MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore,...

310
MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No. MA 2597-000-006 FMT AND WPL TOLL BOOTH REPLACEMENTS Baltimore City and Anne Arundel County AUGUST 2012 Minority Business Enterprises are encouraged to respond to this solicitation.

Transcript of MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore,...

Page 1: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland

Invitation for Bids

FORT MCHENRY AND BAY BRIDGE FACILITIES

Contract No. MA 2597-000-006

FMT AND WPL TOLL BOOTH REPLACEMENTS

Baltimore City and Anne Arundel County

AUGUST 2012

Minority Business Enterprises are encouraged to respond to this solicitation.

Page 2: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

INTENTIONALLY LEFT BLANK

Page 3: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority FMT AND WPL TOLL

BOOTH REPLACEMENTS

Contract No. MA 2597-000-006

IMPORTANT INFORMATION REGARDING MBE UTILIZATION AND BIDDING REQUIREMENTS

The Maryland Transportation Authority (MDTA) has been forced to reject many recent bids/proposals due to bid submissions that were not in strict compliance with the stipulated MBE rules and regulations. The following checklist has been developed to highlight certain critical components of the MBE program requirements. This listing is not all-inclusive and the bidder must comply with all MBE rules and regulations listed throughout this entire bid/proposal book. Please read all of the instructions provided on Attachment A, B, C, & D in its entirety before completing the forms. Attachment A (Certified MBE Utilization and Fair Solicitation Affidavit) & Attachment B (MBE Participation Schedule) must be included with the submittal of the bid or offer. If the bidder or offeror fails to submit these forms with the bid/offer as required, the Procurement Officer shall deem the bid non-responsive or shall determine that the offer is not reasonably susceptible of being selected for award. MBE Prime Contractors must achieve the established MBE goal with other certified MBE contractors. A Prime MBE Contractor can not count itself as an MBE to obtain the goal. ATTACHMENT A When filling out Attachment A, make sure you complete the following:

• If the Prime Contractor can achieve the established overall goal and subgoals, you must check the appropriate box.

• If after making good faith efforts, you determine you can not achieve the established overall goal or subgoals, you must request a waiver by checking the appropriate box.

• If you do not request the waiver at time of bid and you are not meeting the established goal(s), your bid/offer will be considered non-responsive or not reasonably susceptible of being selected for award.

• Attachment A must be signed and dated. Updated 11/4/2011

A

Page 4: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority FMT AND WPL TOLL

BOOTH REPLACEMENTS

Contract No. MA 2597-000-006

ATTACHMENT B

When filling out Attachment B, make sure you have included the following:

• Prime Contractor’s name, address and phone number. • Project description • Project number/Solicitation number. • List the minority firm name (Column 1), certification number and MBE Classification

(Column 2), and total subcontract percentage amount (Column 3). • It is the Contractor’s responsibility to ensure that the proposed subcontractors are certified to

perform the proposed work. All Contractors are to submit an approvable MBE plan at time of bid. Approvable means, the subcontractors are certified in the applicable NAICS Codes through MDOT and can perform the proposed work for the required participation goal. Contractors pending MBE certification at time of bid are not eligible for participation. If you submit a firm that is not certified to perform the proposed work and your contract falls short of the established MBE goal, your firm will be considered non-responsive or not reasonably susceptible of being selected for award.

• Prime Contractors are strongly encouraged to check the MDOT database at www.mbe.mdot.state.md.us to see if the subcontractor(s) is certified to perform the services and to make sure the subcontractor(s) has not graduated from the listed NAICS Codes. If you have questions after checking the data base, you may contact the MDTA MBE Office at 410-537-7812 for further assistance.

If you are using a supplier, the 60% rule applies. Please refer to the MBE Manual for the description of the 60% rule. Please provide details on how you arrived at the 60% on Attachment B (Column 3) (i.e. – $150,000.00 X 60% = $90,000.00)

• If you are requesting a Third Tier relationship, you must state that request on the Attachment B (Column 1). Please note: Third Tier MBE/DBE subcontracting will be approved by MDTA only when MDTA is satisfied that there is no way except by Third Tier contracting that an MBE/DBE goal can be achieved. Specifics as to why a Third Tier contracting agreement must be included.

• Attachment B must be signed and dated.

Updated 4/19/2012

B

Page 5: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority FMT AND WPL TOLL

BOOTH REPLACEMENTS

Contract No. MA 2597-000-006

• If you are the apparent low bidder, you will receive a letter from MDTA requesting your

MBE Attachment C (Outreach Efforts Compliance Statement) and Attachment D (Subcontractor Project Participation Affidavit). You will have ten (10) working days to submit the attachments to MDTA. If you requested a waiver at time of bid, all of the back up documentation that complies with COMAR 21.11.03.11, must be submitted within the ten working days with Attachments C & D.

• If the apparent low bidder fails to return the required documentation within the allotted 10

days, the Procurement Officer may determine that the apparent low bidder is not responsible and therefore not eligible for contract award.

Updated 4/19/2012

C

Page 6: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority FMT AND WPL TOLL

BOOTH REPLACEMENTS

Contract No. MA 2597-000-006

D

NOTICE TO BIDDERS/OFFERORS

• When submitting your completed bid, the following documents must be submitted: All Addenda Acknowledgment Pages Bid/Proposal Form Schedule of Prices Contract Time and Bonding Buy American Steel Act MDOT MBE Form A MDOT MBE Form B Bid/Proposal Affidavit Proposal Guaranty Bid Guarantee Bid Bond Experience Questionnaire

Please note that all information submitted with your bid is considered public information and will be available for review by the public upon request; therefore, do not include any material that you believe is confidential or proprietary.

• If an Addenda has revised any of the required Bid documents, make sure that you

submit the revised pages in your bid. Pricing submitted shall reflect any and all changes made through an Addenda.

• On the Schedule of Prices, bid amounts for each Line Item, Unit Price and Total

Amount must be written both numerically and in words. Each line item must be completed with a price, don’t leave any items blank. If a specific line item is priced at Zero Dollars ($0.00), it must be written as such.

• When tabulating your final price, make sure all your calculations are correct.

• The Minority Business Enterprise Attachments MDOT MBE Form A and MDOT

MBE Form B must be submitted with your bid. Failure to accurately complete and submit these forms shall deem your bid non-responsive.

• The Minority Business Attachments MDOT MBE Form C and MDOT MBE Form D

should not be submitted at time of bid.

For additional information on how to complete the MBE FORMS, please see the insert named “Important Information regarding MBE Utilization and Bidding Requirements” located in the IFB.

• The Bid/Proposal Affidavit must be completely filled out and signed by all the parties

as indicated. If signed by someone other than the President of the Company, a Corporate Resolution must be submitted with the Bid, verifying signatory Authority on behalf of the Company.

Page 7: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority FMT AND WPL TOLL

BOOTH REPLACEMENTS

Contract No. MA 2597-000-006

E

• If Escrow is being offered in a contract, the Bidder must indicate whether or not they

wish to utilize an Escrow Account for Retained Funds on the provided form.

• For bids exceeding One Hundred Thousand Dollars ($100,000.00), a bid bond shall be submitted with your Bid. The bid bond document must be completely filled out and have an original Power of Attorney form attached.

• Bid documents shall be submitted in sealed packaging and include the following

information clearly marked and identified on the outside of the package: Contract Number Contract Title Bid Opening Date Bidder Name Bidder Address

If the Bid document package is too large for the bid box, you should alert the receptionist.

• When submitting bid packages via US Mail, Federal Express, DHL, UPS or any

other delivery service the MDTA shall not be responsible for ensuring that the bid reaches the bid box before the time deadline. It may be in your best interest to send the package 24 hours in advance of the deadline. Also, when sending packages this way, make sure that the outside labeling clearly identifies the above referenced information. Bids received after the time deadline will be considered late and returned unopened to the bidder.

Page 8: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority FMT AND WPL TOLL

BOOTH REPLACEMENTS

Contract No. MA 2597-000-006

F

EMaryland Marketplace

Prospective Bidders who have received this document from a source other than eMaryland

Marketplace (https://emaryland.buyspeed.com/bso/) or from the Procurement Officer should immediately register on eMaryland Marketplace so that any changes or additional materials related to this IFB can be sent to them

In the event it becomes necessary to revise any part of the IFB, or if any additional

information is required to enable potential offers to interpret the provisions of the IFB, an amendment will be issued by MDTA and posted on eMaryland Marketplace. PROSPECTIVE BIDDERS SHOULD REVIEW EMARYLAND MARKETPLACE PERIODICALLY TO DETERMINE WHETHER OR NOT MDTA HAS ISSUED AN AMENDMENT TO THIS IFB. MDTA is not responsible for notifying Bidders of amendments to this IFB other than by posting amendments on eMaryland Marketplace.

In order to receive a contract award, a vendor must be registered on eMM. To register, go to

the eMM website at https://emaryland.buyspeed.com/bso/.

Page 9: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority FMT AND WPL TOLL

BOOTH REPLACEMENTS

Contract No. MA 2597-000-006

G

Dual Certification Procurement Information Effective on October 1, 2009, Minority Business Enterprise (MBE) firms may elect to be dually certification as woman-owned businesses and as members of an ethnic or racial category. For purposes of achieving any gender or ethnic/racial MBE participation subgoals in a particular contract, an MBE firm that has dual certification may participate in the contract either as a woman-owned business or as a business owned by a member of a racial or ethnic minority group, but not both. WARNING – PLEASE READ:

A firm must be listed in the MDOT MBE/DBE Directory with the gender category in order to be used to meet the gender subgoal.

A firm must be listed in the MDOT MBE/DBE Directory with an ethnic/racial category in order to be used to meet the ethnic/racial subgoal.

A firm must be listed in the MDOT MBE/DBE Directory with both the gender and ethnic/racial categories in order for a Contractor to have the option of selecting which of those categories it will use for the firm on a State contract.

Contractors should designate whether the MBE firm will be used as a woman-owned business or as a business owned by a member of a racial/ethnic group before calculating the percentage of MBE participation goals and subgoals they intend to meet.

Maryland’s MBE/DBE Directory will reflect the dual certification status beginning October 1, 2009. You can access the MBE/DBE Directory at http://mbe.mdot.state.md.us. Firms with dual certification will now be listed as follows: Example: ABC Corporation, Inc. 123 Corporate Circle Hanover, MD 21076 Female/African American 00-000

Page 10: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority FMT AND WPL TOLL

BOOTH REPLACEMENTS

Contract No. MA 2597-000-006

I

TABLE OF CONTENTS IMPORTANT INFORMATION REGARDING MBE UTILIZATION AND BIDDING REQUIREMENTS ...... A 

EMARYLAND MARKETPLACE .................................................................................................................................F 

DUAL CERTIFICATION PROCUREMENT INFORMATION ............................................................................... G 

TABLE OF CONTENTS ..................................................................................................................................................I 

INVITATION FOR BIDS ................................................................................................................................................. 1 

CONTRACT PROVISIONS............................................................................................................................................ 2 

NATIONAL COOPERATIVE HIGHWAY RESEARCH PROGRAM (NCHRP) REPORT 350 IMPLEMENTATION SCHEDULE FOR DEVICES USED IN THE MAINTENANCE OF TRAFFIC ................ 2 

OCCUPYING WETLANDS............................................................................................................................................ 4 

HIGH VISIBILITY SAFETY APPAREL POLICY ...................................................................................................... 5 

NOTICE TO CONTRACTOR........................................................................................................................................ 7 

APPRENTICESHIP TRAINING FUND........................................................................................................................ 8 

MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MDMUTCD) REQUIREMENTS........................ 13 

SP 1-1 PROJECT DESCRIPTION................................................................................................................................ 14 SP 1-2 SPECIFICATIONS............................................................................................................................................. 16 SP 1-3 ORIGINAL FACILITY PLANS AND SITE VISITS....................................................................................... 16 SP 1-4 PROMPT PAYMENT TO SUBCONTRACTORS .......................................................................................... 16 SP 1-5 WORK HOURS................................................................................................................................................... 17 SP 1-6 INSURANCE....................................................................................................................................................... 17 SP 1-7 MINORITY BUSINESS ENTERPRISE REGULATIONS ............................................................................. 19 SP 1-8 PROGRESS SCHEDULE REQUIREMENTS................................................................................................. 20 SP 1-9 CORPORATE REGISTRATION ..................................................................................................................... 20 SP 1-10 CONTRACTOR’S EMPLOYEE IDENTIFICATION.................................................................................. 21 SP 1-11 PROGRESS PHOTOGRAPHS ....................................................................................................................... 21 SP 1-12 ACCESS TO PROJECT SITE ......................................................................................................................... 22 SP 1-13 BIDDERS LIST................................................................................................................................................. 22 

GENERAL PROVISIONS............................................................................................................................................. 23 

GP-1.03 ORGANIZATIONAL DEFINITIONS .......................................................................................................... 23 GP-1.05 DEFINITIONS.................................................................................................................................................. 24 GP-2.04 SITE INVESTIGATION ................................................................................................................................ 25 GP-2.23 BID PROTESTS.............................................................................................................................................. 26 GP-4.10 WARRANTY OF CONSTRUCTION ........................................................................................................... 27 GP-5.06 COOPERATION BETWEEN CONTRACTORS ........................................................................................ 28 GP-7.05 CONSTRUCTION SAFETY AND HEALTH STANDARDS ...................................................................... 30 GP-8.01 SUBCONTRACTING..................................................................................................................................... 38 GP-8.09 LIQUIDATED DAMAGES............................................................................................................................ 39 GP-9.01 SCOPE OF PAYMENT .................................................................................................................................. 40 

TERMS AND CONDITIONS........................................................................................................................................ 42 

TC-4.01 WORKING DRAWINGS............................................................................................................................... 42 TC-4.02 FAILURE TO MAINTAIN PROJECT ......................................................................................................... 50 

Page 11: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority FMT AND WPL TOLL

BOOTH REPLACEMENTS

Contract No. MA 2597-000-006

II

TC-5.01 INSURANCE................................................................................................................................................... 51 TC-7.05 PROGRESS PAYMENT ................................................................................................................................. 52 TC-7.07 LATE PAYMENTS......................................................................................................................................... 54 

