entry into
building or at first pulling access point.
G. Raceways Embedded in Slabs:
1. Only use in floors and slabs that are not-fire rated, or where
manufacturer obtains approval of authority having jurisdiction by
submitting appropriate documentation.
2. Run conduits, parallel or at right angles to main reinforcement. Where
at right angles to reinforcement, place conduit close to slab support.
Secure raceways to reinforcement at maximum10-foot (3-m) intervals.
Crossovers of raceways shall not exceed minimum cover requirements.
3. Arrange raceways to keep a minimum of 1.5 inches (50 mm) of concrete
cover in all directions. Tie to rebar at intervals which will preserve
minimum cover and prevent flotation.
4. Do not embed threadless fittings in concrete.
5. Change from nonmetallic to metallic raceway before rising above floor.
H. Stub-ups:
1. Above Recessed Ceilings: Use a raceway bushing or insulated fitting to
terminate stub-ups not terminated in hubs or in an enclosure.
2. Through slab, comply with either:
a. Arrange stub-ups so curved portions of bends are not visible above
finished slab.
b. Terminate conduit at threaded GRC coupling with top of coupling 1/8”
below top of slab.
I. Outlet and Device Boxes:
1. Mount outlet boxes at heights indicated on Drawings. If mounting heights of
boxes are not individually indicated, give priority to ADA requirements. Install
wall outlet boxes with height measured to center of box unless otherwise
indicated.
2. Recessed Boxes in Masonry Walls: Saw-cut opening for box in center of cell
of masonry block, and install box flush with surface of wall. Prepare block
surfaces to provide a flat surface for a rain-tight connection between box and
cover plate or supported equipment and box.
3. Horizontally separate boxes mounted on opposite sides of walls so they are
not in the same vertical channel. Do not compromise wall ratings for fire and
sound separation.
4. Locate boxes so that cover or plate will not span different building finishes.
1293492.1 TP-75
5. Support boxes of three gangs or more from more than one side by spanning
two framing members or mounting on brackets specifically designed for the
purpose.
6. Box construction and size to match device requirements. Where device is
furnished under this or other Divisions of this specification obtain
requirements prior to roughing in.
7. Set floor boxes level and adjust to match finished floor surface.
8. Provide cast outlet boxes in exterior, wet, or cast in concrete locations.
J. Surface Raceways:
1. Install surface raceways only where indicated.
2. Install surface raceway with a minimum 2-inch (50-mm) radius control at bend
points.
3. Secure surface raceway with screws or other anchor-type devices at intervals
not exceeding 48 inches (1200 mm) and with no less than two supports per
straight raceway section. Support surface raceway according to
manufacturer's written instructions. Tape and glue are not acceptable support
methods.
K. Movement:
1. General
a. Select raceway elements to accommodate the expected movement. Set
initial position of raceway movement element as appropriate to
accommodate ultimate worst case movement.
b. Install raceway supports to allow for expansion movement.
c. Provide bonding jumper for fittings without a continuous ground path.
2. Raceway thermal performance:
a. Install in each run of aboveground metallic raceway that is located
where environmental temperature change may exceed 100 deg F (55
deg C) and that has straight-run length that exceeds 100 feet (30 m).
b. Install fitting(s) that provide expansion and contraction for at least
0.000078 inch per foot of length of straight run per deg F (0.0115 mm
per meter of length of straight run per deg C) of temperature change for
metal conduits.
3. Structural and Architectural Elements: Install expansion fittings or flexible
raceways at all locations where raceways cross building or structure
expansion joints. Install each expansion-joint fitting with position, mounting,
and piston setting selected according to manufacturer's written instructions for
conditions at specific location at time of installation.
4. Where piston fittings are used provide slack conductor in adjacent pull boxes
or equipment to alleviate stress on conductor terminations during expansion
joint movement.
L. Flexible Conduit Connections: Comply with NEMA RV 3. Use a maximum of 72
inches (1830 mm) of flexible conduit for recessed and semi-recessed luminaires,
equipment subject to vibration, noise transmission, transformers and motors.
1293492.1 TP-76
12.4 UNDERGROUND RACEWAY SYSTEMS
A. Refer to Division 31 Section "Earth Moving." For trenching and backfill. Excavate
trench bottom to provide firm and uniform support.
B. Direct-Buried Conduit:
1. Trade size minimum: 1 inch, except ¾ inch may be used for runs shorter
than 30 feet.
2. Comply with manufacturer's written instructions for solvent welding RNC and
fittings.
3. After installing conduit, backfill and compact soil. 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.
4. Install manufactured rigid steel conduit elbows for stub-ups at poles and
equipment and at building entrances through floor. Cover exterior of conduit
from 3 inches above grade to 12 inches below grade with a bitumastic tape or
coating.
a. Couple steel conduits to ducts with adapters designed for this purpose,
and encase coupling with 3 inches (75 mm) of concrete for a minimum
of 12 inches (300 mm) on each side of the coupling.
b. For stub-ups at equipment mounted on outdoor concrete bases and
where conduits penetrate building foundations, extend steel conduit
horizontally a minimum of 60 inches (1500 mm) from edge of foundation
or equipment base. Install insulated grounding bushings on
terminations at equipment.
5. Underground Warning Tape: Comply with requirements in Division 26
Section "Identification for Electrical Systems."
6. Raceways routed under slab on grade shall be kept a minimum of six inches
below the underside of the slab.
C. Handholes and Boxes
1. 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.
2. 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.
3. 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.
Provide offset risers to match slope of cover to slope of finished grade.
4. Install handholes with bottom below frost line.
1293492.1 TP-77
5. 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.
12.5 SEALS
A. Select seals as appropriate for the element (ie: liquids, gasses, dust, and/or vapor)
the seal is isolating.
B. Follow manufacturer’s instructions when installing sealants and seal fittings.
C. Location:
1. Seal fitting shall be accessible.
2. Locate seal fittings so no fittings or boxes are between the seal and the
element requiring isolation.
3. For concealed raceways, install each fitting in a flush steel box with a blank
cover plate having a finish like that of adjacent plates or surfaces.
D. Transition to RMC or IMC where required by code or seal fitting application.
E. Seal the following points:
1. Where raceways pass from warm to cold locations:
a. Boundaries of refrigerated spaces
b. Boundaries between heated and unheated spaces.
2. Raceway connections to continually wet environments such as sumps and
wells.
3. To limit transmittance of hazardous liquids, gasses, dust, and/or vapors.
4. Where raceways 2” and larger rise from below grade to terminate at stand or
slab mounted exterior utilization equipment.
12.6 PENETRATIONS
A. Penetrate fire barriers, smoke barriers, vapor barriers, acoustic barriers,
waterproofing, roofing materials, floors, walls, foundations, and other rated
architectural and structural elements and assemblies in a manner that preserves
the integrity of the rating and the intended performance.
1. Install firestopping at penetrations of fire-rated floor and wall assemblies.
Comply with requirements in Division 07 requirements for penetration
firestopping.
2. Roof penetrations shall be made in accordance with the recommendations of
the roofing system supplier and shall not compromise the roofing warranty.
B. Penetration of below grade walls and slab on grade:
1. Comply with either of the following:
1293492.1 TP-78
a. Cast raceways into wall or slab.
b. Provide sleeve and compression seal between sleeve and raceway.
The compression seal manufacturer shall have documentation indicating
that the sleeve is compatible with the seal.
2. Seal interior of raceways:
a. Seal Bushings: Utilize at all penetrations where other seals are not
specified. Provide a pull box for sealing bushing(s) at point of entry
when end use equipment is located away from wall or elevated above
slab.
b. Foam Sealant:
1) For phase conductor sizes #2 AWG and smaller.
2) For feeder (not service) phase conductor sizes larger than
#2AWG, where no portion of the raceway entering the building or
equipment travels below grade at a height that is above the point
of entry or the point of raceway termination at the equipment
3) Apply foam sealant at raceway entry point into first interior and
exterior pull point.
4) Apply foam sealant at all raceways entering handholes and
manholes.
c. Below slab raceways are not required to be sealed when the following
conditions are met:
a) The raceway travels below slab from one interior building
point to another, and the slab entrance and exit points are at
same height.
b) The raceway horizontal travel distance is less than 20 feet or
the raceway is less than 2” in diameter and the horizontal
travel distance is less than 100 feet.
12.7 PROTECTION
A. Protect coatings, finishes, and cabinets from damage and deterioration.
1. Repair damage to galvanized finishes with zinc-rich paint recommended by
manufacturer.
2. Repair damage to PVC coatings or paint finishes with matching touchup
coating recommended by manufacturer.
END OF SECTION
SECTION 26 05 40 - ELECTRICAL SITE WORK
1293492.1 TP-79
PART 13 - GENERAL
13.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
Supplementary Conditions and Division 1 Specification Sections, apply to this
Section.
B. Comply with OSHA standards and criteria.
PART 14 - PRODUCTS
14.1 CONCRETE MIXES
A. Concrete shall be American Public Works Association Class 3000, manufactured
with 1/2 inch aggregate and ASTM C150 Type 1 or Type 11 cement.
14.2 ASPHALT
A. Asphalt shall match the standard specifications of the local municipality for public
roads adjoining the site.
14.3 CRUSHED ROCK
A. Crushed rock shall be 1 1/4" minus unless smaller is required for bedding
material.
14.4 SAND
A. Sand shall be clean and washed building sand.
14.5 TOPSOIL
A. Finish course of topsoil shall be adequate to support replanted or replacement
vegetation. Sandy loam, garden mulch, ½’screen, less than 30% mineral
aggregates.
1293492.1 TP-80
14.6 SOD
A. New sod shall be mature, densely rooted grass 99% free of weeds and
objectionable grasses.
14.7 PLANTS
A. Plants shall be obtained from a local commercial nursery and be of the same type
and maturity as the existing plants.
1. Use native, non-invasive and drought resistant plants to reduce water use
and limit negative impact on surrounding existing species.
2. From a green nursery that limits use of fertilizers.
3. One year warranty
PART 15 - EXECUTION
15.1 GENERAL
A. Prior to completion of work Contractor shall return site to the condition it was in
before work commenced.
B. Where existing materials must be removed to support electrical site work
replacement materials shall be of the same type and quality, unless type and
quality are defined herein.
15.2 EXISTING UTILITIES
A. The existing utilities shown on the contract drawings have been plotted from
available records. No guarantee is made to the accuracy of the locations indicated,
and is shown for whatever benefit the Contractor may derive therefrom.
B. Contact all serving utilities and have them locate their lines prior to commencing
work. Forty-eight (48) hours prior to commencing work telephone "Call Before You
Dig" at 1-800-424-5555. The Contractor shall also have the Owner locate all utility
lines prior to commencing work.
C. Protect shown, visible and located utilities from damage. Promptly repair all active
shown, visible and located utilities damaged by construction. This repair shall be
made solely at the expense of the Contractor.
D. When despite all care and caution damage occurs to active utilities not visible,
located or shown on the contract documents, the Contractor shall immediately
obtain a decision as to repair. When so directed the repair shall be made
1293492.1 TP-81
immediately by the Contractor whose trade is involved. The contract price shall not
change when the conditions outlined above and utmost possible care and caution
have not been followed.
E. Adjust the depth of electrical utilities to avoid existing utilities with no change to
contract price.
F. Use metal detectors to search for unknown utilities in proposed route of electrical
systems.