SECTION 103 – ENGINEER’S OFFICE .................................................................................................................... 55 

SECTION 104.00 – MAINTENANCE OF TRAFFIC (GENERAL) ......................................................................... 59 

SECTION 104.01 TRAFFIC CONTROL PLAN (TCP) ............................................................................................. 60 

SECTION 104.07 ARROW PANEL (AP). ................................................................................................................... 67 

SECTION 104.12DRUMS FOR MAINTENANCE OF TRAFFIC............................................................................ 69 

SECTION 104.14 CONES FOR MAINTENANCE OF TRAFFIC............................................................................ 70 

SECTION 400.01 - JOINT SEALANTS....................................................................................................................... 71 

SECTION 400.02 - HIGH-PERFORMANCE COATINGS ....................................................................................... 77 

SECTION 400.03 - PREFABRICATED TOLL BOOTH STRUCTURES ............................................................... 85 

SECTION 400.04 - CANOPIES .................................................................................................................................. 100 

SSECTION 400.05 – SIGNAGE.................................................................................................................................. 103 

SECTION 850 - COMMON WORK RESULTS FOR MECHANICAL ................................................................. 110 

SECTION 850.01 - COMMON MOTOR REQUIREMENTS FOR HVAC EQUIPMENT.................................. 119 

SECTION 850.02 - HANGERS AND SUPPORTS FOR HVAC PIPING AND EQUIPMENT............................ 122 

SECTION 850.03 - TESTING, ADJUSTING, AND BALANCING FOR HVAC .................................................. 126 

SECTION 850.04 – HVAC INSULATION ................................................................................................................ 136 

SECTION 850.05 - METAL DUCTS.......................................................................................................................... 147 

SECTION 850.06 - AIR DUCT ACCESSORIES ...................................................................................................... 156 

SECTION 850.07 - DIFFUSERS, REGISTERS, AND GRILLES........................................................................... 161 

SECTION 851.00 - COMMON WORK RESULTS FOR ELECTRICAL.............................................................. 163 

SECTION 851.01 - LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES ..................... 169 

SECTION 851.02 - CONTROL-VOLTAGE ELECTRICAL POWER CABLES.................................................. 177 

SECTION 851.03 - GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS ........................................ 182 

SECTION 851.04 - HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS............................................ 185 

SECTION 851.05 - RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS.................................................. 190 

SECTION 851.06 - IDENTIFICATION FOR ELECTRICAL SYSTEMS............................................................. 196 

Page 12: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority FMT AND WPL TOLL

BOOTH REPLACEMENTS

Contract No. MA 2597-000-006

III

SECTION 851.07 - ENCLOSED SWITCHES AND CIRCUIT BREAKERS ........................................................ 200 

SECTION 851.08 - INTERCOMMUNICATIONS AND PROGRAM SYSTEMS ................................................ 203 

SECTION 851.09 - CONDUCTORS AND CABLES FOR ELECTRONIC SAFETY AND SECURITY ........... 207 

SECTION 852.00 - SALVAGE AND REUSE EXISTING SECURITY AND ELECTRONIC EQUIPMENT ... 221 

SECTION 860.00 – ELECTRONIC TOLL COLLECTION SYSTEM .................................................................. 223 

SECTION 950.03 REFLECTORIZATION OF SIGNS AND CHANNELIZING DEVICES. .............................. 228 

WAGE RATES ............................................................................................................................................................. 229 

CONTRACTOR AFFIRMATIVE ACTION PROGRAM ....................................................................................... 236 

AFFIRMATIVE ACTION REQUIREMENTS UTILIZATION OF MINORITY BUSINESS ENTERPRISES FOR STRAIGHT STATE CONTRACTS.................................................................................................................. 253 

BID / PROPOSAL FORM ........................................................................................................................................... 262 

SCHEDULE OF PRICES ............................................................................................................................................ 263 

CONTRACT TIME AND BONDING ........................................................................................................................ 269 

BUY AMERICAN STEEL ACT ................................................................................................................................. 270 

MDOT MBE FORM A .................................................................................................................................................... 273 

MDOT MBE FORM B .................................................................................................................................................... 275 

MDOT MBE FORM C .................................................................................................................................................... 280 

MDOT MBE FORM D .................................................................................................................................................... 281 

BID/PROPOSAL AFFIDAVIT ................................................................................................................................... 282 

PROPOSAL GUARANTY .......................................................................................................................................... 288 

BID GUARANTEE....................................................................................................................................................... 289 

BID BOND .................................................................................................................................................................... 291 

EXPERIENCE QUESTIONNAIRE ........................................................................................................................... 294 

Page 13: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority FMT AND WPL TOLL

BOOTH REPLACEMENTS

Contract No. MA 2597-000-006

IV

INTENTIONALLY LEFT BLANK

Page 14: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland

Invitation for Bids

FORT MCHENRY FACILITY

1

Contract No. MA 2597-000-006

FMT AND WPL TOLL BOOTH REPLACEMENTS

Baltimore City and Anne Arundel County

AUGUST 2012

NOTICE TO BIDDERS A “Pre-Bidding Session” for the purpose of answering or obtaining answers to questions of parties interested in constructing the work will be conducted a 10:00 am on August 23, 2012, in the Conference Room at the Maryland Transportation Authority at Francis Scott Key Bridge office, 303 Authority Drive, Baltimore, MD 21222. While attendance at the Pre-Bid conference is not mandatory, this is the bidders/offeror’s opportunity to raise questions and/or issues of concern regarding the Project.

Page 15: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

FMT AND WPL TOLL

BOOTH REPLACEMENTS CONTRACT PROVISIONS Contract No. MA 2597-000-006 (NCHRP) REPORT 350 IMPLEMENTATION SCHEDULE

2 03-02-11

1 of 2 CONTRACT PROVISIONS

NOTICE TO ALL HOLDERS OF THIS CONTRACT DOCUMENT

NATIONAL COOPERATIVE HIGHWAY RESEARCH PROGRAM (NCHRP) REPORT 350 IMPLEMENTATION SCHEDULE FOR DEVICES USED IN THE MAINTENANCE OF

TRAFFIC Except as otherwise specified in this Section, all items for the maintenance of traffic, including those listed under the following categories, shall be crashworthy in conformance with Level 3 or other Level as specified by the Engineer in conformance with the safety crash testing and performance criteria published in the National Cooperative Highway Research Program (NCHRP) Report 350, “Recommended Procedures for the Safety Performance Evaluation of Highway Features” or the Manual for Assessing Safety Hardware (MASH). When conformance with NCHRP Report 350 or MASH is required, the Contractor shall provide the Engineer with the manufacturers’ certifications that the devices comply with the specified criteria. Unless specifically waived by an attachment to these Contract Provisions, devices must be approved by the Office of Traffic and Safety. Category 1 Devices These devices are cones, tubular markers, flexible delineator posts, and drums, all without any accessories or attachments, which are used for channelization and delineation. Category 2 Devices These devices are Type I, II, and III barricades; portable sign supports with signs; intrusion alarms; and drums, vertical panels, and cones, all with accessories or attachments. Category 3 Devices (a) Truck Mounted Attenuators (TMAs) and Trailer Truck Mounted Attenuators (TTMAs). (b) Temporary Barrier. (1) Concrete Barrier. (2) Traffic Barrier W Beam and Water Filled Barrier. (3) Steel/Aluminum Barrier. (c) Temporary End Treatments. Category 4 Devices These devices are area lighting supports, arrow panels, and portable variable message signs that are usually portable or trailer-mounted.

Page 16: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

FMT AND WPL TOLL

BOOTH REPLACEMENTS CONTRACT PROVISIONS Contract No. MA 2597-000-006 (NCHRP) REPORT 350 IMPLEMENTATION SCHEDULE

3 03/02/11

2 of 2

WORK ZONE DEVICES IMPLEMENTATION SCHEDULE TO CONFORM TO NCHRP REPORT 350 CRITERIA

CATEGORY 1 Cones, tubular markers, flexible delineator posts, and drums (all without any accessories or attachments)

All devices shall conform to NCHRP Report 350 or MASH criteria.

CATEGORY 2 Type I, II, and III barricades; portable signs supports with signs; intrusion alarms; and drums, vertical panels, and cones (all with accessories or attachments)

All devices shall conform to NCHRP Report 350 or MASH criteria.

CATEGORY 3 (a) Truck Mounted Attenuators (TMAs); Trailer Truck Mounted Attenuators (TTMAs) (b) Temporary Barriers (1) Concrete Barrier (2) Traffic Barrier W Beam and Water Filled Barrier (3) Steel/Aluminum Barrier (c) Temporary End Treatments

All devices shall conform to NCHRP Report 350 or MASH criteria.

CATEGORY 4 Portable trailer mounted devices including area lighting supports, arrow panels, and changeable message signs

The Contractor may use devices that do not conform to NCHRP Report 350 or MASH criteria, until compliance dates are established. Use of these devices shall comply with the provisions of Part 6 of the MUTCD.

Page 17: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

FMT AND WPL TOLL

BOOTH REPLACEMENTS CONTRACT PROVISIONS Contract No. MA 2597-000-006 OCCUPYING WETLANDS

4 10/31/08

1 of 1 OCCUPYING WETLANDS

The Contractor is hereby alerted to the importance of preserving wetland areas. The Administration, in conjunction with the various environmental agencies, has developed these Contract Documents so as to minimize or eliminate disturbance and damage to existing wetland areas. In order to accomplish this, the following must be rigidly adhered to: (a) Prior to performing any work on the project, the areas of wetland will be identified and marked as

directed by the Administration. All personnel of the Contractor or sub-contractors shall be alerted to these designated areas.

(b) The Contractor or sub-contractors shall not impact any wetland or waterway, whether it be

permanently or temporarily unless otherwise stipulated in the permit application and approved as an authorized action by the appropriate regulatory agency. No fill shall be placed in these areas without a permit.

(c) If a Contractor or sub-contractor has to impact a wetland or waterway that is not covered by an

existing wetland permit, they shall immediately notify the Engineer. The Engineer will notify the Environmental Programs Division to determine the extent of any permit modification. At that time the Environmental Programs Division will request a permit modification or submit a permit application.

(d) If the Contractor impacts any wetland or waterway for which they do not have a wetland permit,

they shall be responsible for restoring the wetland areas and possibly mitigating the wetland impacts to the full satisfaction of the environmental agencies, which could include monetary compensation.

(e) The cost of restoration and mitigation of the impacted areas shall be at no additional cost to the

Administration. The importance of not abusing the wetland areas cannot be overemphasized. Abuse of wetland areas could jeopardize the operation of the total Contract and could be cause for a shut-down. If a shut-down occurs because of the Contractor's failure to secure the required permits (i.e. the Contractor’s method of work includes impacts not approved by previously acquired permits), the Contractor’s negligence or operations, all costs and damages to the Contractor and to the State will be at no additional cost to the Administration. Noncompliance with these requirements will not be considered for an extension of Contract time.

Page 18: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

FMT AND WPL TOLL

BOOTH REPLACEMENTS CONTRACT PROVISIONS Contract No. MA 2597-000-006 HIGH VISIBILITY SAFETY APPAREL POLICY

5 10/31/08

1 of 2 NOTICE TO ALL HOLDERS OF THIS CONTRACT DOCUMENT

HIGH VISIBILITY SAFETY APPAREL POLICY BACKGROUND. Research indicates that high visibility garments have a significant impact on the safety of employees who work on highways and rights-of-way. In addition, high visibility garments may help to prevent injuries and accidents and to make highway workers more visible to the motoring public, which ultimately improves traffic safety. STATEMENT OF POLICY.

(a) The High Visibility Safety Apparel Policy provides a standardized apparel program. (b) The program seeks to improve the visibility of all persons who work on Administration

highways and rights-of-way. (c) All apparel shall contain the appropriate class identification label. (d) Compliance with this policy is retroactive and becomes effective immediately. All affected

employees shall receive high visibility apparel awareness training. APPLICABILITY. This policy applies to all Administration employees and all other persons who work on Administration highways and rights-of-way. All workers shall wear, at a minimum, Class 2 ANSI/ISEA 107/2004 apparel.

(a) For Administration employees, this apparel shall have a fluorescent yellow-green background material color and be the outermost garment worn.

(b) Retro-reflective material color for Administration employee apparel shall be silver or white

and be visible at a minimum distance of 1,000 feet. The retro-reflective safety apparel shall be designed to clearly recognize and differentiate the wearer from the surrounding work environment. The retro-reflective material may be contrasted by fluorescent orange background material not exceeding one and one half inches on either side of the retro-reflective material.

(c) For non-Administration employees, this apparel shall be either fluorescent orange-red or

fluorescent yellow-green background material color and be the outermost garment worn. (d) Retro-reflective material color for non-Administration employee apparel shall either be

orange, yellow, white, silver, yellow-green, or a fluorescent version of these colors, and be visible at a minimum distance of 1,000 feet. The retro-reflective safety apparel shall be designed to clearly recognize and differentiate the wearer from the surrounding work environment.

Page 19: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

FMT AND WPL TOLL

BOOTH REPLACEMENTS CONTRACT PROVISIONS Contract No. MA 2597-000-006 HIGH VISIBILITY SAFETY APPAREL POLICY

6 10/31/08

2 of 2 REFERENCES.

(a) ANSI/ISEA 107/2004 standard – American National Safety Institute/International Safety Equipment Association

(b) MUTCD 2003 – Manual for Uniform Traffic Control Devices - Sections 6D.03B and 6E.02 (c) Visibility Research – The VCTR 1989 report concludes that fluorescent colors, when

compared with non-fluorescent colors, enhance the daytime conspicuity of worker clothing. DEFINITIONS.

(a) Apparel – The outermost high-visibility garment worn by employees who work on Administration highways and rights-of-way.

(b) Highways – All roads owned by the Maryland Department of Transportation and maintained

by the Administration. (c) High Visibility – The ability for workers to be distinguishable as human forms to be seen, day

and night, at distances that allow equipment operators and motorists to see, recognize, and respond.