15.3 SECURING SITE WORK
A. The Contractor is solely responsible for securing all electrical site work with
adequate barriers, warning indicators and shoring.
15.4 TRENCHING
A. Trenching shall be to depths as required by code, the particular installation, or as
shown on the drawings. Trench width and length as required by the installation or
as shown.
B. Trench bottom shall be free of debris and graded smooth. Where trench bottom is
rock, or rocky, or contains debris larger than 1", or material with sharp edges,
Contractor shall over excavate 3" and fill with 3" of sand or backfill with native
materials passed through one inch sieve.
C. Provide 1'-0" minimum separation between new electrical utilities and other utilities,
except gas lines shall be 1'-0" both vertical and horizontal and shall be 3'-0"
(horizontal) for all water service lines.
D. All crossings of concrete or asphalt shall be performed only after the surface
material has been saw cut to required width and removed.
15.5 EXCAVATIONS
A. Provide excavations as required for installation intended or as shown.
B. Saw cut concrete and asphalt surfaces prior to excating.
C. Excavation bottom shall be free of debris and graded smooth. Where bottom is
rock, or rocky, or contains debris larger than 1", or material with sharp edges, over
excavate 6" and fill with 6" sand or backfill with native materials passed through
one inch sieve..
1293492.1 TP-82
D. Conform to utility requirements for excavation and vault installation in addition to
contract document requirements where excavations are for installing utility
companies' vaults.
E. Provide, operate and maintain all pumps or other dewatering equipment required
for control of water in trenches and excavations for electrical site work during the
entire construction period.
F. Provide shoring as required by trenching and excavating to secure site work.
15.6 BACKFILL, BEDDING AND COMPACTION
A. Backfill around raceways per 260533.
B. Bedding and backfill around precast vaults and handholes shall be in accordance
with manufacturer's recommendations.
1. Where manufacturer has no recommendations provide 0'-6" of 1/2" minus pea
gravel or sand bedding for all vaults, and any handholes larger than 3'-0" x 3'-
0".
2. For handholes smaller than 3'-0" x 3'-0" provide 0'-3" pea gravel or sand.
Backfill shall extend at least 6" from handhole.
C. All other backfill shall be free of organic debris and inorganic materials larger than
6" in diameter.
D. Place all backfill material so as to obtain a minimum degree of compaction of 95
percent of the maximum density at optimum moisture content. Moisten backfill
material as required to obtain proper compaction.
E. Broken pavement, concrete, and vegetative materials shall not be used for backfill.
F. Within the one year guarantee period, re-fill, compact and re-finish all settled areas
to grade.
15.7 WASTE MATERIAL DISPOSAL
A. Promptly remove from the site and legally dispose of all materials from trenching
and excavation which are remaining after backfill and compaction.
15.8 SURFACE REFINISHING
A. Refinish every disturbed surface to its' original condition and elevation. Preserve
sod and topsoil removed during excavation and reinstall after backfilling is
completed. Replace sod that is damaged or unusable with sod of equal or better
1293492.1 TP-83
quality to that removed. When the surface is disturbed in a newly seeded area, re-
seed the restored surface with the same quantity and formal of seed as that used
in the original seeding, Provide topsoil, fertilizer, liming, seeding, sodding,
sprigging or mulching as required to match existing original condition.
B. Replace all planted materials not surviving 90 days after contract acceptance at
Contractor's own expense.
C. Return after one year and refinish all settled areas to grade.
15.9 CARE OF PLANTS AND TREES
A. Unless specifically noted for demolition, remove and safely store all plants and
trees in trenching or excavation areas prior to commencing site work.
B. Where plants and trees fail to survive storage replace with like kind, quality, and
maturity.
15.10 PAVED SURFACE REPAIRS
A. Where trenches, pits or other excavations are made in existing roadways and other
areas of pavement where surface treatment of any kind exists, restore such
surface treatment or pavement to the same thickness and in the same kind as
originally existed. Match and tie into the adjacent and surrounding existing
surfaces. Seal all joints between new and existing materials.
END OF SECTION
SECTION 26 05 53 - IDENTIFICATION FOR ELECTRICAL SYSTEMS
PART 16 - GENERAL
16.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
Supplementary Conditions and Division 01 Specification Sections, apply to this
Section.
1293492.1 TP-84
16.2 SUMMARY
A. Section Includes:
1. Equipment identification nameplates.
2. Identification for conductors, cables AC and MC cables
3. Identification for raceways.
4. Underground-line warning tape.
5. Warning labels and signs.
6. Instruction signs.
7. Receptacle Identification Labels
8. Miscellaneous identification products.
16.3 REFERENCES
A. American National Standards Institute (ANSI):
1. ANSI A13.1 "Scheme for Identification of Piping Systems"
B. Occupational Safety and Health Administration (OSHA). 29 CFR - Labor Chapter
XVII Part 1910-145 "Occupational and Safety Health Standards" 1992.
C. Washington Administrative Code (WAC) 296-24 Part B-2 "Safety Color Code for
Marking Physical Hazards."
16.4 ACTION SUBMITTALS
A. Product Data: For each electrical identification product indicated.
B. Samples: For each type of label and sign to illustrate size, colors, lettering style,
mounting provisions, and graphic features of identification products.
C. Identification Schedule: An index of nomenclature of electrical equipment and
system components used in identification signs and labels.
16.5 QUALITY ASSURANCE
A. Comply with ANSI A13.1and IEEE C2..
B. Comply with NFPA 70.
C. Comply with 29 CFR 1910.144 and 29 CFR 1910.145.
D. Comply with ANSI Z535.4 for safety signs and labels.
E. Adhesive-attached labeling materials, including label stocks, laminating adhesives,
and inks used by label printers, shall comply with UL 969.
1293492.1 TP-85
16.6 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. Note that equipment names and room numbers shown on the Contract Drawings
may not be final names and numbers. Confirm all final naming prior to label
manufacture.
C. Coordinate installation of identifying devices with completion of covering and painting
of surfaces where devices are to be applied.
D. Coordinate installation of identifying devices with location of access panels and
doors.
E. Install identifying devices before installing acoustical ceilings and similar
concealment.
PART 17 - PRODUCTS
17.1 EQUIPMENT NAMEPLATES
A. Materials:
1. Engraved plastic laminate - three-layer laminated plastic with punched or
drilled holes for screw mounting
2. Self-Adhesive, Engraved, Laminated Acrylic or Melamine Label: Adhesive
backed
3. Adhesive Film Label: Machine printed, in black, by thermal transfer or
equivalent process.
4. Adhesive Film Label with Clear Protective Overlay: Machine printed, in black,
by thermal transfer or equivalent process. Overlay shall provide a
weatherproof and UV-resistant seal for label.
5. Stenciled Legend: In nonfading, waterproof, black ink or paint. Minimum
letter height shall be 1 inch (25 mm)
B. Dimension
1. Nameplate minimum of 1 3/4" high by 5" wide.
2. Lettering height for panel or equipment identifier @ 1/4".
3. Lettering height for remaining lines @ 1/8" high with 1/8" spacing between
lines.
4. Normal System: White letters on black background.
5. Emergency System: White letters on orange [red] background.
1293492.1 TP-86
6. Life Safety System - <Insert Color> letters on <Insert Color> background.
7. Critical Branch System - <Insert Color> letters on <Insert Color>
background.
8. Equipment Branch System - <Insert Color> letters on <Insert Color>
background.
9. Optional Standby Branch System - <Insert Color> letters on <Insert Color>
background
10. Comply with ANSI 13.1.
C. Switchboard and Switchgear Nameplates:
1. Provide engraved plastic nameplate for each new Switchboard or Switchgear
with the following information:
Line 1: Switchboard or Switchgear Name
Line 2: Source from which fed (i.e. "Fed From:")
Line 3: Amps, voltage, phase and wire
Line 4: Branch from which served (Normal, Emergency, Legally
Required Standby, Optional Standby).
Line 4: Branch from which served (Normal, Life Safety, Critical,
Equipment, Optional Standby).
2. Provide engraved plastic nameplates for each new [or revised] branch
device in each switchboard or switchgear with the following information:
Line 1: Load Served (i.e. panel names, motor control center, etc.)
Line 2: Area of building served (i.e. penthouse, lab, etc.)
Line 3: Type of load served (i.e. lighting, receptacles, equipment, etc.)
Line 4: Amp and AIC rating, if Amp rating and AIC are not visible on branch
device with dead-front cover in closed position.
D. Panelboard Nameplates
1. Provide engraved plastic nameplate for each new panelboard with the
following information:
Line 1: Panelboard Name
Line 2: Source from which panel is fed (e.g.Fed From SWBD 4N2A)
Line 3: Transfer switch from which panel is fed (if applicable)
Line 4: Amps, voltage, phase and wire
1293492.1 TP-87
E. Motor Control Center Nameplates
1. Provide engraved plastic nameplate for each new motor control center with
the following information:
Line 1: Motor Control Center Name
Line 2: Source from which fed (e.g.Fed From SWBD 4N2A)
Line 3: Transfer switch from which MCC is fed (if applicable)
Line 4: Amps, voltage, phase and wire
2. Provide phenolic nameplate for each new [or revised] motor control center
cubicle with the following information:
Line 1: Load served, motor size in HP
Line 2: Area that load serves
Line 3: Starter size and Over-current Protection size and Type. (e.g.
NEMA 1 - 30 Amp CB)
F. Transfer Switches
1. Provide phenolic nameplate for each new automatic and manual transfer
switch with the following information:
Line 1: Transfer switch name (i.e. ATS…)
Line 2: Branch of Emergency system (Emergency, Legally Required
Standby, Optional Standby)
Line 2: Branch from which served (Normal, Life Safety, Critical,
Equipment, Optional Standby).
Line 3: Normal source feed
Line 4: Emergency source feed
Line 5: Load served
G. Disconnects, Starters, Combination Starters and Other Devices
1. Provide phenolic nameplate for each device with the following information:
Line 1: Load served
Line 2: Panelboard and circuit number from which device is fed
Line 3: Fuse size or breaker size as applicable
1293492.1 TP-88
H. Main Service Project Nameplate
1. At Main Service Distribution Switchboard, provide engraved nameplate on
switchboard/ switchgear front with the following information:
Project Name: (3/8" lettering, all other 1/4")
Architect
Electrical Consultant (Stantec Consulting Services, Inc.)
Electrical Contractor
Year of Manufacturer
2. At Main Service Distribution Switchboard, provide engraved nameplate on
switchboard/switchgear front listing all other services, feeders, and branch
circuits supplying the building or structure and the area served by each, per
NEC 230 -2(e) Identification.
3. Comply with ANSI A13.1.
17.2 CONDUCTOR, CABLE AND AC AND MC CABLE IDENTIFICATION MATERIALS
A. Comply with ANSI A13.1 for minimum size of letters for legend and for minimum
length of color field for each conductor and cable size.
B. 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.
C. Self-Adhesive Vinyl Labels: Preprinted, flexible label laminated with a clear,
weather- and chemical-resistant coating and matching wraparound adhesive tape
for securing ends of legend label.
D. Snap-Around Labels: Slit, pre-tensioned, flexible, preprinted, color-coded acrylic
sleeve, with diameter sized to suit diameter of conductor or cable it identifies and to
stay in place by gripping action.
E. Metal Tags: Brass or aluminum, 2 by 2 by 0.05 inch (50 by 50 by 1.3 mm), with
stamped legend, punched for use with self-locking cable tie fastener.