Page 20: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

FMT AND WPL TOLL

BOOTH REPLACEMENTS SPECIAL PROVISIONS Contract No. MA 2597-000-006 NOTICE TO CONTRACTOR

7 10/31/08

1 of 1

NOTICE TO CONTRACTOR

EARLY SUBMISSIONS. The last sentence of the first paragraph of TC-5.02, “No work shall be started before receipt of the Notice to Proceed” shall not apply to the following: After notification to the Contractor from the Administration that the Contractor is the apparent low bidder, the Contractor will be permitted to provide a written request to the Engineer to submit documentation for materials sources and working drawings for any items of work that have a long lead time and could jeopardize the project schedule. Upon written approval from the Engineer the Contractor may submit the applicable documentation to the Engineer. Should the Contract not be awarded to the apparent low bidder who meets the requirements of the Contract, GP-8.10 will apply for all costs accrued for the preparation and approval of the working drawings and any resultant material purchase approved by the District Engineer and steel fabricated in conformance with the approved working drawings between the date the Contractor received notice of apparent low bidder and the date of notice that the apparent low bidder will not be awarded this Contract. Should this Contract not be awarded to the apparent low bidder due to failure of the Contractor to comply with all award and execution requirements, all costs accrued for the preparation of the specific items and any resultant material purchased and steel fabrication shall be borne by the Contractor. Failure of the Contractor to submit the early submissions will not be basis for delaying issuance of the Notice to Proceed or be considered a reason for a time extension.

Page 21: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

FMT AND WPL TOLL

BOOTH REPLACEMENTS CONTRACT PROVISIONS Contract No. MA 2597-000-006 APPRENTICESHIP TRAINING FUND

8

1 of 5 CONTRACT PROVISIONS

APPRENTICESHIP TRAINING FUND

Effective October 1, 2009, State Law requires all contractors and subcontractors working on State prevailing wage projects with prevailing wage determinations to register (Apprenticeship Training Fund Site) with the Division of Labor and Industry Prevailing Wage Unit prior to the commencement of work and to make certain contributions toward improving and expanding apprenticeship programs in the State. In addition, registered apprenticeship programs and organizations that have registered apprenticeship programs that have been selected by contractors and subcontractors for contributions also are required to register with the Division of Labor and Industry Prevailing Wage Unit.

The following information concerning the requirements of the apprenticeship training fund program

are being provided for informational purposes only. It is the Contractor’s responsibility to contact the Maryland Department of Labor, Licensing and Regulation (DLLR), prior to commencement of any work, to determine how these provisions are being implemented and enforced by DLLR. Definitions. The following terms have the meanings indicated.

(a) Terms Defined. (1) “Approved apprenticeship program” means an apprenticeship program or an organization with an

apprenticeship program which has been registered with, and approved by, the Maryland Apprenticeship and Training Council or the United States Department of Labor.

(2) “Commissioner” means the Commissioner of Labor and Industry.

(3) “Covered craft” means a classification of workers listed in the prevailing wage determination applicable to a prevailing wage project.

(4) “Fund” means the State Apprenticeship Training Fund.

(5) “Monthly Certified Verification Report” means the monthly report that details contractor and subcontractor contributions for that month available on the Division of Labor and Industry’s website.

(6) “Public body” means a unit of State government as defined in § 17-201(l), State Finance and Procurement Article, Annotated Code of Maryland.

(7) “Unit” means the Division of Labor and Industry, Prevailing Wage Unit and the public body that

awarded the procurement contract.

Page 22: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

FMT AND WPL TOLL

BOOTH REPLACEMENTS CONTRACT PROVISIONS Contract No. MA 2597-000-006 APPRENTICESHIP TRAINING FUND

9

2 of 5

(8) “Yearly Certified Verification Report” means the yearly report that details contractor and subcontractor contributions for the preceding year available on the Division of Labor and Industry’s website.

Contractor/Subcontractor Registration. Contractors and subcontractors awarded a procurement contract on a public work contract subject to the Maryland Prevailing Wage Law shall register on the Division of Labor and Industry’s website at www.dllr.state.md.us/labor prior to the commencement of work.

Contractor/Subcontractor Project Management. Upon registration under Contractor/Subcontractor Registration of this Chapter, contractors and subcontractors are required to provide information to the Division of Labor and Industry on its website at www.dllr.state.md.us/labor about each public work contract including the following:

(a) The prevailing wage project number for each prevailing wage project the contractor or subcontractor is

performing work on; and (b) The contract value for each prevailing wage project the contractor or subcontractor is performing work

on.

Contractor/Subcontractor Notification to Subcontractors. Contractors and subcontractors who hire subcontractors on a public work contract subject to the Maryland Prevailing Wage Law shall provide all subcontractors with written notice of the following requirements:

(a) Subcontractors are required to register on the Division of Labor and Industry’s website at

www.dllr.state.md.us/labor prior to the commencement of work; (b) After registration, subcontractors are required to enter certain information about each prevailing wage

project on the Division of Labor and Industry’s website; and (c) Subcontractors performing work on a prevailing wage project valued at $100,000 or more are required

to make payments to approved apprenticeship programs or to the Fund for workers in classifications listed on the prevailing wage determination, or both.

Contractors and subcontractors shall retain a copy of the written notice required in §A of this Regulation that was provided to all subcontractors for inspection and review by the Commissioner for three years.

Contributions to the Fund.

(a) A contractor or a subcontractor that makes contributions to the Fund shall do so in the amount of $.25 per hour for each employee in each covered craft on the prevailing wage project on a monthly basis.

Page 23: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

FMT AND WPL TOLL

BOOTH REPLACEMENTS CONTRACT PROVISIONS Contract No. MA 2597-000-006 APPRENTICESHIP TRAINING FUND

10

3 of 5

(b) A contractor or a subcontractor that makes contributions to the Fund, who is performing work under a prevailing wage determination for a covered craft that includes a fringe benefit contribution that exceeds $.25 cents, shall pay to the employee in wages the amount the fringe benefit contribution exceeds $.25 cents.

Contributions to Approved Apprenticeship Programs. If a contractor or a subcontractor makes contributions to an approved apprenticeship program in an amount less than $.25 per hour for each employee in each covered craft on the prevailing wage project, the contractor or subcontractor shall make payments to the Fund in the amount of the difference between $.25 and its contribution on a monthly basis. Contractor/Subcontractor Obligations Relating to Approved Apprenticeship Program.

(a) Contractors and subcontractors are required to complete and to file on the Division of Labor and Industry’s website at www.dllr.state.md.us/labor the Monthly Certified Verification Report which shall include the following: (1) A list of the contributions to each approved apprenticeship program during the last month; (2) A statement signed by the contractor or subcontractor that the information is correct and that the

contractor or subcontractor has complied with the requirements of Subtitle 6, Title 17, State Finance and Procurement Article, Annotated Code of Maryland.

(b) Contractors and subcontractors are required to submit the Monthly Certified Verification Report by the

30th calendar day of each month for the previous month.

(c) Contractors and subcontractors are required to complete and to file on the Division of Labor and Industry’s website at www.dllr.state.md.us/labor the Yearly Certified Verification Report which shall include the following: (1) A summary of monthly contributions with total annual contributions; and (2) A statement signed by the contractor or subcontractor that the information is correct and that the

contractor or subcontractor has complied with the requirements of Subtitle 6, Title 17, State Finance and Procurement Article, Annotated Code of Maryland.

Contractors and subcontractors shall post a copy of their Yearly Certified Verification Report in a prominent and easily accessible place in the workplace near where work is performed Notification to Division of Labor of Changes to Designated Approved Apprenticeship Programs or Fund. Contractors and subcontractors shall provide the Commissioner with written notice of each approved apprenticeship program or the Fund to which it will make contributions. If a contractor or subcontractor changes their designation, it shall notify the Division of Labor and Industry 30 days prior to the change in designation.

Page 24: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

FMT AND WPL TOLL

BOOTH REPLACEMENTS CONTRACT PROVISIONS Contract No. MA 2597-000-006 APPRENTICESHIP TRAINING FUND

11

4 of 5

Approved Apprenticeship Program Obligations. Upon notification from the Division of Labor and Industry that the approved apprenticeship program has been designated for contributions by a contractor or subcontractor, the approved apprenticeship program shall register on the Division of Labor and Industry’s website at www.dllr.state.md.us/labor.

After registering under §A of this Regulation, an approved apprenticeship program will receive a summary

of contractor and subcontractor contributions from the Division of Labor and Industry on a monthly basis and shall comply with the following:

(a) Review and certify that the contribution amounts are correct;

(b) Certify that all funds received are used solely for the purpose of improving or expanding apprenticeship training in the State; and

(c) File a response within 30 days of receipt of the Division of Labor and Industry’s summary.

Enforcement Procedures.

(a) The Commissioner may investigate whether Subtitle 6 of Title 17 of the State Finance and Procurement Article, Annotated Code of Maryland, has been violated: (1) On the Commissioner’s own initiative; (2) On receipt of a written complaint; or (3) On referral from another State agency.

(b) The Commissioner may require a contractor, subcontractor, or an approved apprenticeship program to produce records as part of its investigation.

(c) The Commissioner may enter a place of business to: (1) Interview individuals; or (2) Review and copy records.

(d) If after an investigation, the Commissioner determines that there is a violation of Subtitle 6, Title 17 or

a regulation adopted to carry out the title, the Commissioner shall issue a citation that shall: (1) Describe in detail the nature of the alleged violation;

Page 25: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

FMT AND WPL TOLL

BOOTH REPLACEMENTS CONTRACT PROVISIONS Contract No. MA 2597-000-006 APPRENTICESHIP TRAINING FUND

12

5 of 5

(2) Cite the provision of law or regulation that is alleged to have been violated; and (3) State the penalty, if any.

(e) Within a reasonable amount of time after the issuance of the citation, the Commissioner shall send a copy of the citation to the alleged violator by certified mail with notice of the opportunity to request a hearing.

(f) Within 15 days after the alleged violator receives the citation, the employer may submit a written request for a hearing on the citation and proposed penalty.

(g) If a hearing is not requested within fifteen days, the citation, including any penalties, shall become a final order of the Commissioner.

(h) If there is a request for a hearing, the Commissioner may delegate the hearing to the Office of Administrative Hearings in accordance with Title 10, Subtitle 2 of the State Government Article, Annotated Code of Maryland.

(i) A proposed decision of an administrative law judge shall become a final order of the Commissioner unless, within 15 days of the issuance of the proposed decision:

(1) The Commissioner orders review of the proposed decision; and (2) The alleged violator submits to the Commissioner a written request for review of the proposed

decision.

(j) After review of the proposed decision under Subsection I, with or without a hearing on the record, the Commissioner shall issue an order that affirms, modifies or vacates the proposed decision.

Page 26: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

FMT AND WPL TOLL

BOOTH REPLACEMENTS SPECIAL PROVISIONS Contract No. MA 2597-000-006 MARYLAND MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MdMUTCD) REQUIREMENTS

13 03/06/12

1 of 1

NOTICE TO ALL HOLDERS OF THIS CONTRACT DOCUMENT

MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MdMUTCD) REQUIREMENTS

The 2011 Maryland Manual on Uniform Traffic Control Devices (MdMUTCD) is the legal State standard for traffic control devices. All traffic control devices (temporary or permanent) utilized on Administration projects shall be in conformance with the requirements provided in the 2011 Edition of the Administration’s MdMUTCD for Streets and Highways.

Page 27: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

14

1 of 10 SP 1-1 PROJECT DESCRIPTION CONTRACT NO.: MA 2597-000-006 TITLE: FMT and WPL Toll Booth Replacement FACILITY: Fort McHenry Facility and William Preston Lane Jr. COUNTY: Baltimore City and Anne Arundel County ADVERTISED: August 10, 2012 PRE-BID MEETING: 10:00 a.m. on August 23, 2012

in the Conference Room at the Maryland Transportation Authority at Francis Scott Key Bridge office, 303 Authority Drive, Baltimore, MD 21222.

QUESTIONS DUE DATE: Please summit all questions in writing to, Procurement Officer: Mrs. Jessica Mettle via email at: [email protected]. Questions will be received until September 5, 2012 at 2:00 p.m. Oral questions will not be entertained.

PROJECT CONTACT: Project Manager: Mr. David Leone at (410) 385-4190 Contract Administration: Ms. Jessica Mettle at (410) 537-7511 BIDS DUE: 12 Noon, September 19, 2012, in the Bid Box on the 2nd floor of

the Maryland Transportation Authority, Division of Procurement and Statutory Program Compliance Building, 303 Authority Drive, Baltimore, MD 21222 (Please use side entrance closest to Key Bridge)

CLASSIFICATION: Class - D ($1,000,001 to $2,500,000) CONTRACT TIME: 365 Calendar Days LIQUIDATED DAMAGES: $ 910.00 per Calendar Day MINIMUM MBE GOALS: Overall 17% (7% African American, 4% Asian American)) BID DOCUMENTS: Bid documents can be downloaded from

https://emaryland.buyspeed.com/bso. Any questions regarding the eMM website, please contact the eMM Help Desk at 410-767-1492.

Page 28: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

15

2 of 10

PROJECT SCOPE

The work to be performed under this contract is located at the Fort McHenry Tunnel Toll Plaza in Baltimore City and at the William Preston Lane Bridge Toll Plaza in Anne Arundel County. The scope of work includes replacing toll booths as defined in the Contract Documents, providing for all necessary Maintenance of Traffic (MOT), and completing additional repairs as assigned by the Engineer.

Page 29: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

16

3 of 9

SP 1-2 SPECIFICATIONS

All work on this project shall conform to the Maryland Department of Transportation, State Highway Administration's Specifications entitled, "Standard Specifications for Construction and Materials" dated July, 2008, “Standard Specification” revisions thereof, or additions thereto, and the Special Provisions included in this Invitation for Bids. In addition, all terms and conditions of the standard specifications for construction and materials dated July 2008, revisions thereof or addition thereto shall apply to this Invitation For Bids unless otherwise specified herein. All reference to the Maryland State Highway Administration’s offices and/or positions shall be construed to mean the Maryland Transportation Authority’s corresponding offices and/or positions. Prior to any submittal or contact specified, the Contractor shall have the Construction Project Manager verify that the current office and/or position are shown in the specifications. The Authority will not be responsible for any loss resulting from the Contractor not verifying the current office and/or position.