17.3 RACEWAY IDENTIFICATION MATERIALS
A. Comply with ANSI A13.1, for minimum lettering size and for minimum length of
color field for each raceway size.
B. Color for Raceway Carrying Circuits at 600 V or Less:
1. [Black letters on an orange field] <Insert color scheme>.
1293492.1 TP-89
2.Legend: [Indicate Voltage], [Indicate load name], [None]
C. Color for Raceway Carrying Circuits More than 600 V:
1. Black letters on an orange field.
2. Legend: "DANGER CONCEALED HIGH VOLTAGE WIRING" with 3-inch-
(75-mm-) high letters on 20-inch (500-mm) centers.
D. Color for Raceway Carrying Fire Alarm Circuits:
1. White Letters on an red field
2. Legend: "FIRE ALARM" with 3-inch- (75-mm-) high letters on 20-inch (500-
mm) centers.
E. Color for Raceway Carrying <Insert System> Circuits:
1.<Insert Color>Letters on an <Insert Color>field
2. Legend: "<Insert Label>" with 3-inch- (75-mm-) high letters on 20-inch (500-
mm) centers.
F. Self-Adhesive Vinyl Labels for Raceways Carrying Circuits at 600 V or Less:
Preprinted, flexible label laminated with a clear, weather- and chemical-resistant
coating and matching wraparound adhesive tape for securing ends of legend label.
G. Snap-Around Labels for Raceways Carrying Circuits at 600 V or Less: 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.
H. Snap-Around, Color-Coding Bands for Raceways Carrying Circuits at 600 V or
Less: 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.
I. Tape and Stencil for Raceways Carrying Circuits More Than 600 V: 4-inch- (100-
mm-) wide black stripes on 10-inch (250-mm) centers diagonally over orange
background that extends full length of raceway or duct and is 12 inches (300 mm)
wide. Stop stripes at legends.
J. Metal Tags: Brass or aluminum, 2 by 2 by 0.05 inch (50 by 50 by 1.3 mm), with
stamped legend, punched for use with self-locking cable tie fastener.
17.4 FLOOR MARKING TAPE
A.2-inch- (50-mm-) wide, 5-mil (0.125-mm) pressure-sensitive vinyl tape, with black
and white stripes and clear vinyl overlay.
1293492.1 TP-90
17.5 UNDERGROUND-LINE WARNING TAPE
A. Tape:
1. Recommended by manufacturer for the method of installation and suitable to
identify and locate underground electrical [and communications] utility lines.
2. Printing on tape shall be permanent and shall not be damaged by burial
operations.
3. 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. Comply with ANSI Z535.1 through ANSI Z535.5.
2. Inscriptions for Red-Colored Tapes: ELECTRIC LINE, HIGH VOLTAGE,
<Insert inscription>.
3. Inscriptions for Orange-Colored Tapes: TELEPHONE CABLE, CATV CABLE,
COMMUNICATIONS CABLE, OPTICAL FIBER CABLE, <Insert
inscription>.
C. Non-Conducting Protective Tapes
1. Pigmented polyolefin, bright-colored, continuous-printed with the inscription
noted above compounded for direct-burial service.
2. Thickness: 4 mils (0.1 mm).
D. Protective Tapes Suitable for Conductive or Inductive Tracing.
1. Detectable three-layer laminate, consisting of a printed pigmented polyolefin
film, a solid aluminum-foil core, and a clear protective film that allows
inspection of the continuity of the conductive core, bright-colored, continuous-
printed with the inscription indicated above, compounded for direct-burial
service.
2. Overall Thickness: 5 mils (0.125 mm).
3. Foil Core Thickness: 0.35 mil (0.00889 mm).
17.6 POSTED DRAWINGS
A. Electrical One-line or Risers: Print electrical one-line/riser diagrams on 20 lb. bond
paper. (Blue print paper is not acceptable). Reduce drawings to approximately 1/2
size using Xerox reduction process. Contact engineer to obtain updated original
plans for printing.
B. Mounting Frames: Extruded aluminum, 4 point screw mount with 1/8" clear plexi-
glass cover.
1293492.1 TP-91
17.7 WARNING LABELS AND SIGNS
A. Comply with NFPA 70 and 29 CFR 1910.145.
B. Self-Adhesive Warning Labels: Factory-printed, multicolor, pressure-sensitive
adhesive labels, configured for display on front cover, door, or other access to
equipment unless otherwise indicated.
C. Baked-Enamel Warning Signs:
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).
D. Metal-Backed, Butyrate Warning Signs:
1. Weather-resistant, nonfading, preprinted, cellulose-acetate butyrate signs
with 0.0396-inch (1-mm) galvanized-steel backing; and with colors, legend,
and size required for application.
2.1/4-inch (6.4-mm) grommets in corners for mounting.
3. Nominal size, 10 by 14 inches (250 by 360 mm).
E. Warning label and sign shall include, but are not limited to, the following legends:
1. Multiple Power Source Warning: "DANGER - ELECTRICAL SHOCK
HAZARD - EQUIPMENT HAS MULTIPLE POWER SOURCES."
2. Workspace Clearance Warning: "WARNING - OSHA REGULATION - AREA
IN FRONT OF ELECTRICAL EQUIPMENT MUST BE KEPT CLEAR FOR 36
INCHES (915 MM)."
3. <Insert names and wording of warning signs or labels; e.g., arc-flash,
multiple services and voltages, and others>.
17.8 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] <Insert colors>.
2. Punched or drilled for mechanical fasteners.
3. Framed with mitered acrylic molding and arranged for attachment at applicable
equipment.
B. Adhesive Film Label: Machine printed, in black, by thermal transfer or equivalent
process. Minimum letter height shall be 3/8 inch (10 mm).
C. Adhesive Film Label with Clear Protective Overlay: Machine printed, in black, by
thermal transfer or equivalent process. Minimum letter height shall be 3/8 inch (10
mm). Overlay shall provide a weatherproof and UV-resistant seal for label.
1293492.1 TP-92
17.9 RECEPTACLE [AND SWITCH] IDENTIFICATION LABELS
A. Materials (Where engraved device faceplates are not used)
1. Engraved plastic laminate - three-layer laminated plastic with punched or
drilled holes for screw mounting
2. Self-Adhesive, Engraved, Laminated Acrylic or Melamine Label: Adhesive
backed
3. Adhesive Film Label: Machine printed, in black, by thermal transfer or
equivalent process.
4. Adhesive Film Label with Clear Protective Overlay: Machine printed, in black,
by thermal transfer or equivalent process. Overlay shall provide a
weatherproof and UV-resistant seal for label.
B. Identification
1. Label emergency receptacle [and switch] device plates with "EMERGENCY"
above the receptacle with the panelboard and circuit number supplying them
below the receptacle. Label lettering shall be approximately 3/16" high, red
filled characters.
2. Label normal receptacle cover plates in Critical Care Areas as defined in the
NEC, with the circuit number supplying them below the receptacle with 3/16"
high, black filled letters.
3. Label normal receptacle [and switch] cover plates with the circuit number
supplying them below the device using 3/16" high, black filled letters.
4. For all receptacles other than 15 and 20 amp, 120 volts, provide separate
nameplate with ampere rating, voltage and phase.
5. Provide labels on faceplates of all owner furnished equipment and equipment
furnished under other divisions with circuit number, and "EMERGENCY"
(where applies) as specified in this section. This includes but is not limited to:
headwalls, gas columns and booms, patient consoles, medical rail systems,
custom casework with electrical devices, etc.
17.10 CABLE TIES
A. General-Purpose Cable Ties: Fungus inert, 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 except where used for color-coding.
B. 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).
1293492.1 TP-93
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.
C. 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.
17.11 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 18 - EXECUTION
18.1 INSTALLATION - GENERAL
A. Verify identity of each item before installing identification products.
B. Location: Install identification materials and devices at locations for most convenient
viewing without interference with operation and maintenance of equipment.
C. Apply identification devices to surfaces that require finish after completing finish
work.
D. Self-Adhesive Identification Products: Clean surfaces before application, using
materials and methods recommended by manufacturer of identification device.
E. Attach signs and plastic labels that are not self-adhesive type with mechanical
fasteners appropriate to the location and substrate.
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.
1293492.1 TP-94
G. Painted Identification: Comply with requirements in Division 09 painting Sections
for surface preparation and paint application.
18.2 EQUIPMENT IDENTIFICATION:
A. Label and mark equipment per all applicable codes.
B. On each unit of equipment, install unique designation nameplate that is consistent
with naming used in wiring diagrams, schedules, and the Operation and
Maintenance Manual.
C. In addition to equipment listed in Part 2 provide nameplates for:
1. Access doors for concealed electrical devices
2. Transformers
3. Substations
4. Enclosed over-current protective devices
5. Electrical cabinets, enclosures and terminal cabinets
6. Contactors
7. Variable speed drives
8. Battery -inverters, battery racks, UPS equipment
9. Power-generating units
10. Monitoring and control panels and equipment
11. <insert equipment>
D. Confirm all final naming prior to label manufacture.
E. Labeling Instructions:
1. Indoor Equipment: [Adhesive film label] [Adhesive film label with clear
protective overlay] [Self-adhesive, engraved, laminated acrylic or
melamine label] [Engraved, laminated acrylic or melamine label].
2. Outdoor Equipment: Engraved, laminated acrylic or melamine label with
screw fasteners
3. Elevated Components: Increase sizes of labels and letters to those
appropriate for viewing from the floor.
4. 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.
18.3 CIRCUIT CONDUCTOR IDENTIFICATION
A. Power-Circuit Conductor Identification, 600 V or Less:
1. For conductors in vaults, pull and junction boxes, manholes, and handholes,
use color-coding conductor tape to identify the phase.
1293492.1 TP-95
2. 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
5) Equipment Ground: Green
6) Isolated Ground: Green with yellow tracer
c. Colors for 480/277-V Circuits:
1) Phase A: Brown.
2) Phase B: Orange.
3) Phase C: Yellow.
4) Neutral: Gray
5) Equipment Ground: Green
6) Isolated Ground: Green with yellow tracer
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.
3. Conductors to Be Extended in the Future: Attach self adhesive label to
conductors and list source.
B. Power-Circuit Conductor Identification, More than 600 V: For conductors in vaults,
pull and junction boxes, manholes, and handholes, use metal tags with circuit
designation. For conductors to be extended in the future, attach self metal tag to
conductors and list source. Install tags at all points of accessibility including
manholes, pad-mounted switches and interior switchgear. Firmly attach all tags to
each cable phase using plastic tie wraps. Position tags so that they are clearly
legible to the observer.
C. 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.
1293492.1 TP-96
18.4 RACEWAY IDENTIFICATION
A. Concealed Raceways, Duct Banks, More Than 600 V, within Buildings:
1. Tape and stencil 4-inch- (100-mm-) wide black stripes on 10-inch (250-mm)
centers over orange background that extends full length of raceway or duct
and is 12 inches (300 mm) wide. Stencil legend "DANGER CONCEALED
HIGH VOLTAGE WIRING" with 3-inch- (75-mm-) high black letters on 20-inch
(500-mm) centers. Stop stripes at legends. Apply to the following finished
surfaces:
a. Floor surface directly above conduits running beneath and within 12
inches (300 mm) of a floor that is in contact with earth or is framed above
unexcavated space.
b. Wall surfaces directly external to raceways concealed within wall.
c. Accessible surfaces of concrete envelope around raceways in vertical
shafts, exposed in the building, or concealed above suspended ceilings.