SP 1-3 ORIGINAL FACILITY PLANS AND SITE VISITS

The original facility plans are on file at the Engineering Building of the Francis Scott Key Bridge and will be made available for inspection to prospective bidders. Parties interested in viewing the plans should contact Mr. Bhuvan Eshwar at (410) 931-0808. Parties interested in visiting the project locations will be notified of a single site visit at the Pre-Bid meeting.

SP 1-4 PROMPT PAYMENT TO SUBCONTRACTORS The prime Contractor is responsible for making timely payments to all Subcontractors and Suppliers and provide written certification as required by Section 15-226 of the State Finance and Procurement Article of the Annotated Code of Maryland and COMAR 21.10.08, as amended. This contract and all subcontracts issued under this contract are subject to the provisions of Section 15-226 of the State Finance and Procurement Article and COMAR 21.10.08, as amended. A Contractor shall include in its subcontracts for work under this contract, wording that incorporates the provisions, duties, and obligations of Section 15-226 and COMAR 21.10.08.

This contract requires the Contractor to make payment to all Subcontractors within 10 days of receiving payment from the Authority. Each month, the construction Project Engineer will review the current pay items with the prime Contractor and all involved Subcontractors to ensure that all work satisfactorily completed within specifications is included in the monthly progress payment. For payment purposes, the same quantity totals used to compute the payment to the prime Contractor will be the basis for payment to the Subcontractor. If the Subcontractor does not receive payment within the required 10 days, the Subcontractor shall notify the Project Engineer in writing of the amount in dispute including the item numbers and payment quantity for each. The Project Engineer will then notify the Chief of Construction of the dispute. The Chief of Construction or his representative will verbally contact the prime Contractor within 48 hours to ascertain whether or not a

Page 30: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

17

performance dispute exists which necessitates non-payment to the Subcontractor. If a performance dispute exists, the prime Contractor must demonstrate that there is a valid basis to withhold payment from the Subcontractor. If the prime Contractor withholds payment from a Subcontractor, the prime Contractor shall provide to the Subcontractor written notice of the withholding of payment. The notice shall detail the reasons for withholding payment as well as the amount. A copy of the notice shall be provided to the Surety and the Authority. If no valid dispute exists, the prime Contractor will be directed to make immediate payment to the Subcontractor. The Subcontractor will be responsible for notifying the Chief of Construction if this payment is not made. Upon receipt of notification, the Chief of Construction will schedule a meeting with the Contractor and Subcontractor to verify and discuss the non-payment issue. This meeting will be held at the Authority’s offices within 2 working days of the Authority’s contact with the subcontractor. If it is determined that the prime Contractor has withheld payment to the Subcontractor without cause, further progress payments to the prime Contractor will be withheld until the Subcontractor is paid. In addition, the Authority may order a suspension of work or other administrative actions as it sees fit. If an action is taken as stated above the Contractor shall notify the Authority’s Project Engineer when payment is made. After the Authority’s Project Engineer verifies that payment has been made to the Subcontractor the Authority shall release withheld progress payments.

Nothing in this Special Provision shall be construed to prevent the Subcontractor from pursuing a claim with the surety under the prime Contractor’s payment bond at any time.

SP 1-5 WORK HOURS

Refer to "SP 104.01 - Traffic Control Plan" and contract plans for lane and shoulder closures and ramp detours.

SP 1-6 INSURANCE

TC-5.01 INSURANCE Section TC 5.01 of the Standard Specifications is supplemented as follows:

1. The Contractor shall not commence work under this contract until he has obtained all of the

minimum amounts of insurance required by these Special Provisions and the insurance has been approved by the Engineer. The Contractor shall furnish to the Maryland Transportation Authority ("Authority") duly executed certification of all required insurance on forms satisfactory to the Authority. The certificates of insurance shall state that it is in force and cannot be cancelled, released or non-renewed except upon thirty (30) days prior written notice, registered mail to the Authority. All Contractors' insurance policies, with the exception of the Worker's Compensation and Employer's Liability, shall be endorsed to provide as additional insured the Maryland Transportation Authority and the State of Maryland.

2. The Contractor shall purchase and maintain such insurance as is specified herein which will

protect the Authority, its members, employees and agents, as well as the Contractor from claims which may arise out of or as a result of the Contractor's operations under this contract, whether such operations be by the Contractor, by any subcontractor, by anyone

Page 31: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

18

5 of 9 directly or indirectly employed by any of them or by anyone whose acts for which any of them may be held liable. This insurance shall be maintained in full force until the Contract has been accepted by the Authority and final payment is made.

3. The Authority requires the following minimum levels of insurance coverage for this

contract:

a) Worker's Compensation and Employer's Liability

The Contractor shall, at all times, maintain and keep in force such insurance as will protect him from claims under the Worker's Compensation Act of the State of Maryland and maintain and keep Employer's Liability Insurance at a limit of One Hundred Thousand Dollars ($100,000). The Contractor shall also maintain United States Long Shore and Harbors Act coverage, if such exposure exists.

b) Commercial General Liability Insurance

The Contractor shall maintain Commercial General Liability Insurance in the amount of at least One Million Dollars ($1,000,000) Combined Single Limit for Bodily Injury Liability and Property Damage Liability Insurance per occurrence, and Two Million Dollars ($2,000,000) in the aggregate. Such insurance shall specifically include the Commercial General Liability Broad Form Endorsement and indicate explosion, collapse, and underground damage coverage.

c) Comprehensive Automobile Liability Insurance

The Contractor shall maintain Comprehensive Automobile Liability Insurance (including all automotive equipment owned, operated, rented, or leased), in the amount of at least Five Hundred Thousand Dollars ($500,000) Combined Single Limit for bodily injury and property damage.

d) Additional Insurance

The Contractor shall also procure and keep in effect:

Excess liability (umbrella coverage) in excess of and applicable to the coverage in the Comprehensive General Public Liability and Property Damage Insurance, "X, C, U" and Comprehensive Automobile Insurance in the amount of at least Two Million Dollars ($2,000,000) for each occurrence.

4. Accident Notification - The Contractor shall send a written report to the Engineer and to the

Maryland Transportation Authority within twenty-four (24) hours of any accident or other

Page 32: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

19

event arising in any manner from the performance of the contract which results in or might result in personal injury or property damage.

5. Failure to comply with these Special Provisions may lead to termination for default or

termination for convenience.

6. There will be no special payment for the insurance as required by this contract and all costs incidental thereto shall be included in the Lump Sum for "Mobilization", (refer to Section 108), or if the Contract does not include such an item, the insurance costs are to be included in pay items for the Proposal.

SP 1-7 MINORITY BUSINESS ENTERPRISE REGULATIONS

GOVERNING CONSTRUCTION CONTRACTS IN EXCESS OF $50,000 EFFECTIVE JULY 1, 2001

GP - 7.29 of the General Provisions is supplemented as follows: The Contractor shall:

1. Identify specific work categories appropriate for subcontracting;

2. At least 10 days before bid opening, solicit Minority Business Enterprises, through written notice that:

a) describe the categories of work: and,

b) provide information regarding the type of work being solicited and specific

instructions on how to submit a bid.

3. Attempt to make personal contact with Minority Business firms;

4. Assist Minority Business Enterprises to fulfill bonding requirements or to obtain a waiver of these requirements;

5. Upon acceptance of a bid, provide the Maryland Transportation Authority (Authority) with a list of Minority Businesses with whom the Contractor negotiated, including price quotes from Minority and Non-minority firms.

Third Tier Subcontracting:

Third Tier MBE/DBE Subcontracting will be approved by the Authority only when the Authority is satisfied that there is no way except by Third Tier contracting that an MBE/DBE goal can be achieved. The Contractor's written request must be submitted with the bid and contain specifics as to why a Third Tier contracting agreement is being requested.

Page 33: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

20

7 of 9 Waivers:

If for any reason the bidder/offeror is unable to achieve the specified overall contract goal or subgoals for each certified MBE classification, the bidder/offeror must request, in writing, on MDOT MBE FORM A, (Certified MBE Utilization and Fair Solicitation Affidavit), a waiver at time of bid.

Strict adherence regarding documentation of the rationale for the waiver request and documentation of “Good Faith Efforts” of the Contractor are required for consideration of any waiver. For additional information on waivers, please see COMAR 21.11.03.11.

Criminal Fraud Provisions:

All Contractors are reminded that Criminal Fraud Provision and Administrative Sanctions may be imposed for failure to achieve and maintain established MBE/DBE goals.

SP 1-8 PROGRESS SCHEDULE REQUIREMENTS Refer to Section 109 of the Standard Specifications. SP 1-9 CORPORATE REGISTRATION

A foreign corporation is any corporation not incorporated under the Laws of the State of Maryland. All foreign corporations, prior to performing any services for the Authority, must register with the Maryland State Department of Assessments and Taxation in compliance with Subtitle 2, Title 7 of the Corporations and Associations Article of the Annotated Code of Maryland. Compliance is required of the successful vendor as well as the proposed subcontractors.

To accomplish the required registration, a foreign corporation must request and complete “Qualification Application Forms” which can be obtained from the Department of Assessments and Taxation, State Office Building, Room 803, 301 West Preston Street, Baltimore, Maryland 21201. Forms can be obtained via the Maryland Department of Assessments and Taxation web site at: www.dat.state.md.us.

The Contractor will be responsible for documenting compliance with the aforesaid. This documentation will be required prior to the execution of a contract with the successful bidder.

Page 34: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

21

8 of 9

SP 1-10 CONTRACTOR’S EMPLOYEE IDENTIFICATION The Contractor shall provide to the Authority, a list containing the following for Contractor and all sub-contractors that would be working at the site. This shall include trucking companies who would come to the site on a repetitive basis for supply or remove materials: Name of Company Name and title of contact person Address of the Company Phone Number Facsimile number E-Mail address of contact person (if any)

All Contractor’s employees, including employees of subcontractors, on this project, present at the site, shall be in possession of a valid employee identification card provided by the Employer, which shall contain a photograph and identify the employee by name and job title. The employee must produce the said identification if required by the Engineer or the Authority Police.

When working in or around the Authority’s buildings, said employees identification shall be displayed at all time. While working in the Tunnels or on one of the major bridges of the Authority, Contractor’s personnel shall have an ID decal displayed on their hardhat. These decals will be provided by the Authority. All Contractor’s vehicles shall have a parking decal, attached to the rear view mirror. These parking decals will also be provided by the Authority and a distribution list will be maintained. At the time of project completion these decals shall be returned to the Authority. Request for hardhat and rearview mirror decals shall be made to the Construction Section prior to commencement of construction and should include the number required of each type.

All costs associated with ID’s will not be paid for separately and shall be incorporated under other items of payment in the contract.

SP 1-11 PROGRESS PHOTOGRAPHS

On or about the last day of each month, at important stages of the work, and upon final completion, the Contractor shall take color photographs of the work under construction as directed by the Engineer. An average of 18 views per month will be required for the Contract.

Page 35: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

22

The Contractor shall use a digital camera and furnish to the Engineer a CD and three prints of each photograph, linen mounted, to a uniform standard size of approximately 8 inches by 11 inches with at least one inch margin for binding on the left hand side. Each print shall show inconspicuously on the face, the name of the contract, followed by the Contract number, subject of the photograph, date of the exposure, “Maryland Transportation Authority,” and the name of the Contractor. The furnishing of the progress photograph prints, including disks will not be measured for payment, but cost thereof shall be included under various pay items appearing in the Bid.

SP 1-12 ACCESS TO PROJECT SITE

Access to the work site shall be via I-95, I-395, and local or state roadways, including Desoto Road, Bernard Drive, Grove Street, Washington Boulevard, South Hanover Street, West McComas Street, East McComas Street, and Key Highway.

SP 1-13 BIDDERS LIST

The Bidders list for this solicitation is available on the eMaryland Marketplace website, (https://emaryland.buyspeed.com/bso). To view this list:

• On the eMaryland website; https://emaryland.buyspeed.com/bso • Click Open Bids on the Login screen • Open bid opportunities will be listed (you can filter the list by category, if desired) • On the open bids screen, the right hand column is labeled Bid Holders List • When the solicitation is found, double click the List link to view the Bid Holders List

If you need additional assistance, please contact the Division of Procurement and Statutory Program Compliance at (410) 537-7526

Page 36: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

23

1 of 1

GENERAL PROVISIONS GP-SECTION 1

DEFINITIONS AND TERMS

GP-1.03 ORGANIZATIONAL DEFINITIONS DELETE: The definition of “Administration” INSERT: The following.

Administration – The word “Administration” shall mean the “Maryland Transportation Authority”. Except for Office of Materials Technology, all references to the Maryland State Highway Administration’s offices and positions shall mean the Authority’s corresponding Engineering Divisions and positions such as Bridge, Traffic, Highway, and Environmental Sections. Highways – The word “Highways” shall mean all highways owned by the Maryland Transportation Authority and maintained by the MDTA.

Maryland State Highway Administration Reference

Maryland Transportation Authority Corresponding position

District Engineer Gordon Garrettson – Bay Bridge Martara Hannah – Fort McHenry Tunnel

Environmental Programs Division Douglas Novocin – Environmental Manager

District Office Francis Scott Key Bridge Facility, 304 Authority Drive, Baltimore, MD 21222

Office of Structures Joe Miller – 300 Authority Drive, Baltimore, MD 21222

Office of Traffic & Safety Roxane Mukai – 300 Authority Drive, Baltimore, MD 21222

Page 37: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

24

1 of 1

GENERAL PROVISIONS GP-SECTION 1

DEFINITIONS AND TERMS

GP-1.05 DEFINITIONS

ADD: The following.

Highway Standards – The official Book of Standards for Highway and Incidental Structures, edited by the State Highway Administration, with the latest incorporated revisions issued on or before the date of advertisement on the contract.

Page 38: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

25

1 of 1

GENERAL PROVISIONS GP-SECTION 2

BIDDING REQUIREMENTS AND CONDITIONS 8 DELETE: Section GP-2.04 in its entirety.

INSERT: The following.

GP-2.04 SITE INVESTIGATION

The Contractor acknowledges that he has investigated and satisfied himself as to the conditions affecting the work, including but not restricted to those bearing upon transportation, disposal, handling, and storage of materials, availability of labor, water, electric power, roads, and uncertainties of weather, river stages, tides, or similar physical conditions at the site, and confirmation and conditions of the ground, the character of equipment and facilities needed preliminary to and during prosecution of the work. The Contractor further acknowledges that he has satisfied himself as to the character, quality and quantity of surface and subsurface materials or obstacles to be encountered insofar as the information is reasonably ascertainable from an inspection of the site, including all exploratory INFORMATION IN POSSESSION OF THE STATE, as well as from information presented by the drawings and Specifications made part of this contract. Any failure by the Contractor to acquaint himself with the available information may not relieve him from responsibility for estimating properly the difficulty or cost of successfully performing the work. The State assumes no responsibility for any conclusions or interpretations made by the Contractor on the basis of the information made available by the State.

Page 39: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

26

1 of 1

GENERAL PROVISIONS GP-SECTION 2

BIDDING REQUIREMENTS AND CONDITIONS GP-2.23 BID PROTESTS 18 ADD: as follows:

The Board of Public Works does not have the jurisdiction to consider protests relating to this solicitation or an award of this contract under this solicitation.

All protests relating to this solicitation, the selection, and/or award must be filed in writing with the Authority’s Procurement Officer, within the time limitations set forth in COMAR 21.10.07 and 21.10.02. Bid protests shall be filed not later than 7 days after the basis for protest is known, or should have been known, whichever is earlier. Oral protests will not be considered.

The specific details of the protest procedures to be followed by aggrieved actual or prospective bidders or offerors are contained in COMAR 21.10.

Page 40: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

27

1 of 1

GENERAL PROVISIONS GP - SECTION 4

SCOPE OF WORK

GP-4.10 WARRANTY OF CONSTRUCTION

DELETE: The first paragraph in its entirety. INSERT: The following.

The Warranty as defined under paragraphs (a) through (g) in GP 4.10 “Warranty of Construction” shall apply to this Maryland Transportation Authority Contract unless specified elsewhere in this Invitation for Bids.

Page 41: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

28

1 of 2

GENERAL PROVISIONS GP - SECTION 5

CONTROL OF WORK

29 DELETE: Section GP-5.06 in its entirety

INSERT: The following.

GP-5.06 COOPERATION BETWEEN CONTRACTORS

A. The Contractor shall cooperate and coordinate with Authority contractors and any other adjoining work performed by outside agency contractors. Such cooperation and coordination shall include, and be not limited to, the following:

1. Arrangement, staging, and conduct of work; 2. Storage and disposal of materials, etc., in such a manner as to not interfere with, limit

access, or hinder the progress of the work being performed by other contractors. Contiguous work shall be joined as required in the Contract Documents.

3. Keeping apprised of other contractors’ activities, sharing information, working collaboratively, attending corridor coordination meetings and conforming to all other activities requiring cooperation and coordination efforts between contractors as identified in these special provisions.

B. The Authority shall have the right, at any time, to Contract for and perform other work on, near, over or under the work covered by this Contract. In addition, other work may be performed under the jurisdiction of another Administration or State agency. In cases when a dispute arises among contractors, the Authority’s decision shall be final and binding on the contractors. The Contractor shall cooperate fully with such other contractors and carefully fit his own work to such other work as may be directed by the Authority. C. The Contractor agrees to make no claims against the Authority for any inconvenience, delay or loss experienced by them because of the presence and operations of other contractors. All such justifiable and approved delays may be considered for an extension of time only in accordance with the requirements of Section TC-5.05 of the Standard Specifications.

Page 42: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

29

2 of 2 When the failure to gain access is not due to any fault or negligence of the Contractor, an extension of the contract time may be allowed on a day to day basis for the amount of time delayed. The impact on Contractor’s schedule shall be justifiable and supported by mutually corroborative facts, figures, and documentation. Except as provided herein, the Authority will not assume any responsibility for acts, failures, or omissions of other contractors that delay the work. The Contractor shall assume all liability in connection with his contract and shall protect and save harmless the Authority from any and all damages and claims that may arise because of any inconvenience, delay, or loss experienced as a result of the presence and operations of other contractors working in or near the work covered by his contract. Staging or storage areas are not available for the exclusive and long-term use by any contractor within the project limits, except as approved by the Authority and for the necessary work which each contractor is responsible of constructing. The Contractor shall remove the equipment, materials, and rubbish from the work areas and other Authority-owned property which the Contractor occupies and shall leave the areas in a presentable condition, in conformance with the provisions in Section GP-4.09, Final Clean Up, of the Standard Specifications. The Contractor shall secure, at the Contractor's own expense, areas required for storage of plant, equipment, and materials or for other purposes if sufficient area is not available to the Contractor within the contract limits. D. Measurement and Payment Cooperation between contractors shall be incidental to the various contract bid items provided for in this Contract, and no additional payment shall be made to the Contractor.

Page 43: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

30

1 of 8

GENERAL PROVISIONS GP - SECTION 7

LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC GP-7.05 CONSTRUCTION SAFETY AND HEALTH STANDARDS

40 ADD: After the last paragraph.

All Contractor personnel shall comply with the following at a minimum, unless otherwise determined unsafe or inappropriate in accordance with the regulations referenced in the Specifications: 1. Hard hats shall be worn while participating in or observing all types of field work when outside of a building or outside of the cab of a vehicle, and exposed to, participating in or supervising construction. 2. Respiratory protective equipment shall be worn whenever an individual is exposed to any item listed in the referenced regulations. 3. Adequate eye protection shall be worn in the proximity of grinding, breaking of rock and/or concrete, while using brush chippers, striking metal against metal or when working in situations where the eyesight may be in jeopardy. 4. Safety vest shall be worn by all personnel exposed to vehicular traffic and construction equipment. 5. Standards and guidelines of the current Maryland State Highway Administration’s work zone safety shall be used when setting, reviewing, and removing traffic controls. 6. No person shall be permitted to position themselves under any raised load or between hinge points of equipment without first taking steps to support the load by the placing of a safety bar or blocking. 7. All electrical tools shall be adequately grounded or double insulated. Ground Fault Circuit Interrupter (GFCI) protection must be installed in accordance with the National Electrical Code (NEC) and current Maryland Occupational Safety and Health agency (MOSH). If extension cords are used, they shall be free of defects and designed for their environment and intended use. 8. No person shall enter a confined space without training, permits and authorization. 9. Fall protection devices shall be used in accordance with the referenced regulations. 1.1 Initial Safety Plan Thirty (30) calendar days after the date the contract is executed, the Contractor shall submit a written initial project site-specific Safety Plan (Initial Safety Plan) that complies with the requirements of the Specification. The Initial Safety Plan shall address all on-site activities anticipated within the first ninety (90) calendar days of the contract time. 1.2 Safety Plan Within sixty (60) calendar days of the written Notice to Proceed date, the Contractor shall submit a written project site-specific Safety Plan (Safety Plan) that covers all contract work

Page 44: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

31

2 of 8 and which complies with the requirements of the Specifications. Incomplete or generic Safety Plan submittals are not acceptable and will be returned without review. The Contractor is responsible for the review of the specific safety requirements, as inherent in the scope of the contract work or implied by the Contract, for the analysis of planned methods of operation, and for the incorporation of any additional specific or unique safety requirements or measures in the Safety Plan. The Safety Plan shall be project site-specific and address eliminating or controlling hazards, exposures and risks endemic to the site and the contract work to be performed. The Engineer is under no obligation to detect safety issues or issue a notice of deficiency or non-compliant condition, in the Safety Plan or during performance of contract work by the Contractor, Subcontractor(s), Suppliers, or any other Contractor’s agents. Under no circumstances shall the Contractor (or Subcontractor(s), Suppliers, or any other Contractor’s agents) consider relieved of the obligations, pursuant to any applicable law or regulatory requirements, to provide a safe work place and comply fully with the safety laws and regulations. The Safety Plan shall: a) Acknowledge that the Contractor is responsible to be in compliance with all Federal

and State requirements and other applicable rules and orders that require employers to provide a safe and healthy workplace.

b) Outline administrative responsibilities for implementing the Safety Plan, and identify

and define the personnel accountable for incident prevention. Incidents include, but are not limited to, employee injuries, equipment and property damage, fires, and injury to the public. Include the name of the Contractor's Primary Safety Representative, delineating his/her authority to direct work stoppage and cause the elimination or correction of hazardous conditions.

c) Establish performance objectives for all line supervisors for the achievement of a

zero incident goal. d) Develop the means for coordinating and controlling work activities of contractors,

subcontractors, and suppliers. e) Provide for on-going safety inspections of work sites, material, and equipment to

ensure compliance with the Safety Plan. All Safety Plans shall include at a minimum the requirements set forth in Appendix A, included herein.

Page 45: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

32

3 of 8 1.3 Safety Operations a) The Contractor shall post the following in a jobsite location visible to all personnel:

i. Emergency procedures. ii. Emergency phone numbers. iii. Job safety and health poster. iv. Notice of workers’ compensation carrier. v. OSHA 200 Summary (during February of each year). vi. Location of Material Safety Data Sheet (MSDS) documents.

b) Assign a dedicated Contractor’s Primary Safety Representative. Non-exempt

subcontractor(s) shall appoint a Subcontractor’s Primary Safety Representative. A Contractor’s Primary Safety Representative (and Subcontractor’s Primary Safety Representative, if applicable) shall be assigned to each shift of construction, and be responsible for the administration of the Safety Plan. The Contractor’s Primary Safety Representative (and Subcontractor’s Primary Safety Representative, if applicable) shall have no other duties that could inherently conflict with his/her abilities to fulfill these safety related duties. Duties that would inherently conflict include production supervision and production management.

c) A non-exempt subcontractor is defined as one that has a subcontract value in excess

of one million dollars and who is otherwise exempt under subsection 1.4 below. d) Designate a competent person for each shift. e) Develop a Job Safety Analysis (JSA) for high-risk operations prior to their

commencement, and review specific JSA requirements with their employees. High risk operations include such activities as shoulder or lane closure; confined spaces; any excavation greater than 6 ft. in depth; pile driving; rebar placement; falsework erection; concrete placements involving cranes or pumps; and setting structural steel or precast elements, overhead sign structures, signals, high-mast lighting, etc. A copy of the JSA form is herewith included in Appendix B. Copies of completed JSA forms shall be kept on file at the Contractor’s field office and made available to the Engineer upon request.

f) Ensure that all subcontractor and suppliers are provided with a copy of Contractor's

project site-specific Safety Plan and are informed of their obligations with regard to safety.

g) Immediately address noted deficiencies upon observation. Where deficiencies cannot

be corrected immediately, the Contractor shall develop a corrective action plan outlining the procedures and schedule for completion.

Page 46: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

33

4 of 8 h) Notify the Authority of all written or oral warnings of safety violations/citations

within 24 hours upon their receipt. i) Employ any additional measures that are necessary for project safety. 1.4 Exemptions The following are exempt from the requirements of providing a Safety Plan: a) General Contractors or subcontractors who are certified by the International

Organization for Standardization ("ISO certified") at the time of receipt of bids and who continuously maintain ISO certification for the duration of the contract.

b) In the case of a joint venture, each joint venture partner must be ISO certified.

Should a Contractor or subcontractor lose the ISO certification during contract performance, the Contractor or subcontractor will lose the exemption. Once lost, an exemption cannot be reinstated. In the event the Contractor or subcontractor loses the exemption, the Contractor or subcontractor shall immediately submit the project site-specific Safety Plan, in no case later than 15 calendar days from losing the ISO certification.

c) Off site fabricators and suppliers. d) If the Contractor is exempt and one or more of its subcontractors are non-exempt,

then each non-exempt subcontractor shall prepare and submit a Safety Plan that is acceptable to the Contractor. The Contractor shall forward a copy of each Contractor-approved subcontractor Safely Plan to the Department for information and file, within thirty (30) calendar days of the Contractor’s issuance of Notice to Proceed to the non-exempt subcontractor.

1.5 Measurement and Payment The price for safety requirements under this Special Provision will be incidental to the entire work, and shall not be measured for pay items. The Contractor's submittal of a compliant Safety and Health Plan is a condition precedent to 25% payment of the Contractor’s mobilization payment.

Page 47: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

34

5 of 8

APPENDIX A

MINIMUM BASIC OUTLINE FOR PROJECT SITE-SPECIFIC SAFETY PLAN 1. SIGNATURE SHEET Title, signature and phone number of the following:

a. Plan preparer (for example, corporate safety person or project safety person) b. Plan approver, who shall be an officer of the company; and c. Plan concurrer, who shall be the most senior Contractor representative that the

Contractor intends to assign full time to the project.

2. BACKGROUND INFORMATION

a. Contractor; b. Contract number; c. Project name;

d. Brief project description, description of work to be performed, and location (map); and

e. Contractor accident experience (provide information such as EMR, OSHA 200/300 Forms).

3. STATEMENT OF SAFETY AND HEALTH POLICY In addition to the corporate policy statement, a copy of the corporate safety program may provide a significant portion of the information required by the accident prevention plan. 4. RESPONSIBILITIES AND LINES OF AUTHORITIES Identification and accountability of personnel responsible for safety at both the corporate and project level.

5. SUBCONTRACTORS AND SUPPLIERS Provide the following:

a. Identification of subcontractors and suppliers; b. Means for controlling and coordinating subcontractors and suppliers; and c. Safety responsibilities of subcontractors and suppliers.

Page 48: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

35

6 of 8

6. TRAINING

a. List subjects to be discussed with employees in the safety indoctrination; b. List mandatory training and certifications which are applicable to this project [for

example, explosive-actuated tools, confined space entry, crane operator, diver, vehicle operator, Hazardous Waste Operations and Emergency Response (HAZWOPER) training and certification, personal protective equipment, etc.] and any requirements for periodic retraining / recertification;

c. Identify requirements for emergency response training; and d. Outline requirements (who attends, when given, who will conduct, etc.) for

supervisory and employee safety meetings.