B. Accessible Raceways, More Than 600 V: Self-adhesive vinyl or Snap-around
labels. Install labels at 10-foot (3.5-m) maximum intervals and within each space
enclosed by walls.
C. Accessible Raceways and Metal-Clad Cables, 600 V or Less, for Service, Feeder,
and Branch Circuits More Than [30] <Insert number> A, and [120] <Insert
number> V to ground: Identify with [self-adhesive vinyl label] [self-adhesive
vinyl tape applied in bands].
1. Install labels at [10-foot (3-m)] [30-foot (10-m)] maximum intervals.
2. Install minimum one label per enclosed room.
D. System Identification Color-Coding Bands for Raceways: Each color-coding band
shall completely encircle raceway. 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.
E. Junction Box Color Coding
1. Color Code all junction and pull boxes installed in accessible ceiling spaces
and exposed in unfinished areas using spray paint on the box and entire
cover in the following manner:
System Color
480 Volt Power Brown
277 volt lighting Yellow
120/208 volt Unpainted
Emergency Power Orange
Clock & Program Green
Fire Alarm Red
Telephone/Network Black
Nurse Call Light Blue
1293492.1 TP-97
Public Address Silver
Television Gold
Access Control Gray
Intercom White
2. Use black felt tip marker [self adhesive vinyl labels] following painting to
indicate the circuit numbers in 1" (25mm) high letters contained within.
18.5 WORKING CLEARANCE IDENTIFICATION
A. 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.
B. Do not install at flush-mounted panelboards and similar equipment in finished
spaces.
18.6 UNDER GROUND LINE IDENTIFICATION
A. Locations of Underground Lines: Identify with underground-line warning tape for
power, lighting, [and] communication, [and control wiring] [and optical fiber
cable].
1. Limit use of underground-line warning tape to direct-buried cables.
2. Install underground-line warning tape for direct-buried cables, cables in
raceway and duct banks..
B. Underground-Line Warning Tape Installation: 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 [or concrete envelope] exceeds 16 inches (400 mm)
overall.
18.7 POSTED DRAWINGS AND OPERATING INSTRUCTIONS
A. Mount drawings and operating procedures on the wall immediately adjacent to the
main piece of equipment for which the instructions apply. If sufficient wall space is
available, mount directly to one of the sheet metal panels of the equipment.
B. Color Coding Sign: Install instructional sign for the color-code for grounded and
ungrounded conductors using adhesive-film-type labels.
C. 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.
1293492.1 TP-98
D. 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] [load shedding] <Insert
emergency operations>.
18.8 WARNING SIGNS
A. Warning Labels for Indoor Cabinets, Boxes, and Enclosures for Power and
Lighting: [Self-adhesive warning labels] [Baked-enamel warning signs] [Metal-
backed, butyrate 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.
c. <Insert items>.
END OF SECTION
1293492.1 TP-99
SECTION 26 24 16 - PANELBOARDS
PART 19 - GENERAL
19.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
Supplementary Conditions, Division 1 Specification Sections, and Section
260500 Common Work Results, apply to this Section.
B. Additional requirements for elements identified in this specification are in the
following Division 26 Sections:
1. 260573 Overcurrent Protective Device Coordination Study.
2. 264313 Surge Protective Devices.
19.2 SUBMITTALS
A. Product Data: For each type of panelboard, switching and overcurrent protective
device, transient voltage suppression device, accessory, and component
indicated. Include dimensions and manufacturers' technical data on features,
performance, electrical characteristics, ratings, and finishes.
B. Shop Drawings: For each panelboard and related equipment.
1. Include dimensioned plans, elevations, sections, and details. Show
tabulations of installed devices, equipment features, and ratings.
a. Verify space available with equipment sizes and code required
working clearances prior to submitting shop drawings.
2. Detail enclosure types and details for types other than NEMA 250, Type 1.
3. Detail bus configuration, current, and voltage ratings.
4. Short-circuit current rating of panelboards and overcurrent protective
devices.
5. Include evidence of NRTL listing for series rating of installed devices.
6. Detail features, characteristics, ratings, and factory settings of individual
overcurrent protective devices and auxiliary components.
7. Include wiring diagrams for power, signal, and control wiring.
8. Include time-current coordination curves for each type and rating of
overcurrent protective device included in panelboards. Submit on
translucent log-log graft paper; include selectable ranges for each type of
overcurrent protective device.
C. Seismic Data:
1. ASCE7 Special Certificate: Submit manufacturer’s Special Certification
that panelboards, overcurrent protective devices, accessories, and
1293492.1 TP-100
components will comply with the required seismic performance. Detailed
description of equipment support and anchorage devices on which the
certification is based and their installation requirements.
2. Dimensioned Outline Drawings of Equipment Unit: Identify center of gravity,
and locate and describe mounting and anchorage provisions.
3. Provide additional data as required by designer of panelboard mounting
structure.
D. Field Quality-Control Reports:
1. Test procedures used.
2. Test results that comply with requirements.
3. Results of failed tests and corrective action taken to achieve test results that
comply with requirements.
E. Panelboard Schedules: For installation in panelboards.[ Submit final versions
after load balancing.]
F. Operation and Maintenance Data: For panelboards and components 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. Manufacturer's written instructions for testing and adjusting overcurrent
protective devices.
2. Time-current curves, including selectable ranges for each type of
overcurrent protective device that allows adjustments.
19.3 QUALITY ASSURANCE
A. Testing Agency Qualifications: Member company of NETA or an NRTL.
1. Testing Agency's Field Supervisor: Currently certified by NETA to
supervise on-site testing.
B. Product Selection for Restricted Space: Drawings indicate maximum dimensions
for panelboards including clearances between panelboards and adjacent
surfaces and other items. Comply with indicated maximum dimensions.
C. 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.
19.4 COORDINATION
A. Coordinate layout and installation of panelboards and components with other
construction that penetrates walls or is supported by them, including electrical
and other types of equipment, raceways, piping, encumbrances to workspace
1293492.1 TP-101
clearance requirements, and adjacent surfaces. Maintain required workspace
clearances and required clearances for equipment access doors and panels.
B. Coordinate sizes and locations of concrete bases with actual equipment
provided. Cast anchor-bolt inserts into bases. Concrete, reinforcement, and
formwork requirements are specified in Division 03.
19.5 EXTRA MATERIALS
A. Furnish extra materials that match products installed and that are packaged with
protective covering for storage and identified with labels describing contents.
1. Keys: Two spares for each type of panelboard cabinet lock.
2. Directories: 10% of project directories provided as blanks
3.Circuit Breakers: Two of each type AFCI, GFCI and GFEP if used on
the project. .
PART 20 - PRODUCTS
20.1 GENERAL
A. Comply with:
1. NEMA PB2.
2. UL 67.
3. UL 50 for cabinets boxes and trims.
4. NFPA 70.
5. 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.
6. Labels as required by UL and NFPA 70, as adopted and amended by local
codes.
B. Seismic Criteria:
1. Provide Special Certification for Designated Seismic systems per
ASCE/SEI 7 Chapter 13, Seismic Design Requirements for Nonstructural
Components. Testing shall be in accordance with the following:
a. ICC ES 156 Seismic Certification By Shake Table Testing of Non-
Structural Components.
b. Test shall utilize the following criteria from ASCE/SEI 7
1) Importance factor, Ip, of 1.5.
2) Height Factor (z/h) = 1.0, or as individually determined for each
switchboard from contract drawings.
3) Ground acceleration, testing force, duration, frequency
bandwith and related site factors shall meet or exceed the
requirements determined by the performance criteria defined in
1293492.1 TP-102
Section 260548 "Seismic Controls for Electrical Systems".
Where information is unavailable (ie ap ) use the most imposing
values identified in ASCE/SEI 7.
c. A current listing on the State of California’s OSHPD Special Seismic
Certification Preapproval list with an SDS value adequate for the site
may be used to demonstrate compliance with these criteria.
2. Panelboard shall remain in place without separation of any parts when
subjected to seismic forces and the unit will be fully operational after the
seismic event. Identify mounting and anchoring hardware compatible with
the points of attachment to the Panelboard.
20.2 MANUFACTURER
A. Manufacturers: Subject to compliance with requirements, provide products or
comparable product by one of the following:
1. Eaton Electrical Inc
2. ABB
3. Siemens Energy & Automation, Inc.
4. Schneider Electric.
5. IEM.
20.3 ENCLOSURES
A. Flush or surface-mounted cabinets, as indicated on drawings or panel schedules.
B. Rated for environmental conditions at installed location.
1. Indoor Dry and Clean Locations: NEMA 250, Type 1.
2. Outdoor Locations: NEMA 250, Type 3R.
3. Kitchen and Wash-Down Areas: NEMA 250, Type 4X, stainless steel.
4. Indoor Locations Subject to Dust, Falling Dirt, and Dripping Noncorrosive
Liquids: NEMA 250 Type 12.
C. Hinged Front Cover: Entire front trim hinged to box and with standard door
within hinged trim cover (door in door). Key identically.
D. Where two cabinets are located adjacent to each other in finished areas,
provide matching trim.
E. Where remote controlled switch or contactor is mounted in panelboard, mount
on same frame as panelboard interior, with dedicated access door and key lock
F. Finishes:
1. Panels and Trim: Steel, factory finished immediately after cleaning and
pretreating with manufacturer's standard two-coat, baked-on finish
consisting of prime coat and thermosetting topcoat.
1293492.1 TP-103
2. Back Boxes: Steel, galvanized where construction sequencing exposes
the back box to water, otherwise same finish as panels and trim.
G. Directory Card: Inside panelboard door, mounted in metal frame with
transparent protective cover, type written. Hand written is not acceptable.
20.4 BUSSING AND WIRING
A. Incoming Mains Location: Top or bottom, as determined by contractor in
conjunction with information presented on the drawings.
B. Phase, Neutral, and Ground Buses:
1. Material: Tin-plated aluminum or Hard-drawn copper, 98 percent
conductivity.
2. Panelboards shall have full ampacity bussing throughout and shall be full
size in regard to number of possible pole spaces. Bussing shall be
identified with phases reading left to right.
3. Neutral bus shall be mounted independently of equipment ground bus.
4. Equipment Ground Bus: Adequate for feeder and branch-circuit equipment
grounding conductors; bonded to box and located on back of panelboard.
Shall have lug or lugs from equipment grounding conductor from
switchboard or distribution board and screw type terminals for connection
of equipment green ground wire in same quantity as number of poles in
panel.
C. Features as scheduled:
1. Isolated Ground Bus: Adequate for branch-circuit isolated ground
conductors; insulated from box.
2. Extra-Capacity Neutral Bus: Neutral bus rated 200 percent of phase bus
and UL listed as suitable for nonlinear loads. Conductor connectors to
match oversizing.
3. Split Bus: Vertical buses divided into individual vertical sections.
D. Conductor Connectors: Suitable for use with conductor material and sizes.
1. Material: Tin-plated aluminum or Hard-drawn copper, 98 percent
conductivity.
2. Method: Mechanical Screw type.
3. Features as scheduled:
a. Feed-Through Lugs. Locate at opposite end of bus from incoming
lugs or main device.
b. Subfeed (Double) Lugs: Locate at same end of bus as incoming
lugs or main device.
c. Gutter-Tap Lugs: Locate at same end of bus as incoming lugs or
main device.