7. SAFETY AND HEALTH INSPECTIONS Provide details on when inspections will be conducted, how inspections shall be recorded, deficiency tracking system, follow-up procedures, etc. 8. SAFETY AND HEALTH EXPECTATIONS, INCENTIVE PROGRAMS, AND

COMPLIANCE

a. The company’s written safety program goals, objectives, and accident experience goals for this contract should be provided;

b. A brief description of the company’s safety incentive programs (if any) should be provided;

c. Policies and procedures regarding noncompliance with safety requirements (to include disciplinary actions for the violation of safety requirements) should be identified; and

d. Provide written company procedures for holding managers and supervisors accountable for safety.

9. ACCIDENT REPORTING

The Contractor shall identify the person or persons who shall provide the following information pertaining to the incident:

a. Exposure data (personnel hours worked); b. Reports and logs for accident investigations; and c. Immediate notification of major accidents

10. MEDICAL SUPPORT

Outline on-site medical support and off-site medical arrangements.

Page 49: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

36

7 of 8 11. PERSONAL PROTECTIVE EQUIPMENT Outline procedures (e.g. who, when, how) for conducting hazard assessments and written certifications for use of personal protective equipment. 12. PLANS (PROGRAMS, PROCEDURES) REQUIRED BY THE APPLICABLE

REGULATIONS The Contractor shall provide information on how the requirements of major sections of Title 29 CFR 1910 and 1926 in the project site-specific Safety Plan will be met. Particular attention shall be paid to excavations, fall protection, scaffolding, medical and first aid requirements, sanitation, personal protective equipment, fire prevention, machinery and mechanized equipment, electrical safety, public safety requirements, and chemical, physical agent and biological occupational exposure prevention requirements. Detailed site-specific hazards and controls shall be provided in the job safety analysis for each phase of the operation, not in the program.

Page 50: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

37

8 of 8

APPENDIX B

JOB SAFETY ANALYSIS

Activity: ___________________ Analysis by/Date: ___________________

PRINCIPAL STEPS

POTENTIAL SAFETY/HEALTH HAZARD

RECOMMENDED CONTROL

Identify the principal steps involved and the

sequence of work activities.

Analyze each principal step for potential hazards

Develop specific Controls for each potential hazard

EQUIPMENT TO BE

USED

EQUIPMENT INSPECTION

REQUIREMENTS

TRAINING

REQUIREMENTS

List equipment to be used in the work

activity.

List equipment inspection requirements for the type of

equipment utilized for the work activity.

List training requirements, including hazard communication.

Page 51: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

38

1 of 1

GENERAL PROVISIONS GP - SECTION 8

PROSECUTION AND PROGRESS

56 DELETE: Section GP 8.01 in its entirety INSERT: The following. GP-8.01 SUBCONTRACTING Except as may be provided elsewhere in the Contract, the Contractor to whom a Contract is

awarded shall perform with his own organization and with the assistance of workers under his immediate supervision, work of a value of not less than 50 percent of the total original value of the Contract.

No portion of the Contract shall be subcontracted, assigned or otherwise disposed of except

with the written consent of the Procurement Officer. Any assignment, subcontract or other disposition of all or part of this Contract without the express written consent of the Procurement Officer shall be null and void. Consent to subcontract, assign or otherwise dispose of any portion of the Contract shall not be construed to relieve the Contractor or surety of any responsibility for the fulfilling of all the requirements of the Contract.

The Contractor shall incorporate by reference or otherwise include these General Provisions in every subcontract issued pursuant to or under this Contract, and shall require that the same reference or inclusion be contained in every subcontract entered into by any of its subcontractors.

Page 52: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

39

1 of 1

GENERAL PROVISIONS GP SECTION 8

PROSECUTION AND PROGRESS

62 DELETE: Section GP 8.09 in its entirety

INSERT: The following.

GP-8.09 LIQUIDATED DAMAGES

Time is an essential element of the Contract and it is important that the work be

vigorously prosecuted until completion.

For every calendar day that the contract remains uncompleted after the expiration of the contract time specified herein, or amended by extra work authorization, change orders or supplemental agreements, the Contractor will be liable for Liquidated Damages. The amount of Liquidated Damages shall be as specified in Contract Time and Bonding. This amount shall be deducted from any money due the Contractor, not as a penalty, but as Liquidated Damages. Damages in excess of any retained percentage shall be paid to the Authority by the Contractor.

Refer to Contract Time and Bonding contained elsewhere herein.

Page 53: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

40

1 of 2

GENERAL PROVISIONS GP SECTION 9

PAYMENT

GP70 DELETE: Section GP 9.01 in its entirety INSERT: The following. GP-9.01 SCOPE OF PAYMENT Payment to the Contractor will be made for the actual quantities of Contract items performed in

accordance with the Plans and Specifications and if, upon completion of the construction, these actual quantities show either an increase or decrease from the quantities given in the bid schedule, the Contract unit prices will still prevail, except as provided in GP-4.04 Variations in Estimated Quantities.

The payment of any partial estimate or of any retained percentage except by and under the

approved final estimate and voucher, in no way shall affect the obligation of the Contractor to repair or renew any defective parts of the construction or to be responsible for all damages due to such defects.

When requested in writing by the Contractor and approved by the Procurement Officer,

payment allowance will be made for nonperishable material to be incorporated in the work delivered and stockpiled at the work site or other approved site. Material for which payment has been made, wholly or partially, shall not be removed from the worksite or other approved site.

Payment to the Contractor under this section for materials on hand in no way will be construed

as acceptance by the Authority of title to the material. Title shall remain with the Contractor until the project has been completed and accepted in accordance with GP-5.13.

The Contractor shall indicate his Federal Tax Identification or Social Security Number on the

face of each invoice billed to the State. On Contracts in excess of $25,000, the Contractor and any subcontractor with a lower tier

subcontract, prior to receiving a progress or final payment under this Contract, shall first certify in writing that he has made payment from proceeds of prior payments, and that he will make timely payments, from the proceeds of the progress or final payment then due him, to his subcontractors and suppliers in accordance with his contractual arrangements with them.

Page 54: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

41

2 of 2

The Contractor shall also obtain from each subcontractor a certification that it has made payment from proceeds of prior payments to any of its lower tier subcontractors, and will make timely payments to its lower tier subcontractors and suppliers in accordance with its contractual arrangements with them. This certification is not required from subcontractors who have no lower tier subcontracts. These certifications may be required by the Procurement Officer for contracts of $25,000 or less.

In addition to any other remedies provided by law or this Contract, any Contractor or subcontractor of any tier who fails to make payments as required by the certifications set forth in the above paragraphs within thirty (30) days from the date such payment is due shall be obligated to include with such payment interest at the rate of 10 percent per annum from the date the payment was due to the date the payment was actually made to the subcontractor or lower tier subcontractor.

Page 55: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL

BOOTH REPLACEMENTS SPECIAL PROVISIONS Contract No. MA 2597-000-006

42 10-14-10

1 of 8 TERMS AND CONDITIONS

TC SECTION 4 CONTROL OF WORK

TC-4.01 WORKING DRAWINGS 95 DELETE: Section (a) in its entirety

INSERT: The following.

(a) General. The Plans will be supplemented by shop plans, working drawings, catalog cuts, schematics, material data, installation plans and manuals, user manuals, and other data necessary to demonstrate to the Engineer adequate control of the work, proper installation and handling, conformance to the specifications, and that the proposed materials and equipment is suitable for the intended use. All authorized alterations affecting the requirements and information given on the working drawings shall be in writing to the Engineer. Any deviations from the Specifications, Special Provisions, or Plans shall be clearly highlighted and explained. When reference is made to the working drawings, the interpretation shall be the working drawings as affected by all authorized alterations then in effect. When reference is made to the working drawings, the interpretation shall be that working drawings include working drawings, catalog cuts, schematics, material data, installation plans and manuals, user manuals, and other data necessary to demonstrate to the Engineer adequate control of the work, proper installation and handling, conformance to the specifications, and that the proposed material or equipment is suitable for the intended use.

Working drawings shall show details of all structures, lines, grades, typical cross sections of roadway, general cross sections, location and designation of all units and elements. Cabinet drawings shall be to-scale showing the location of all equipment proposed to be mounted within the cabinet. One-line diagrams and schematics shall be provided for equipment cabinets showing the interconnection of all devices located therein. Equipment layouts shall include rack-level elevation views as well as floor plans for all equipment racks. All working drawings, regardless if submitted as specified or submitted as equal substitutes, shall be furnished with complete, specific, detailed information from the manufacturer or supplier for the material or equipment the Contractor proposes to furnish, in which the requirements of the Specifications and Special Provisions shall be clearly shown to be met. When any article is specified by trade name of manufacturer with or without the clause “or equal”, it is intended to establish the quality of the article. If the Contractor proposes to use material or equipment of another manufacturer as an “or equal” to the material or equipment specified, all working drawings shall conform to the following requirements, conditions, and procedures:

Page 56: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

43 10-14-10

2 of 8

Substitution of equipment or materials other than those specified will be considered, providing, in the opinion of the Engineer, such equipment or material is equal to, or better than specified. The decision of the Engineer with respect to approval or disapproval of any material or equipment proposed to be substituted as an “or equal” is final. The Contractor shall have no claim of any sort by reason of such decision.

If the Contractor proposes to substitute materials or equipment as “or equal” to those specified, it shall be his responsibility to furnish, in addition to the information discussed above, a point by point comparison of the material or equipment specified under the contract and that proposed to be substituted. The burden of responsibility in furnishing this information is with the Contractor.

If the substitute material or equipment requires any re-design or affects other aspects of the project, the Contractor shall be responsible to provide such re-design including details and to adjust elements as necessary to achieve the re-design at no additional cost to the Authority. Cost saving re-designs will be considered under the value engineering specifications.

If incomplete or irrelevant data is submitted as evidence of compliance with Specifications, Special Provisions, or Plans, the data will be returned and the request for approval of working drawings will be denied.

The Contractor shall provide, at no additional cost to the Authority, all required working drawings which shall be thoroughly checked and stamped by the Contractor, after which they shall be submitted to the Engineer for review. The Engineer may reject working drawings and return them for revisions, in which case the Contractor shall submit revised working drawings as required. No items involving working drawings shall be incorporated into the work until working drawings have been accepted by the Engineer, however, acceptance shall not relieve the Contractor of any responsibility in connection with the working drawings. All engineering calculations and bridge falsework and support of excavation working drawings shall bear the signature and stamp of a Professional Engineer registered in the State of Maryland.

The working drawings shall be prepared on sheets no smaller than 8.5" x 11" and no larger than 22" x 34". The sheet size and scale of the drawings shall be appropriate for the work depicted.

All working drawings shall be submitted by the Contractor. Working drawings submitted directly by subcontractors, fabricators, suppliers, etc. will NOT be accepted. Acceptance of a material source or equipment source by the Engineer or Authority shall NOT constitute approval of the material or equipment nor approval of the materials or equipment as a substitute or an “equal” product.

Page 57: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

44 10-14-10

3 of 8

Requests for information (RFI) may be submitted by the Contractor as required to clarify the contract requirements. RFI’s shall be subject to the same submittal requirements described below for other submittals required by the Contract.

The working drawings and all other submittals required by the Contract shall be submitted electronically as files (FAXES are NOT acceptable). Electronic submission shall be made via the internet to a secure ProjectSolve2 © website established for this purpose. Email submission is not acceptable. Reviewed working drawings shall be returned to the Contractor via the secure website. The Contractor shall be notified via e-mail when reviewed working drawings are ready. Protocols, instructions, user names and passwords will be provided for the use of the secure website, electronic submissions and return of working drawings after award of the Contract.

The minimum computer requirements for use of the secure website are as follows:

• Hardware

– Dictated by the Internet Browser: ensure the hardware meets minimum requirements specified by the browser manufacturer.

• Operating System

– Windows XP or Windows 7 for full functionality.

• Internet Browser

– Microsoft Internet Explorer 5.x or 6.x (7.x not currently supported)

– Netscape Navigator / Communicator 4.7x (6.x and 7.x not currently supported).

• Internet Access

– High-speed access (DSL, ISDN, T1, cable-modem or similar),

• Pop-up Blockers

– Interfere with ProjectSolve2© operation: disable for session.

• Spyware

– Can interfere with operation: recommend monitoring or blocking, and periodic cleaning.

Page 58: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

45 10-14-10

4 of 8

Electronic Submittal Format. All electronic submittals shall be in a format readable by the Authority. The submittals shall be in Adobe portable document format (PDF) compatible with version 6.0 of Adobe Acrobat.

Submittals shall be submitted as single files or multiple files. Multiple files shall be used for submittals that are over 5MB in size. Submittals shall be broken into files of approximately 5MB. Submittals made as multiple files shall be accompanied by a text file that describes the contents of each file and the total number of files in the submittal.

The first page of each submittal shall be a cover page. The cover page must be in the 8.5" x 11" sheet format. The cover page must include:

The Contract number.

The Contract title.

Submittal Number. For each project (Contract), a sequential number starting with number 1 shall be used. Where a submittal is rejected, or otherwise requires resubmittal or replacement, the Submittal number shall be appended with an “R” followed by the revision number.

The Contractor’s name, mailing address, contact phone number and contact email address.

The relevant line items in the contract that the submittal is associated with.

A brief description of the materials or data represented in the submittal package.

The date of the submittal.

The manufacturer’s name, web site address, mailing address, and contact phone number, if applicable.

The vendor’s or reseller’s name, web site address, mailing address, and contact phone number if applicable.

The cover page must contain a 6" x 3" blank space where engineering stamps may be placed (electronically) without covering data in the page.

Page 59: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

46 10-14-10

5 of 8

The electronic file must not be secured. The review process for electronic submittals will place electronic stamps and may include electronic comments in the electronic submittals by the Contractor. Any security or compatibility problems that prevent the use of the electronic stamps or electronic commenting will render the submittal unacceptable. The returned file may be secured to prevent accidental changes.

File Naming Conventions and rules. It is necessary and required that file naming conventions and rules be followed to lend to organization and reduce confusion regarding the electronic submissions. Submittals that do not follow the file naming conventions described herein will be rejected without review. Strict adherence to the file naming rules is required. The file names for electronic submissions shall follow these rules:

1. The first six characters must be the first six characters of the contract number. For example, for this contract, MA 2597-000-006, the first six characters of the file name must be MA 2597.