1293492.1 TP-104
E. Future Devices: Mounting brackets, bus connections, filler plates, and necessary
appurtenances required for future installation of devices.
F. Panelboards rated for 400 amps and above shall accept 225 amp frame circuit
breakers.
G. Panelboard Short-Circuit Current Rating: Refer to Panel Schedules and one line
diagrams.
1. Fully rated to interrupt symmetrical short-circuit current available at
terminals.
2. Minimum interrupting ratings shall be 14,000 (RMS Symmetrical) at
480/277V and 10,000 (RMS Symmetrical) at 208/120V.
20.5 OVERCURRENT PROTECTIVE DEVICES
A. Overcurrent Protective Devices shall be the same manufacturer as panelboard.
B. Fully rated for the available short circuit current.
C. Series Short-Circuit Current Ratings: Rated for series-connected system
with integral or remote upstream overcurrent protective devices and
labeled by an NRTL. Include size and type of allowable upstream and
branch devices, listed and labeled for series-connected short-circuit
rating by an NRTL.
D. Molded-Case Circuit Breaker (MCCB): Comply with UL 489. Standard frame
sizes, trip ratings, and number of poles. Mechanical lugs, able to terminate
conductors indicated on drawings.
1. Frame size 100A: Thermal-Magnetic sensing with inverse time-current
element for low-level overloads and instantaneous magnetic trip element for
short circuits.
2. Frame sizes over 250A and up to 800A: Thermal-Magnetic sensing with
inverse time-current element for low-level overloads and adjustable
instantaneous magnetic trip element for short circuits Adjustable
instantaneous trip element shall have front-mounted dial or utilize electronic
trip unit.
3. Frame sizes 800 amps and over: Electronic trip-units with RMS sensing,
field-replaceable rating plug, and the following discrete (field-adjustable)
sensing::
a. Instantaneous trip.
b. Long- and short-time pickup levels.
c. Long- and short-time time delay adjustments.
4. Trip ratings 1000A and above:
a. As required for frame sizes 800 amps and over.
1293492.1 TP-105
b. Ground-fault pickup level and time delay. Omit ground fault
sensing for circuits serving loads addressed by NEC Articles
700 and 701.
E. Circuit-Breaker Features and Accessories: Provide the following construction
and ratings where indicated on the drawings:
1. Current-Limiting: Under short circuit conditions, circuit breaker shall
interrupt current in less than ¼ cycle to reduce let through current. Frame
sizes 400 A and smaller shall have let-through ratings less than
NEMA FU 1, RK-5.
2. Branch Circuits:
a. GFCI Circuit Breakers: Ground Fault Circuit Interrupter, single- and
two-pole configurations with Class A ground-fault protection (6-mA
trip). Push to test and ground fault indicator.
b. Ground-Fault Equipment Protection (GFEP) Circuit Breakers:
Class B ground-fault protection (30-mA trip).
c. Arc-Fault Circuit Interrupter (AFCI) Circuit Breakers: Comply with
UL 1699; 120/240-V, single-pole configuration.
d. Combination AFCI/GFCI: As above for individual ratings.
3. Shunt Trip: 120-V trip coil energized from separate circuit, set to trip at 55
percent of rated voltage.
4. Undervoltage Trip: Set to operate at 35 to 75 percent of rated voltage with
field-adjustable 0.1- to 0.6-second time delay.
5. Auxiliary Contact: SPDT switch with "a" and "b" contacts; "a" contacts
mimic circuit-breaker contacts and "b" contacts operate in reverse of
circuit-breaker contacts.
6. Alarm Switch: Single-pole, normally open contact that actuates only when
circuit breaker trips.
7. Key Interlock Kit: Externally mounted to prohibit circuit-breaker operation;
key shall be removable only when circuit breaker is in off position.
8. Zone-Selective Interlocking: Integral with electronic trip unit; for
interlocking ground-fault protection function with other upstream or
downstream devices.
9. Handle Padlocking Device: Fixed attachment, for locking circuit breaker
handle in on or off position.
F. Applications:
1. Circuit breakers shall have listing appropriate for the application.
2. Lighting Loads: Type SWD for switching fluorescent loads; Type HID for
feeding fluorescent and high-intensity discharge (HID) lighting circuits.
3. Fire Alarm circuits: Handle clamp for holding circuit-breaker handle in on
position to avoid accidental switching.
G. Where spare is indicated, panelboard shall be provided with the specified branch
circuit breaker, full ampacity bussing and mounting hardware. Where space is
indicated, panelboard shall be provided with full ampacity bussing and mounting
1293492.1 TP-106
hardware to accommodate future installation of branch circuit breaker. Provide
individual filler/cover plates for each breaker space.
20.6 NAMEPLATES
A. Engraved nameplates per Section 260553 - Identification for Electrical Systems
permanently attached to panelboard front. Include panel name with 1/4" letters,
area served, voltage, phase and wire (e.g., 2N1, 208Y/120, 3 phase, 4 wire,
480Y/277, 3 phase, 4 wire) in 1/8 inch characters. When project has more than
one switchboard include switchboard fed from (e.g., Fed from SWBD. 4BP).
B. Nameplate color: Normal system - white letters on black.
Emergency system - white letters on red.
PART 21 - EXECUTION
21.1 EXAMINATION
A. Receive, inspect, handle, and store panelboards according to NECA 407 and
NEMA PB 1.1.
B. Examine panelboards before installation. Reject panelboards that are damaged
or rusted or have been subjected to water saturation.
C. Examine elements and surfaces to receive panelboards for compliance with
installation tolerances and other conditions affecting performance of the Work.
D. Proceed with installation only after unsatisfactory conditions have been
corrected.
21.2 INSTALLATION
A. Install panelboards and accessories according to NECA 407 and NEMA PB 1.1.
1. Secure flush mounted panels to studs in wall via slotted channel or angle
iron.
2. Provide additional reinforcement where wall construction is inadequate for
size and weight of panelboard.
3. Place and secure anchorage devices in masonry and concrete elements.
Use setting drawings, templates, diagrams, instructions, and directions
furnished with items to be embedded.
B. Temporary Lifting Provisions: Remove temporary lifting eyes, channels, and
brackets and temporary blocking of moving parts from panelboards.
1293492.1 TP-107
C. Comply with mounting and anchoring requirements specified in Division 26
Section "Vibration and Seismic Controls for Electrical Systems."
D. Mount top of panel trim according to the following priorities (highest listed first):
1. At the height determined by the panelboard when panelboard size and
weight require floor mounting.
2. In compliance with the operating handle height limitation of the NEC.
3. At the height indicated on the drawings.
4. As necessary to permit adjacent panels in finished areas to have trim
heights aligned.
5. At 90 inches for panel cabinets above 42 inches in height, and at 78
inches for panel cabinets equal to or less than 42 inches in height.
E. Mount panelboard cabinet plumb and rigid without distortion of box. Mount
recessed panelboards with fronts uniformly flush with wall finish and mating with
back box.
F. Panelboards installed recessed in fire rated walls shall be adequately boxed or
backed with fire rated material and shall be approved by Fire Marshal. The final
construction shall equal or exceed fire rating of the wall.
G. Locate in dedicated spaces. Coordinate project construction so piping, ducts,
etc. are routed around dedicated spaces above and in front of panelboards per
code.
H. Verify space available with equipment sizes and code required working
clearances prior to roughing in of back box or cabinet.
I. Install overcurrent protective devices and controllers not already factory installed.
1. Set field-adjustable, circuit-breaker trip ranges.
J. Install filler plates in unused spaces.
K. Stub four 1-inch (27-GRC) empty conduits from panelboard into accessible
ceiling space or space designated to be ceiling space in the future. Stub four 1-
inch (27-GRC) empty conduits into raised floor space or below slab not on grade.
L. Arrange conductors in gutters into groups and bundle and wrap with wire ties,
after completing load balancing.
21.3 WIRING
A. Conform to applicable sections of these specifications and NEMA PB 1.1.
1293492.1 TP-108
B. Panelboards shall be wired and connected after installation at locations shown.
Pre-wiring off site and splicing of branch circuit in wireway above or below
panelboard is not permitted.
21.4 CIRCUIT INDEX AND LABELS
A. Typed circuit index with odd circuits on left, even circuits on right, listing each
circuit by number with complete load designation, (i.e. Receptacle room ___,
lights room ___, etc.). Room names/numbers per actual room identification
assigned by owner at project completion (assigned room numbers may differ
from drawings). Mount inside door with transparent protective cover. Provide
number labels on circuit breakers to match index.
B. Install nameplate as per Part 2.
21.5 GROUNDING
A. Provide per Section 260526 - Grounding and Bonding for Electrical Systems.
21.6 CABINET PAINTING
A.Cabinets furnished prime painted: Field paint to match wall color. (See
Division 9 Painting).
21.7 FIELD QUALITY CONTROL
A. Testing Agency: [Owner will engage] [Engage] a qualified testing agency to
perform tests and inspections.
B. Manufacturer's Field Service: Engage a factory-authorized service
representative to inspect, test, and adjust components, assemblies, and
equipment installations, including connections.
C. Perform tests and inspections.
1. Manufacturer's Field Service: Engage a factory-authorized service
representative to inspect components, assemblies, and equipment
installations, including connections, and to assist in testing.
D. Acceptance Testing Preparation:
1. Test insulation resistance for each panelboard bus, component, connecting
supply, feeder, and control circuit.
2. Test continuity of each circuit.
E. Tests and Inspections:
1293492.1 TP-109
1. Perform each visual and mechanical inspection and electrical test stated in
NETA Acceptance Testing Specification. Certify compliance with test
parameters.
2. Correct malfunctioning units on-site, where possible, and retest to
demonstrate compliance; otherwise, replace with new units and retest.
3. Perform the following infrared scan tests and inspections and prepare
reports:
a. Initial Infrared Scanning: After Substantial Completion, but not more
than 60 days after Final Acceptance, perform an infrared scan of each
panelboard. Remove front panels so joints and connections are
accessible to portable scanner.
b. Follow-up Infrared Scanning: Perform an additional follow-up infrared
scan of each panelboard 11 months after date of Substantial
Completion.
c. Instruments and Equipment:
1) Use an infrared scanning device designed to measure
temperature or to detect significant deviations from normal
values. Provide calibration record for device.
F. Panelboards will be considered defective if they do not pass tests and
inspections.
G. Prepare test and inspection reports, including a certified report that identifies
panelboards included and that describes scanning results. Include notation of
deficiencies detected, remedial action taken, and observations after remedial
action.
21.8 ADJUSTING
A. Adjust moving parts and operable component to function smoothly, and lubricate
as recommended by manufacturer.
B. Set field-adjustable circuit-breaker trip ranges as directed and in accordance with
Division 26 Section "Overcurrent Protective Device Coordination Study."]
C. Load Balancing: After Substantial Completion, but not more than 60 days after
Final Acceptance, measure load balancing and make circuit changes.
1. Measure as directed during period of normal system loading.
2. Perform load-balancing circuit changes outside normal occupancy/working
schedule of the facility and at time directed. Avoid disrupting critical 24-
hour services such as fax machines and on-line data processing,
computing, transmitting, and receiving equipment.
3. After circuit changes, recheck loads during normal load period. Record all
load readings before and after changes and submit test records.
1293492.1 TP-110
4. Tolerance: Difference exceeding 20 percent between phase loads, within
a panelboard, is not acceptable. Rebalance and recheck as necessary to
meet this minimum requirement.
21.9 CLEANING
A. Prior to final inspection, clean panelboard interiors, adjust trims, covers, hinges
and locks and refinish marred or scratched covers to original conditions. Remove
paint splatters and other spots. Vacuum dirt and debris; do not use compressed
air to assist in cleaning. Repair exposed surfaces to match original finish.
21.10 PROTECTION
A. Temporary Heating: Apply temporary heat to maintain temperature according to
manufacturer's written instructions.
END OF SECTION
SECTION 26 24 16 - PANELBOARDS
PART 22 - GENERAL
22.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
Supplementary Conditions, Division 1 Specification Sections, and Section
260500 Common Work Results, apply to this Section.
B. Additional requirements for elements identified in this specification are in the
following Division 26 Sections:
1. 260573 Overcurrent Protective Device Coordination Study.
2. 264313 Surge Protective Devices.
22.2 SUBMITTALS
A. Product Data: For each type of panelboard, switching and overcurrent protective
device, transient voltage suppression device, accessory, and component
indicated. Include dimensions and manufacturers' technical data on features,
performance, electrical characteristics, ratings, and finishes.
B. Shop Drawings: For each panelboard and related equipment.
1293492.1 TP-111
1. Include dimensioned plans, elevations, sections, and details. Show
tabulations of installed devices, equipment features, and ratings.
a. Verify space available with equipment sizes and code required
working clearances prior to submitting shop drawings.
2. Detail enclosure types and details for types other than NEMA 250, Type 1.
3. Detail bus configuration, current, and voltage ratings.
4. Short-circuit current rating of panelboards and overcurrent protective
devices.
5. Include evidence of NRTL listing for series rating of installed devices.
6. Detail features, characteristics, ratings, and factory settings of individual
overcurrent protective devices and auxiliary components.
7. Include wiring diagrams for power, signal, and control wiring.
8. Include time-current coordination curves for each type and rating of
overcurrent protective device included in panelboards. Submit on
translucent log-log graft paper; include selectable ranges for each type of
overcurrent protective device.
C. Seismic Data:
1. ASCE7 Special Certificate: Submit manufacturer’s Special Certification
that panelboards, overcurrent protective devices, accessories, and
components will comply with the required seismic performance. Detailed
description of equipment support and anchorage devices on which the
certification is based and their installation requirements.
2. Dimensioned Outline Drawings of Equipment Unit: Identify center of gravity,
and locate and describe mounting and anchorage provisions.
3. Provide additional data as required by designer of panelboard mounting
structure.
D. Field Quality-Control Reports:
1. Test procedures used.
2. Test results that comply with requirements.
3. Results of failed tests and corrective action taken to achieve test results that
comply with requirements.
E. Panelboard Schedules: For installation in panelboards.[ Submit final versions
after load balancing.]
F. Operation and Maintenance Data: For panelboards and components 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. Manufacturer's written instructions for testing and adjusting overcurrent
protective devices.
2. Time-current curves, including selectable ranges for each type of
overcurrent protective device that allows adjustments.
1293492.1 TP-112
22.3 QUALITY ASSURANCE
A. Testing Agency Qualifications: Member company of NETA or an NRTL.
1. Testing Agency's Field Supervisor: Currently certified by NETA to
supervise on-site testing.
B. Product Selection for Restricted Space: Drawings indicate maximum dimensions
for panelboards including clearances between panelboards and adjacent
surfaces and other items. Comply with indicated maximum dimensions.
C. 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.
22.4 COORDINATION
A. Coordinate layout and installation of panelboards and components with other
construction that penetrates walls or is supported by them, including electrical
and other types of equipment, raceways, piping, encumbrances to workspace
clearance requirements, and adjacent surfaces. Maintain required workspace
clearances and required clearances for equipment access doors and panels.
B. Coordinate sizes and locations of concrete bases with actual equipment
provided. Cast anchor-bolt inserts into bases. Concrete, reinforcement, and
formwork requirements are specified in Division 03.
22.5 EXTRA MATERIALS
A. Furnish extra materials that match products installed and that are packaged with
protective covering for storage and identified with labels describing contents.
1. Keys: Two spares for each type of panelboard cabinet lock.
2. Directories: 10% of project directories provided as blanks
3.Circuit Breakers: Two of each type AFCI, GFCI and GFEP if used on
the project. .
PART 23 - PRODUCTS
23.1 GENERAL
A. Comply with:
1. NEMA PB2.
2. UL 67.
3. UL 50 for cabinets boxes and trims.
1293492.1 TP-113
4. NFPA 70.
5. 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.
6. Labels as required by UL and NFPA 70, as adopted and amended by local
codes.
B. Seismic Criteria:
1. Provide Special Certification for Designated Seismic systems per
ASCE/SEI 7 Chapter 13, Seismic Design Requirements for Nonstructural
Components. Testing shall be in accordance with the following:
a. ICC ES 156 Seismic Certification By Shake Table Testing of Non-
Structural Components.
b. Test shall utilize the following criteria from ASCE/SEI 7
1) Importance factor, Ip, of 1.5.
2) Height Factor (z/h) = 1.0, or as individually determined for each
switchboard from contract drawings.
3) Ground acceleration, testing force, duration, frequency
bandwith and related site factors shall meet or exceed the
requirements determined by the performance criteria defined in
Section 260548 "Seismic Controls for Electrical Systems".
Where information is unavailable (ie ap ) use the most imposing
values identified in ASCE/SEI 7.
c. A current listing on the State of California’s OSHPD Special Seismic
Certification Preapproval list with an SDS value adequate for the site
may be used to demonstrate compliance with these criteria.
2. Panelboard shall remain in place without separation of any parts when
subjected to seismic forces and the unit will be fully operational after the
seismic event. Identify mounting and anchoring hardware compatible with
the points of attachment to the Panelboard.
23.2 MANUFACTURER
A. Manufacturers: Subject to compliance with requirements, provide products or
comparable product by one of the following:
1. Eaton Electrical Inc
2. ABB
3. Siemens Energy & Automation, Inc.
4. Schneider Electric.
5. IEM.
23.3 ENCLOSURES
A. Flush or surface-mounted cabinets, as indicated on drawings or panel schedules.
1293492.1 TP-114
B. Rated for environmental conditions at installed location.
1. Indoor Dry and Clean Locations: NEMA 250, Type 1.
2. Outdoor Locations: NEMA 250, Type 3R.
3. Kitchen and Wash-Down Areas: NEMA 250, Type 4X, stainless steel.
4. Indoor Locations Subject to Dust, Falling Dirt, and Dripping Noncorrosive
Liquids: NEMA 250 Type 12.
C. Hinged Front Cover: Entire front trim hinged to box and with standard door
within hinged trim cover (door in door). Key identically.
D. Where two cabinets are located adjacent to each other in finished areas,
provide matching trim.
E. Where remote controlled switch or contactor is mounted in panelboard, mount
on same frame as panelboard interior, with dedicated access door and key lock
F. Finishes:
1. Panels and Trim: Steel, factory finished immediately after cleaning and
pretreating with manufacturer's standard two-coat, baked-on finish
consisting of prime coat and thermosetting topcoat.
2. Back Boxes: Steel, galvanized where construction sequencing exposes
the back box to water, otherwise same finish as panels and trim.
G. Directory Card: Inside panelboard door, mounted in metal frame with
transparent protective cover, type written. Hand written is not acceptable.
23.4 BUSSING AND WIRING
A. Incoming Mains Location: Top or bottom, as determined by contractor in
conjunction with information presented on the drawings.
B. Phase, Neutral, and Ground Buses:
1. Material: Tin-plated aluminum or Hard-drawn copper, 98 percent
conductivity.
2. Panelboards shall have full ampacity bussing throughout and shall be full
size in regard to number of possible pole spaces. Bussing shall be
identified with phases reading left to right.
3. Neutral bus shall be mounted independently of equipment ground bus.
4. Equipment Ground Bus: Adequate for feeder and branch-circuit equipment
grounding conductors; bonded to box and located on back of panelboard.
Shall have lug or lugs from equipment grounding conductor from
switchboard or distribution board and screw type terminals for connection
of equipment green ground wire in same quantity as number of poles in
panel.
C. Features as scheduled:
1293492.1 TP-115
1. Isolated Ground Bus: Adequate for branch-circuit isolated ground
conductors; insulated from box.
2. Extra-Capacity Neutral Bus: Neutral bus rated 200 percent of phase bus
and UL listed as suitable for nonlinear loads. Conductor connectors to
match oversizing.
3. Split Bus: Vertical buses divided into individual vertical sections.
D. Conductor Connectors: Suitable for use with conductor material and sizes.
1. Material: Tin-plated aluminum or Hard-drawn copper, 98 percent
conductivity.
2. Method: Mechanical Screw type.
3. Features as scheduled:
a. Feed-Through Lugs. Locate at opposite end of bus from incoming
lugs or main device.
b. Subfeed (Double) Lugs: Locate at same end of bus as incoming
lugs or main device.
c. Gutter-Tap Lugs: Locate at same end of bus as incoming lugs or
main device.
E. Future Devices: Mounting brackets, bus connections, filler plates, and necessary
appurtenances required for future installation of devices.
F. Panelboards rated for 400 amps and above shall accept 225 amp frame circuit
breakers.
G. Panelboard Short-Circuit Current Rating: Refer to Panel Schedules and one line
diagrams.
1. Fully rated to interrupt symmetrical short-circuit current available at
terminals.
2. Minimum interrupting ratings shall be 14,000 (RMS Symmetrical) at
480/277V and 10,000 (RMS Symmetrical) at 208/120V.
23.5 OVERCURRENT PROTECTIVE DEVICES
A. Overcurrent Protective Devices shall be the same manufacturer as panelboard.
B. Fully rated for the available short circuit current.
C. Series Short-Circuit Current Ratings: Rated for series-connected system
with integral or remote upstream overcurrent protective devices and
labeled by an NRTL. Include size and type of allowable upstream and
branch devices, listed and labeled for series-connected short-circuit
rating by an NRTL.
1293492.1 TP-116
D. Molded-Case Circuit Breaker (MCCB): Comply with UL 489. Standard frame
sizes, trip ratings, and number of poles. Mechanical lugs, able to terminate
conductors indicated on drawings.
1. Frame size 100A: Thermal-Magnetic sensing with inverse time-current
element for low-level overloads and instantaneous magnetic trip element for
short circuits.
2. Frame sizes over 250A and up to 800A: Thermal-Magnetic sensing with
inverse time-current element for low-level overloads and adjustable
instantaneous magnetic trip element for short circuits Adjustable
instantaneous trip element shall have front-mounted dial or utilize electronic
trip unit.
3. Frame sizes 800 amps and over: Electronic trip-units with RMS sensing,
field-replaceable rating plug, and the following discrete (field-adjustable)
sensing::
a. Instantaneous trip.
b. Long- and short-time pickup levels.
c. Long- and short-time time delay adjustments.
4. Trip ratings 1000A and above:
a. As required for frame sizes 800 amps and over.
b. Ground-fault pickup level and time delay. Omit ground fault
sensing for circuits serving loads addressed by NEC Articles
700 and 701.