2. The seventh character must be a dash.

3. The eighth through tenth characters shall be the text format. “SUB” short for Working Drawing and Catalog submittals, “RFI” short for Request for Information, “SOS short for Source of Supply, “LTR” short for letter (correspondence), “SAP short for Subcontractor Approval Request, and “MD” short for Mix Design submittals.

4. The eleventh character must be a dash.

5. The twelfth through fourteenth characters must be the submittal number, e.g., 001.

6. In the event of a re-submittal, the 15th character will be an R followed by the revision number.

7. The remaining filename characters may be any short descriptive characters that may be useful to identify the nature of the submittal (fewer than 40 additional characters). If multiple files are used to make a submittal, the indication “File X of Y” shall be included in this part of the file name, where “X” is a two digit number indicating the where in the sequence of files the file falls and “Y” is the total number of files. The value of “X” shall not exceed the value of “Y”.

Page 60: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

47 10-14-10

6 of 8

1. Examples of filenames:

i. Original Submission:

1. MA 2597-SOS-001-Paint System.pdf

ii. Resubmission:

1. MA 2597-SOS-001R2-Paint System.pdf

iii. Submission with multiple files:

1. MA 2597-SUB-109-Structural Steel File 02 of 05.pdf

2. The Contractor will have access to the data base containing the final submissions.

ADD: The following after section (b).

All shop plans, working drawings and material submittals for this project shall be submitted via the ProjectSolve2© website. Immediately upon approval, the Contractor shall arrange for delivery of three print copies of working drawings and submittals for use by the inspection staff. The delivery of printed drawings and submittals shall be within three working days from the date of posting of approved submittal on the ProjectSolve2© website. The printing shall be performed by a third-party reproduction facility which shall be pre-approved by the Authority. All costs for such reproduction shall be considered incidental to the various items of work in the Contract and no additional payment shall be made therefore.

Further to the electronic submission requirement, the Contractor must provide one original copy for all correspondence.

The Contractor shall allow 30 Calendar days turnaround time on all shop drawings and material submittal from the date they are received by the Authority. All shop plans and working drawings shall be reviewed and approved by the Contractor prior to submitting for approval to the Maryland Transportation Authority and shall be submitted by the General Contractor only. No drawings sent to the Authority directly by subcontractors, fabricators, etc. will be accepted.

Page 61: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

48 10-14-10

7 of 8

Scheduling & Additional Requirements:

Within 7 calendar days of submitting the ICPM, the Contractor shall submit a Preliminary Submittal Package (PSP), which contains a list of items to be submitted for review within the first 6 months of the Contract.

Within 7 calendar days after the Engineer’s receipt of the PSP List, the Engineer shall review the PSP List and meet with the Contractor to discuss the Engineer’s comments. The Engineer shall be apprised of any highly critical items in need of an early review at the time that the Contractor submits the PSP.

Within 7 calendar days of acceptance of the ICPM as the CPM of record, the Contractor shall submit a Master Submittal Package (MSP), which contains a comprehensive and complete list of all items to be submitted for review for the entire Contract.

Within 7 calendar days after the Engineer’s receipt of the MSP List, the Engineer shall review the MSP List and meet with the Contractor to discuss the Engineer’s comments. Within 7 calendar days after the meeting, the Contractor shall incorporate the agreed changes to the MSP List. If required, the Contractor and Engineer shall continue to meet and amend the MSP List until the Engineer accepts it.

Any delay in starting the submittal process caused by the time required for Engineer acceptance of the PSP List or MSP List will not be considered a basis for any adjustment in the Contract amount or time.

The Contractor shall submit a Submittal Item for review no more than 30 days in advance of the “Submittal Start Date”. The “Submittal Start Date” is defined as the latest date that the submittal preparation MUST start in order to be completed in time for the successor activity to commence as outlined in the ICPM / CPM schedule. The Contractor shall allow 30 calendar days for the review and acceptance of Submittals exclusive of Contractor’s Re-Submittal preparation time, for Re-Submittal Items. The Engineer and Contractor may agree to adjust this requirement if an item is identified as a highly critical item in need of early approval. The Engineer shall be apprised of such highly critical items in need of an early review prior to the submission of the identified Submittal Packages. The Contractor submits the Submittal Package for early review, once permission has been obtained from the Engineer.

All shop plans and working drawings shall be reviewed and approved by the Contractor prior to submitting for approval to the Maryland Transportation Authority and shall be submitted by the General Contractor only. No drawings sent to the Authority directly by subcontractors, fabricators, etc. will be accepted.

Page 62: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

49 10-14-10

8 of 8

Acceptance of a material source by the Engineer does not constitute approval of the material as a substitute as an "equal". Submission of a material as an "or equal" must be done in accordance with the following paragraphs:

All shop drawings, regardless if "Submitted as Specified" or "Submitted as Equal to Specified", shall be furnished with complete, specific, detailed information from the manufacturer or supplier of the material or equipment the Contractor proposes to furnish, in which the requirements of the Specifications are clearly shown to be met. This shall include a point by point comparison with the detail requirements of the Specifications.

When any article is specified by trade name of manufacturer with or without the clause "or equal", it is intended to establish the quality of the article. If the Contractor proposes to use material or equipment of another manufacturer as an "or equal" to material or equipment specified, all shop drawings shall conform to the following requirements, conditions, and procedure:

1. Substitution of equipment or materials other than those specified will be considered, provided, in the opinion of the Engineer, such equipment or material is equal to, or better than specified. The decision of the Engineer with respect to approval or disapproval of any material or equipment proposed to be substituted as an "or equal" is final. The Contractor shall have no claim of any sort by reason of such decision.

2. If the Contractor proposes to substitute materials or equipment as "or equal" to those specified, it shall be his responsibility to furnish, in addition to the information discussed above, a point by point comparison of the material or equipment specified under the Contract and that proposed to be substituted. The burden of responsibility in furnishing this information is with the Contractor.

If incomplete or irrelevant data is submitted as evidence of compliance with this section of the Specifications, the data will be returned and the request for approval will be denied.

Page 63: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

50 10/31/08

1 of 1 TERMS AND CONDITIONS

TC SECTION 4

CONTROL OF WORK

TC-4.02 FAILURE TO MAINTAIN PROJECT 98 ADD: To the second paragraph.

Additionally, an appropriate deduction will be made from the Contractor's next progress estimate for each day or portion thereof that Maintenance of Traffic deficiencies exist, and will continue until the deficiencies are satisfactorily corrected and accepted by the Engineer. Any portion of a day will be assessed a full day deduction.

The above noted deduction will be assessed on the next progress estimate if:

The Contractor does not take action to correct the deficiencies and properly assume the responsibilities of maintaining the project (as determined by the Engineer) within four hours of receiving a notice to comply with the required maintenance provisions.

The deduction established by using the working days (based upon calendar dates when required) divided into the total value of the bid item will be equal to the daily prorated share of the lump sum price bid for Maintenance of Traffic or $1,000.00 per day, whichever is more for each day or portion thereof that the deficiencies exist, and will continue until the deficiencies and proper assumption of the required maintenance provisions are satisfactorily corrected and accepted by the Engineer. The amount of monies deducted will be a permanent deduction and are not recoverable. Upon satisfactory correction of the deficiencies, payment of the Maintenance of Traffic lump sum item will resume.

Page 64: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

51

1 of 1

TERMS AND CONDITIONS TC SECTION 5

LEGAL RELATIONS AND PROGRESS

TC-5.01 INSURANCE 100 DELETE: The first three paragraphs under Section TC-5.01 in their entireties. INSERT: The following. The requirement of GP-7.14 “Liability Insurance” to submit Certificate of Insurance prior to

starting work is modified for Authority Contracts to require the certificate of insurance to be submitted prior to the execution of the Contract.

The Contractor shall maintain in full force and effect third party legal liability insurance

necessary to cover claims arising from the Contractor's operations under this agreement which cause damage to the person or property of third parties. The insurance shall be under a standard commercial general liability (“CGL”) form endorsed as necessary to comply with the above requirements; or other liability insurance form deemed acceptable by the State. The State of Maryland shall be listed as an additional named insured on the policy. The limit of liability shall be no less than One Million Dollars ($1,000,000.00) per occurrence/Two Million Dollars ($2,000,000.00) general aggregate. The insurance shall be kept in full force and effect until all work has been satisfactorily completed and accepted. The policies shall be endorsed to provide thirty (30) days notice of cancellation or non-renewal to:

Director of Construction Maryland Transportation Authority 300 Authority Drive Baltimore, Maryland 21222

Page 65: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

52

1 of 2

TERMS AND CONDITIONS TC SECTION 7

PAYMENT

TC-7.05 PROGRESS PAYMENT DELETE: Section TC-7.05 (a) (2) Variable Retainage in its entirety.

INSERT: The following.

(3) Variable Retainage. The Contract will be subject to a variable retainage based upon the Authority’s performance evaluations of the Contractor. Those qualifying may have retainage reduced upon request of the Contractor with consent of surety. This request must be processed through the Project Engineer. If at any time during the performance of the work, the evaluation of the Contractor changes, retainage reduction may be reconsidered.

After 15 percent project completion and upon request, Contractors with “A” evaluations for the last two years may be reduced from 5 percent to 2 percent. Project completion percentage will be based upon actual work completed (excluding monies paid for stored materials). An interim evaluation of the current project would need to be completed and must be an “A”. Contractors with “A” evaluations for the last two years may petition to have all retainage at that point released upon completion of a significant milestone. Release of full retainage will be at the discretion of the Project Engineer. Retainage will continue at 2.0 percent until the next milestone or completion of the contract. At 50 percent project completion and upon request, Contractors with “B” evaluations or any combination of “A” and “B” evaluations for the last two years may be reduced from 5 percent to 2.5 percent, and remain at that level until released upon final payment. Project completion percentage will be based upon actual work completed (excluding monies paid for stored materials). An interim evaluation of the current project would need to be completed and would need to be an “A” or “B”. Contractors with “C” evaluations or any combination of “C” and “D” evaluations for the past two years will begin and remain at 5 percent for the life of the project. Contractors with a “D” evaluation for the last two years will begin at 5 percent. Project performance will be evaluated monthly with the retainage being raised to 10 percent for continued “D” performance. New Bidders. Contractors who have not been previously rated by the Authority may be eligible for a reduction in retainage. To be eligible, their past performance on highway and bridge work shall be documented by the government agency with whom they had a contract and their performance shall be documented on Authority forms.

Page 66: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

53

2 of 2 Contractors who do not fit into the above criteria would require a 5 percent retainage throughout the life of the Contract.

Page 67: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

54 03-06-12

1 of 1

TERMS AND CONDITIONS TC SECTION 7

PAYMENT

TC-7.07 LATE PAYMENTS ADD: The following at the end of the section. (e) Payments will be made within thirty (30) days of the date when the contract amount

becomes due and payable or the date of receipt of a proper invoice, whichever is later. The State's failure to remit payment within forty-five (45) days from that date may entitle the Contractor to interest at the rate of 9 percent per annum beginning on the 31st day.

Page 68: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

55 03-06-12

1 of 4 CATEGORY 100 PRELIMINARY

SECTION 103 – ENGINEER’S OFFICE

103.03 CONSTRUCTION.

103.03.05 Requirements for all Offices.

144 ADD: The following after (v).

(w) One paper shredder capable of shredding at least 10 sheets (20 lb bond) at a time. Throat width of at least 12 in. Speed of at least 20 feet per minute. Auto reverse or auto stop for paper jams. Power of at least 115 v.

144 DELETE: 103.03.06 Microcomputer System for all Offices in its entirety.

INSERT: The following. 103.03.06 Computer System. Furnish 1 desktop computers and 1 laptop computers. General Requirements.

(a) IBM compatible with an Intel or AMD processor. (b) Minimum hard drive storage of 80 GB (gigabyte). (c) One CD-RW drive (re-writable CD-ROM). (d) Operating System. Minimum Microsoft® Windows XP PRO SP2. Must be a 32-bit

operating system. (A 64-bit operating system is not compatible with some SHA software.) The computer system will not be acceptable unless all Microsoft Windows Critical Updates are installed.

(e) Printer with scanning capability. When an Engineer’s Office is specified, furnish a Color laser

jet printer with a minimum resolution of 1200 DPI (dots per in.), at least 8 MB of RAM, and a print speed of at least 15 PPM (pages per minute). Inkjets will not be accepted. (Note: A separate color inkjet printer shall be required if a digital camera is specified, refer to SP-Section 113).

(f) Software. Supply all manuals and software on original disks for retention in the Engineer’s

Office or Administration facility for the duration of the Contract.

(1) Microsoft® Office 2007 Professional for Windows™ or later.

Page 69: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

56 03-06-12

2 of 4 (2) Install and configure antivirus software to perform an automatic update when the

microcomputer system connects to the internet. Antivirus software approved for Administration web email: *Norton, McAfee, Sophos, or ETrust. (*Norton Internet Security includes Antivirus and a Personal Firewall).

(g) Internet Access. Provide unlimited internet service approved by the Engineer. Where available, provide internet high-speed service (DSL or cable). With DSL or cable internet service, provide an external router device. Provide firewall software to protect the computer from security intrusions.

(h) Accessories.

(1) When an Engineer’s office is specified, provide a standard computer workstation with

minimum desk space of 60 X 30 in. and a padded swivel type chair with armrests. (2) 8-1/2 X 11 in. xerographic paper as needed. (3) Toner or ink for the printer as needed. (4) Maintenance agreement to provide for possible down time. (5) Physical security system to deter theft of the computer and components. (6) Three 4-GB USB flash drive storage devices. (7) Blank recordable CD-RW media as needed.

Desktop Specific Requirements. (a) Minimum processor speed of 3.0 GHz. (b) Minimum of 2 GB RAM (Random Access Memory). (c) Enhanced 101 key keyboard with wrist rest. (d) Super video graphics accelerator (SVGA). (e) Mouse and mouse pad. (f) Flat-panel LCD monitor (19 in. minimum) meeting Energy Star requirements. (g) Uninterruptible power supply (UPS).