E. Circuit-Breaker Features and Accessories: Provide the following construction
and ratings where indicated on the drawings:
1. Current-Limiting: Under short circuit conditions, circuit breaker shall
interrupt current in less than ¼ cycle to reduce let through current. Frame
sizes 400 A and smaller shall have let-through ratings less than
NEMA FU 1, RK-5.
2. Branch Circuits:
a. GFCI Circuit Breakers: Ground Fault Circuit Interrupter, single- and
two-pole configurations with Class A ground-fault protection (6-mA
trip). Push to test and ground fault indicator.
b. Ground-Fault Equipment Protection (GFEP) Circuit Breakers:
Class B ground-fault protection (30-mA trip).
c. Arc-Fault Circuit Interrupter (AFCI) Circuit Breakers: Comply with
UL 1699; 120/240-V, single-pole configuration.
d. Combination AFCI/GFCI: As above for individual ratings.
3. Shunt Trip: 120-V trip coil energized from separate circuit, set to trip at 55
percent of rated voltage.
4. Undervoltage Trip: Set to operate at 35 to 75 percent of rated voltage with
field-adjustable 0.1- to 0.6-second time delay.
5. Auxiliary Contact: SPDT switch with "a" and "b" contacts; "a" contacts
mimic circuit-breaker contacts and "b" contacts operate in reverse of
circuit-breaker contacts.
1293492.1 TP-117
6. Alarm Switch: Single-pole, normally open contact that actuates only when
circuit breaker trips.
7. Key Interlock Kit: Externally mounted to prohibit circuit-breaker operation;
key shall be removable only when circuit breaker is in off position.
8. Zone-Selective Interlocking: Integral with electronic trip unit; for
interlocking ground-fault protection function with other upstream or
downstream devices.
9. Handle Padlocking Device: Fixed attachment, for locking circuit breaker
handle in on or off position.
F. Applications:
1. Circuit breakers shall have listing appropriate for the application.
2. Lighting Loads: Type SWD for switching fluorescent loads; Type HID for
feeding fluorescent and high-intensity discharge (HID) lighting circuits.
3. Fire Alarm circuits: Handle clamp for holding circuit-breaker handle in on
position to avoid accidental switching.
G. Where spare is indicated, panelboard shall be provided with the specified branch
circuit breaker, full ampacity bussing and mounting hardware. Where space is
indicated, panelboard shall be provided with full ampacity bussing and mounting
hardware to accommodate future installation of branch circuit breaker. Provide
individual filler/cover plates for each breaker space.
23.6 NAMEPLATES
A. Engraved nameplates per Section 260553 - Identification for Electrical Systems
permanently attached to panelboard front. Include panel name with 1/4" letters,
area served, voltage, phase and wire (e.g., 2N1, 208Y/120, 3 phase, 4 wire,
480Y/277, 3 phase, 4 wire) in 1/8 inch characters. When project has more than
one switchboard include switchboard fed from (e.g., Fed from SWBD. 4BP).
B. Nameplate color: Normal system - white letters on black.
Emergency system - white letters on red.
PART 24 - EXECUTION
24.1 EXAMINATION
A. Receive, inspect, handle, and store panelboards according to NECA 407 and
NEMA PB 1.1.
B. Examine panelboards before installation. Reject panelboards that are damaged
or rusted or have been subjected to water saturation.
1293492.1 TP-118
C. Examine elements and surfaces to receive panelboards for compliance with
installation tolerances and other conditions affecting performance of the Work.
D. Proceed with installation only after unsatisfactory conditions have been
corrected.
24.2 INSTALLATION
A. Install panelboards and accessories according to NECA 407 and NEMA PB 1.1.
1. Secure flush mounted panels to studs in wall via slotted channel or angle
iron.
2. Provide additional reinforcement where wall construction is inadequate for
size and weight of panelboard.
3. Place and secure anchorage devices in masonry and concrete elements.
Use setting drawings, templates, diagrams, instructions, and directions
furnished with items to be embedded.
B. Temporary Lifting Provisions: Remove temporary lifting eyes, channels, and
brackets and temporary blocking of moving parts from panelboards.
C. Comply with mounting and anchoring requirements specified in Division 26
Section "Vibration and Seismic Controls for Electrical Systems."
D. Mount top of panel trim according to the following priorities (highest listed first):
1. At the height determined by the panelboard when panelboard size and
weight require floor mounting.
2. In compliance with the operating handle height limitation of the NEC.
3. At the height indicated on the drawings.
4. As necessary to permit adjacent panels in finished areas to have trim
heights aligned.
5. At 90 inches for panel cabinets above 42 inches in height, and at 78
inches for panel cabinets equal to or less than 42 inches in height.
E. Mount panelboard cabinet plumb and rigid without distortion of box. Mount
recessed panelboards with fronts uniformly flush with wall finish and mating with
back box.
F. Panelboards installed recessed in fire rated walls shall be adequately boxed or
backed with fire rated material and shall be approved by Fire Marshal. The final
construction shall equal or exceed fire rating of the wall.
G. Locate in dedicated spaces. Coordinate project construction so piping, ducts,
etc. are routed around dedicated spaces above and in front of panelboards per
code.
1293492.1 TP-119
H. Verify space available with equipment sizes and code required working
clearances prior to roughing in of back box or cabinet.
I. Install overcurrent protective devices and controllers not already factory installed.
1. Set field-adjustable, circuit-breaker trip ranges.
J. Install filler plates in unused spaces.
K. Stub four 1-inch (27-GRC) empty conduits from panelboard into accessible
ceiling space or space designated to be ceiling space in the future. Stub four 1-
inch (27-GRC) empty conduits into raised floor space or below slab not on grade.
L. Arrange conductors in gutters into groups and bundle and wrap with wire ties,
after completing load balancing.
24.3 WIRING
A. Conform to applicable sections of these specifications and NEMA PB 1.1.
B. Panelboards shall be wired and connected after installation at locations shown.
Pre-wiring off site and splicing of branch circuit in wireway above or below
panelboard is not permitted.
24.4 CIRCUIT INDEX AND LABELS
A. Typed circuit index with odd circuits on left, even circuits on right, listing each
circuit by number with complete load designation, (i.e. Receptacle room ___,
lights room ___, etc.). Room names/numbers per actual room identification
assigned by owner at project completion (assigned room numbers may differ
from drawings). Mount inside door with transparent protective cover. Provide
number labels on circuit breakers to match index.
B. Install nameplate as per Part 2.
24.5 GROUNDING
A. Provide per Section 260526 - Grounding and Bonding for Electrical Systems.
24.6 CABINET PAINTING
A.Cabinets furnished prime painted: Field paint to match wall color. (See
Division 9 Painting).
1293492.1 TP-120
24.7 FIELD QUALITY CONTROL
A. Testing Agency: [Owner will engage] [Engage] a qualified testing agency to
perform tests and inspections.
B. Manufacturer's Field Service: Engage a factory-authorized service
representative to inspect, test, and adjust components, assemblies, and
equipment installations, including connections.
C. Perform tests and inspections.
1. Manufacturer's Field Service: Engage a factory-authorized service
representative to inspect components, assemblies, and equipment
installations, including connections, and to assist in testing.
D. Acceptance Testing Preparation:
1. Test insulation resistance for each panelboard bus, component, connecting
supply, feeder, and control circuit.
2. Test continuity of each circuit.
E. Tests and Inspections:
1. Perform each visual and mechanical inspection and electrical test stated in
NETA Acceptance Testing Specification. Certify compliance with test
parameters.
2. Correct malfunctioning units on-site, where possible, and retest to
demonstrate compliance; otherwise, replace with new units and retest.
3. Perform the following infrared scan tests and inspections and prepare
reports:
a. Initial Infrared Scanning: After Substantial Completion, but not more
than 60 days after Final Acceptance, perform an infrared scan of each
panelboard. Remove front panels so joints and connections are
accessible to portable scanner.
b. Follow-up Infrared Scanning: Perform an additional follow-up infrared
scan of each panelboard 11 months after date of Substantial
Completion.
c. Instruments and Equipment:
1) Use an infrared scanning device designed to measure
temperature or to detect significant deviations from normal
values. Provide calibration record for device.
F. Panelboards will be considered defective if they do not pass tests and
inspections.
G. Prepare test and inspection reports, including a certified report that identifies
panelboards included and that describes scanning results. Include notation of
deficiencies detected, remedial action taken, and observations after remedial
action.
1293492.1 TP-121
24.8 ADJUSTING
A. Adjust moving parts and operable component to function smoothly, and lubricate
as recommended by manufacturer.
B. Set field-adjustable circuit-breaker trip ranges as directed and in accordance with
Division 26 Section "Overcurrent Protective Device Coordination Study."]
C. Load Balancing: After Substantial Completion, but not more than 60 days after
Final Acceptance, measure load balancing and make circuit changes.
1. Measure as directed during period of normal system loading.
2. Perform load-balancing circuit changes outside normal occupancy/working
schedule of the facility and at time directed. Avoid disrupting critical 24-
hour services such as fax machines and on-line data processing,
computing, transmitting, and receiving equipment.
3. After circuit changes, recheck loads during normal load period. Record all
load readings before and after changes and submit test records.
4. Tolerance: Difference exceeding 20 percent between phase loads, within
a panelboard, is not acceptable. Rebalance and recheck as necessary to
meet this minimum requirement.
24.9 CLEANING
A. Prior to final inspection, clean panelboard interiors, adjust trims, covers, hinges
and locks and refinish marred or scratched covers to original conditions. Remove
paint splatters and other spots. Vacuum dirt and debris; do not use compressed
air to assist in cleaning. Repair exposed surfaces to match original finish.
24.10 PROTECTION
A. Temporary Heating: Apply temporary heat to maintain temperature according to
manufacturer's written instructions.
END OF SECTION
SECTION 260519 - LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND
CABLES
1293492.1 TP-122
PART 25 - GENERAL
25.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
Supplementary Conditions and Division 01 Specification Sections, apply to this
Section.
25.2 SUBMITTALS
A. Product Data: For each type of product.
B. Field quality-control reports.
PART 26 - PRODUCTS
26.1 CONDUCTORS AND CABLES
A. Manufacturers: Subject to compliance with requirements, available
manufacturers offering products that may be incorporated into the Work include,
but are not limited to, the following:
1.Alcan Products Corporation; Alcan Cable Division.
2.Alpha Wire.
3.Belden Inc.
4.Encore Wire Corporation.
5.General Cable Technologies Corporation.
6.Southwire Incorporated.
B. [Aluminum] [and] [Copper] Conductors: Comply with NEMA WC 70/ICEA S-
95-658.
C. Conductor Insulation: Comply with NEMA WC 70/ICEA S-95-658 for
[Type THW-2] [Type THHN-THWN] [Type XHHW-2] [Type UF] [Type USE]
[and] [Type SO].
D. Multi-conductor Cable: Comply with NEMA WC 70/ICEA S-95-658 for
[armored cable, Type AC] [metal-clad cable, Type MC] [mineral-insulated,
metal-sheathed cable, Type MI] [nonmetallic-sheathed cable, Type NM]
[Type SO] [and] [Type USE] with ground wire.
E. Fire Rated Cable: Compliant with application.
1. Underwriter’s Laboratories Circuit Integrity Systems FHIT 120. Type RHW
in compatible raceway (horizontal runs only).
1293492.1 TP-123
2. [Underwriter’s Laboratories Fire Resistive Cable (FHJR). Mineral
Insulated Cable. Complete with mounting provisions, termination
and isolation appurtenances.]
3. [MC Cable, 90C Certified to UL 2196, FHIT 120 minutes. Suitable for
horizontal and vertical applications.]
26.2 CONNECTORS AND SPLICES
A. Manufacturers: Subject to compliance with requirements, available
manufacturers offering products that may be incorporated into the Work include,
but are not limited to, the following:
1.AFC Cable Systems, Inc.
2.Gardner Bender.
3.Hubbell Power Systems, Inc.
4.Ideal Industries, Inc.
5.Ilsco; a branch of Bardes Corporation.
6.NSi Industries LLC.
7.O-Z/Gedney; a brand of the EGS Electrical Group.
8.3M; Electrical Markets Division.
9.Tyco Electronics.
B. Description: UL listed, factory-fabricated connectors and splices of size,
ampacity rating, material, type, and class for application and service indicated.
C. For #14 through #10 AWG wire sizes, provide insulated spring wire connectors
or insulated compression connectors.
D. For #8 AWG wire, use solderless pressure connectors with insulating sleeves.
E. For #6 AWG and through #2, optional use split bolt connectors with
manufactured insulation covers or tape sufficient to provide 150% insulation
level.
F. For #6 and larger: Compression connectors using compression dies designed
for the exact connector being terminated. Provide insulting sleeves
manufactured specifically for the connector being used. Mechanical termination
integral to overcurrent protective devices are also acceptable.
26.3 SYSTEM DESCRIPTION
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 NFPA 70.
1293492.1 TP-124
PART 27 - EXECUTION
27.1 CONDUCTOR MATERIAL APPLICATIONS
A. Feeders: [Copper] [Copper for feeders smaller than No. 4 AWG; copper or
aluminum for feeders No. 4 AWG and larger]. Solid for No. 10 AWG and
smaller; stranded for No. 8 AWG and larger.
B. Branch Circuits: Copper. Solid for [No. 10] [No. 12] AWG and smaller;
stranded for [No. 8] [No. 10] AWG and larger, except VFC cable, which shall
be extra flexible stranded.
27.2 CONDUCTOR INSULATION AND MULTICONDUCTOR CABLE
APPLICATIONS AND WIRING METHODS
A. Service Entrance: [Type THHN-THWN, single conductors in raceway]
[Type XHHW-2, single conductors in raceway].
B. Exposed Feeders and Branch Circuits: Type THHN-THWN, single conductors
in raceway.
C. Feeders and Branch Circuits Concealed in Ceilings, Walls, Partitions, and
Crawlspaces: Type THHN-THWN, single conductors in raceway.
D. Feeders and Branch Circuits Concealed in below grade concrete walls, below
Slabs-on-Grade, and Underground: Type XHHW-2, single conductors in
raceway.
E. Feeder and Branch Circuits exposed above roofing: XHHW-2.
F. Feeders Installed below Raised Flooring: [Type THHN-THWN, single
conductors in raceway] [Armored cable, Type AC] [Metal-clad cable,
Type MC].
G. Feeders in Cable Tray: [Type THHN-THWN and VW-1, single conductors in
raceway].
H. Fire Rated Feeders: Mineral-insulated, metal-sheathed cable, Type MI.
Installed within the limitations of the product listing and in accordance with
manufacturer’s instruction. Routing shall provide access for maintenance.
Rigidly secure manufacturer’s cable supports to structure.
I. Cord Drops and Portable Appliance Connections: Type SO, hard service cord
with stainless-steel, wire-mesh, strain relief device at terminations to suit
application.
1293492.1 TP-125
J. Variable Frequency Controller Output Circuits: Type XHHW-2 in metal conduit.
27.3 INSTALLATION OF CONDUCTORS AND CABLES
A. Conceal cables in finished walls, ceilings, and floors unless otherwise indicated.
B. Complete raceway installation between conductor and cable termination points
according to Section 260533 "Raceways and Boxes for Electrical Systems"
prior to pulling conductors and cables.
C. Use manufacturer-approved pulling compound or lubricant where necessary;
compound used must not deteriorate conductor or insulation. Do not exceed
manufacturer's recommended maximum pulling tensions and sidewall pressure
values.
D. Use pulling means, including fish tape, cable, rope, and basket-weave
wire/cable grips, that will not damage cables or raceway.
E. Install exposed cables parallel and perpendicular to surfaces of exposed
structural members, and follow surface contours where possible.
F. Support cables according to Section 260529 "Hangers and Supports for
Electrical Systems."
G. Complete cable tray systems installation according to Section 260536 "Cable
Trays for Electrical Systems" prior to installing conductors and cables.
27.4 CONNECTIONS
A. Tighten electrical connectors and terminals according to manufacturer's
published torque-tightening values. If manufacturer's torque values are not
indicated, use those specified in UL 486A-486B.
B. Make splices, terminations, and taps that are compatible with conductor
material and that possess equivalent or better mechanical strength and
insulation ratings than unspliced conductors.
1. Use oxide inhibitor in each splice, termination, and tap for aluminum
conductors.
C. Wiring at Outlets: Install conductor at each outlet, with at least 6 inches (150
mm) of slack.
1293492.1 TP-126
27.5 IDENTIFICATION
A. Identify and color-code conductors and cables according to Section 260553
"Identification for Electrical Systems."
B. Identify each spare conductor at each end with identity number and location of
other end of conductor, and identify as spare conductor.
27.6 PENETRATIONS
A. Penetrate fire barriers, smoke barriers, vapor barriers, roofing materials and
other rated architectural elements in a manner that preserves the rating of the
architectural element.
B. Apply firestopping to electrical penetrations of fire-rated floor and wall
assemblies to restore original fire-resistance rating of assembly according to
Section 078413 "Penetration Firestopping."
27.7 FIELD QUALITY CONTROL
A. Testing Agency: Engage a qualified testing agency to perform tests and
inspections.
B. Manufacturer's Field Service: Engage a factory-authorized service
representative to test and inspect components, assemblies, and equipment
installations, including connections.
C. Perform the following tests and inspections:
1. Perform each visual and mechanical inspection and electrical test stated
in NETA Acceptance Testing Specification. Certify compliance with test
parameters.
2. Infrared Scanning: After Substantial Completion, but not more than 60
days after Final Acceptance, perform an infrared scan of each splice in
conductors No. 3 AWG and larger. Remove box and equipment covers so
splices are accessible to portable scanner. Correct deficiencies
determined during the scan.
a. Follow-up Infrared Scanning: Perform an additional follow-up
infrared scan of each splice 11 months after date of Substantial
Completion.
b. Instrument: Use an infrared scanning device designed to measure
temperature or to detect significant deviations from normal values.
Provide calibration record for device.
c. Record of Infrared Scanning: Prepare a certified report that identifies
splices checked and that describes scanning results. Include
1293492.1 TP-127
notation of deficiencies detected, remedial action taken and
observations after remedial action.
D. Test and Inspection Reports: Prepare a written report to record the following:
1. Procedures used.
2. Results that comply with requirements.
3. Results that do not comply with requirements and corrective action taken
to achieve compliance with requirements.
E. Cables will be considered defective if they do not pass tests and inspections.
END OF SECTION
SECTION 26 56 68 – CONTROLS FOR EXTERIOR ATHLETIC LIGHTING
Control System
PART 1 – GENERAL
1.1 SUMMARY
A. Work covered by this section of the specifications shall conform to the contract
documents, engineering plans as well as state and local codes.
B. The purpose of these specifications is to define the control system design
standards for Pantera Park. The manufacturer / contractor shall supply
controls equipment to meet or exceed the standards set forth in these
specifications.
2. Controls – To allow for optimized use of labor resources and avoid
unneeded operation of the facility, the customer requires a remote on/off
control system for the lighting system. All communication costs for 10-
year period shall be included in the bid.
a. Control system shall provide contactor control of all existing circuits,
replacing existing contactor cabinets. Key switches shall be provided
to provide field-level control of existing circuit groups.
b. Pantera Park Controls to include:
a. (1) 24” x 72” Control Cabinet
b. (1) 24” x 48” Control Cabinet
c. (13) 30-amp Contactors
d. (5) OOA switches to control the following zones:
i. Ballfield 1 Infield
1293492.1 TP-128
ii. Ballfield 1 Outfield
iii. Ballfield 2 Infield
iv. Ballfield 2 Outfield
v. Parking Lot
2.3 CONTROL
A. Instant On/Off Capabilities: System shall provide for instant on/off of
luminaires.
B. Lighting contactor cabinet(s) constructed of NEMA Type 4 aluminum,
designed for easy installation with contactors, labeled to match field
diagrams and electrical design. Manual off-on-auto selector switches shall be
provided.
C. Contactor control of lights: To minimize wear on drivers and other electrical
components and prevent lights from turning on due to communication loss,
circuits must be controlled via contactor switching.
D. Remote Lighting Control System: System shall allow owner and users with a
security code to schedule on/off system operation via a web site, phone, fax
or email up to ten years in advance. Manufacturer shall provide and maintain
a two-way TCP/IP communication link. Trained staff shall be available 24/7
to provide scheduling support and assist with reporting needs.
The owner may assign various security levels to schedulers by function
and/or fields. This function must be flexible to allow a range of privileges
such as full scheduling capabilities for all fields to only having permission to
execute “early off” commands by phone. Scheduling tool shall be capable of
setting curfew limits.
Controller shall accept and store 7-day schedules, be protected against
memory loss during power outages, and shall reboot once power is regained
and execute any commands that would have occurred during outage.
E. Management Tools: Manufacturer shall provide a web-based database and
dashboard tool of actual field usage and provide reports by facility and user
group. Dashboard shall also show status of luminaire outages, control
operation and service. Mobile application will be provided suitable for IOS,
Android and Blackberry devices.
Hours of Usage: Manufacturer shall provide a means of tracking actual hours
of usage for the field lighting system that is readily accessible to the owner.
1. Cumulative hours: shall be tracked to show the total hours used by the
facility
1293492.1 TP-129
2. Report hours saved by using early off and push buttons by users.
F. Communication Costs: Manufacturer shall include communication costs for
operating the control system for a period of 10 years.
PART 3 – EXECUTION
3.1 DELIVERY TIMING
C. Delivery Timing Equipment On-Site: The equipment must be on-site 6-8
weeks from receipt of approved submittals and receipt of complete order
information.
WARRANTY AND GUARANTEE
A. 10-Year Warranty: Each manufacturer shall supply a signed warranty
covering the entire system for 10 years from the date of shipment. Warranty
shall guarantee specified Controls and Monitoring. Manufacturer shall
maintain specifically-funded financial reserves to assure fulfillment of the
warranty for the full term. Warranty does not cover weather conditions events
such as lightning or hail damage, improper installation, vandalism or abuse,
unauthorized repairs or alterations, or product made by other manufacturers.
B.Maintenance: Manufacturer shall monitor the performance of the lighting
system, including on/off status, hours of usage and luminaire outage for 10
years from the date of equipment shipment. Parts and labor shall be covered
such that individual luminaire outages will be repaired when the usage of any
field is materially impacted. Manufacturer is responsible for removal and
replacement of failed luminaires, including all parts, labor, shipping, and
equipment rental associated with maintenance. Owner agrees to check
fuses in the event of a luminaire outage.
1293492.1 TP-130
APPENDIX