Page 70: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

57 03-06-12

3 of 4 Laptop Specific Requirements.

(a) Must meet military standard of durability MIL-STD 810G (b) Minimum processor speed of 2.4 GHz. (c) Minimum 2 GB SDRAM. (d) Minimum 15” 1024x768 (XGA), daylight-readable, 500nits (cd/m2) LCD display. (e) Power Supply. Two lithium ion battery packs with overcharge protection, an AC adaptor, and

a vehicle DC power adaptor that operates the laptop and simultaneously charges the laptop’s internal battery.

(f) Carrying Case. (g) Printer. When an Engineer’s Office is not specified, furnish a portable printer that meets the

requirements specified above. (h) Internet Service. If an Engineer’s Office is not specified, furnish the laptop with an internal

wireless broadband card and broadband internet service. Have the computer system completely set up and ready for use on or before the day the Engineer’s Office is to be occupied. When an Engineer’s Office is not specified, have the computer system furnished complete and ready for use at least five days prior to beginning any work on the project. If for any reason the system fails to operate, is stolen, or is otherwise unavailable for use, it shall be replaced or repaired within 48 hours. When the computer system is no longer required, the Construction Management software system including original user/operator guide manuals, program disks, and all data files (including those stored on USB flash drives, CD-R’s, etc.) will be removed by the Engineer and delivered to the District Engineer and become the property of the Authority. To eliminate the possibility of inadvertently releasing residual representation of State data, the Authority shall either destroy the electronic storage media or ensure that the electronic storage media has been sanitized in accordance with NIST SP800-88 Guidelines for Media Sanitization. The remaining computer systems shall remain the property of the Contractor. 146 DELETE: Section 103.03.09 in its entirety.

INSERT: The following.

Page 71: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

58 03-06-12

4 of 4 103.03.09 Recycling. Recycling of recyclable paper (bond, newsprint, cardboard, mixed paper, packaging material and packaging), bottles (glass and plastic), and aluminum cans will be required at the Engineer’s Office and the Contractor’s facilities for the project. Furnish approved containers, and remove the material from the site on an approved schedule or as directed. All material shall be taken to an authorized recycling facility. Maintain a log for the duration of the project documenting the type of materials recycled. The log shall include the types of material, date, time, location of facility, and signature line. Furnish a copy of the log at the completion of the project and upon request. The Contractor shall be considered the owner of any profit and be responsible for all incurred costs.

103.04 MEASUREMENT AND PAYMENT.

147 ADD: The following as a fourth paragraph.

Computer. The Computer System will not be measured but the cost will be incidental to the Contract price for the Engineer’s Office item. If an item for Engineer’s Office is not specified, the cost of the computer system will be incidental to the payment for Mobilization. In absence of either item, payment will be incidental to the other items specified in the Contract Documents.

Page 72: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

59 03-06-12

1 of 8 CATEGORY 100 PRELIMINARY

SECTION 104.00 – MAINTENANCE OF TRAFFIC (GENERAL)

104.00 GENERAL. 148 ADD: The following. This project affects Interstate 95 (the Fort McHenry Tunnel Facility) north of the Fort McHenry Tunnel in Baltimore City. This project also affects US 50/ US 301 west of the William Preston Lane Jr. Memorial (Chesapeake Bay) Bridge. This work will require coordination with the Maryland Transportation Authority who may require that notification of traffic control changes be provided to and coordinated with Baltimore City and Maryland State Highway Administration, District 5.

Page 73: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

60 03-06-12

2 of 8 CATEGORY 100 PRELIMINARY

SECTION 104 — MAINTENANCE OF TRAFFIC

SECTION 104.01 TRAFFIC CONTROL PLAN (TCP) 104.01.01 DESCRIPTION.

149 DELETE: The fourth paragraph sentence “Refer to contract Documents for Work Restrictions.” in its entirety. INSERT: The following. Fort McHenry Tunnel Agency Contacts

CONTACT TITLE PHONE NUMBER Ms. Martara Hannah Facility Administrator 410-537-1250

Mr. Jeff Robson Facility Maintenance Supervisor 410-537-1269

Ms. Roxane Y. Mukai Traffic Manager 410-537-7848 William Preston Lane Jr. Memorial Bridge Agency Contacts CONTACT TITLE PHONE NUMBER Mr. Gordon Garrettson Facility Administrator 410-295-8157 Mr. Richard Jarmillo Deputy Administrator 410-537-6659

Mr. Maurice “Moe” Saxon Facility Chief Maintenance Office (CFMO) 410-537-6651

Ms. Roxane Y. Mukai Traffic Manager 410-537-7848 Work Restrictions. On Monday of each week, the Contractor shall provide the Engineer with a complete list of anticipated lane and shoulder closures for the following two weeks, allowing the Authority a minimum of fourteen (14) calendar days or ten (10) working days notification. The Engineer shall then notify the affected facilities, the Engineering Division’s Traffic Section and other appropriate offices. No lane closures shall be made without prior written approval of the Engineer in the form of an Authority lane/shoulder closure permit. The Authority is not responsible for lost workdays resulting from the Contractor failing to submit schedules or providing notification of maintenance of traffic requirements in a timely manner. Other contractors may be actively working in or around the vicinity of this project. The Contractor shall cooperate with and coordinate work activities with contractors in adjoining or overlapping work areas.

Page 74: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

61 03-06-12

3 of 8 The Contractor is responsible for obtaining lane/shoulder closure or other Permits from all affected agencies that require permits for work on their right of way, including those listed in this Special Provision. The Contractor shall make contact with the representative from the affected agency, through the Project Engineer and provide a copy of all coordination correspondence to the Authority. Sufficient time shall be allowed for review and approval of the permit application.

FORT McHENRY TUNNEL SEASONAL TOLL BOOTH LANE CLOSURE RESTRICTIONS

SEASONAL TOLL BOOTH LANE CLOSURE SCHEDULE

Time of Day Days of the Week Direction Allowed Closures 10:00 PM Friday –

5:00 AM Friday Friday PM through

Friday AM NB / SB Single Toll Booth Lane, Continuous

7:00 PM – 5:00 AM Friday through Thursday NB / SB Two Toll Booth

Lanes

10:00 PM – 5:00 AM Friday through Thursday NB / SB Four Toll Booth

Lanes Notes:

1. All toll booth work must be completed between October 1st and April 1st. No toll booth construction will be allowed between April 1st and October 1st.

2. All FMT toll booths must be fully operational by 5AM Friday morning, including installation of all systems and equipment and commissioning of the revenue collection equipment.

3. Only the toll booth being replaced and the lane immediately adjacent can be removed from service between 5AM and 7PM of any given day. All toll booth lanes which serve toll booths that are not being replaced must be fully functional during peak periods.

4. All toll booth lanes must be fully commissioned and operational prior to the Midnight before any of the FMT facility holiday restriction periods listed below. This includes major traffic generating events in Baltimore City as defined below, restrictions for holidays that fall on a Thursday, Friday or Monday, and holidays that restrict work two days prior and two days following that holiday.

Page 75: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

62 03-06-12

4 of 8 ALLOWABLE TEMPORARY LANE CLOSURE SCHEDULES

FORT McHENRY TUNNEL (FMT) – I-95 ROADWAY MAINLINE

TEMPORARY LANE OR SHOULDER CLOSURE SCHEDULE

Time of Day Days of the Week Direction Allowed Closures 9:30 AM – 2:30 PM Monday - Thursday SB Single Lane Closure 7:00 AM – 2:30 PM Monday - Thursday NB Single Lane Closure 9:30 AM – 1:00 PM Friday SB Single Lane Closure 7:00 AM – 1:00 PM Friday NB Single Lane Closure 7:00 PM – 5:00 AM Monday - Thursday SB Single Lane Closure 7:30 PM – 7:00 AM Monday - Thursday NB Single Lane Closure 9:00 PM – 9:00 AM Friday & Saturday NB / SB Single Lane Closure 9:00 PM – 7:00 AM Sunday NB Single Lane Closure 9:30 PM – 5:00 AM Sunday - Thursday NB / SB Double Lane Closure

10:00 PM – 9:00 AM Friday - Saturday NB / SB Double Lane Closure 11:00 PM – 5:00 AM Monday - Thursday NB / SB Triple Lane Closure

HOLIDAY WORK RESTRICTIONS FORT McHENRY TUNNEL (FMT) FACILITY

No lane closures are permitted the day before, the day after and on the following Holidays indicated below with an “X”:

New Year's Day, January 1 Martin Luther King's Birthday, the third Monday in January President’s Day, the third Monday in February St. Patrick’s Day Good Friday Easter Weekend Memorial Day, the last Monday in May Independence Day, July 4 Labor Day, the first Monday in September Columbus Day, the second Monday in October Veteran's Day, November 11

No lane closures are permitted two days before, two days after and on the following Holidays:

Thanksgiving Holiday, the fourth Thursday in November Christmas Day, December 25

If a holiday falls on a Thursday, Friday or Monday, no closures will be allowed during that weekend.

Page 76: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

63 03-06-12

5 of 8 No lane or shoulder closures are permitted two (2) hours before, during, or two (2) hours after a stadium event including, but not limited to, events at Oriole Park at Camden Yards, M&T Bank Stadium, 1st Mariner arena, the Baltimore Convention Center as well as other major events as deemed by the Engineer except for the toll booth lane adjacent to the booth currently being worked on. The Engineer reserves the right to modify or expand the methods of traffic control or working hours as specified in the Contract Documents. Any request from the Contractor to modify the work restrictions shall require written approval from the Engineer at least 72 hours prior to implementing the change. The Contractor shall submit a copy of the original work restrictions with the written request. As directed by the Engineer, temporary lane and shoulder closures will not be permitted during periods of falling precipitation, in heavy fog or otherwise poor visibility, or in the event of emergencies such as serious traffic accidents or unusually severe traffic congestion. In the event that a temporary lane or shoulder must be reopened as directed by the Engineer or authorized Authority staff, the Contractor shall evacuate all equipment, materials and personnel from the lane within thirty (30) minutes.

WILLIAM PRESTON LANE JR MEMORIAL BRIDGE SEASONAL TOLL BOOTH LANE CLOSURE RESTRICITONS

SEASONAL TOLL BOOTH LANE CLOSURE SCHEDULE

Time of Day Days of the Week Direction Allowed Closures 10:00 PM Sunday – 5:00 AM Thursday

Sunday through Thursday EB / WB Single Toll Booth

Lane, Continuous

7:00 PM – 5:00 AM Sunday through Wednesday EB / WB Two Toll Booth

Lanes

10:00 PM – 5:00 AM Sunday through Wednesday EB / WB Four Toll Booth

Lanes Notes:

1. All toll booth work must be completed between September 24th and May 17th. No toll booth construction will be allowed between May 17th and September 24th.

2. All WPL toll booths must be fully operational by 5AM Thursday morning, including installation of all systems and equipment and commissioning of the revenue collection equipment.

3. Only the toll booth being replaced and the lane immediately adjacent can be removed from service between 5AM and 7PM of any given day. All toll booth lanes which serve toll booths that are not being replaced must be fully functional during peak periods.

4. All toll booth lanes must be fully commissioned and operational prior to the Midnight before any of the WPL facility holiday restriction periods listed below. This includes NASCAR events at Dover International Speedway as defined below, restrictions for holidays that fall

Page 77: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

64 03-06-12

6 of 8 on a Thursday, Friday or Monday, and holidays that restrict work two days prior and two days following that holiday.

ALLOWABLE LANE CLOSURE SCHEDULES WILLIAM PRESTON LANE, JR. MEMORIAL BRIDGE

TEMPORARY LANE OR SHOULDER

CLOSURE SCHEDULE BETWEEN OCTOBER 1 AND APRIL 30 Time of Day Days of the Week Direction Allowed Closures

9:00AM – 2:30PM Monday – Thursday EB Single Lane 9:00PM – 5:00AM Monday – Thursday EB Single Lane

9:00AM – 12:00Noon Friday EB Single Lane 10:00PM – 6:00AM Saturday & Sunday EB Single Lane 9:00AM – 2:30PM Monday – Thursday WB Single Lane 7:00PM – 5:00AM Monday – Thursday WB Single Lane

9:00AM – 12:00Noon Friday WB Single Lane 9:00PM – 7:00AM Saturday & Sunday WB Single Lane 9:00PM – 5:00AM Monday – Thursday WB Double Lane

No lane closures permitted from December 23 through January 2. Any eastbound closure will require implementation of contra-flow operation on the westbound bridge.

TEMPORARY LANE OR SHOULDER

CLOSURE SCHEDULE MAY 1 – MAY 17 AND SEPTEMBER 24 – SEPTEMBER 30 Time of Day Days of the Week Direction Allowed Closures

9:00AM – 2:30PM Monday – Wednesday EB Single Lane 9:00 AM – 1:00 PM Thursday EB Single Lane 10:00PM – 6:00AM Monday – Thursday EB Single Lane 9:00AM – 2:30PM Monday - Wednesday WB Single Lane

9:00 AM – 1:00 PM Thursday WB Single Lane 9:00PM – 5:00AM Monday - Thursday WB Single Lane

* Between the hours of 5 am and 9 pm no more than one of the existing five traffic lanes may be closed at any time.

HOLIDAY WORK RESTRICTIONS

WILLIAM PRESTON LANE JR. MEMORIAL BRIDGE FACILITY

No lane closures are permitted the day before, the day after and on the following Holidays indicated below with an “X”:

New Year's Day, January 1 Martin Luther King's Birthday, the third Monday in January President’s Day, the third Monday in February St. Patrick’s Day Good Friday Easter Weekend Memorial Day, the last Monday in May Independence Day, July 4 Labor Day, the first Monday in September Columbus Day, the second Monday in October Veteran's Day, November 11

No lane closures are permitted two days before, two days after and on the following Holidays:

Page 78: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

65 03-06-12

7 of 8

Thanksgiving Holiday, the fourth Thursday in November Christmas Day, December 25

If a holiday happens to fall on a Thursday, Friday or Monday, no closures will be permitted on the Holiday, the day preceding or following the Holiday nor the Saturday or Sunday of that weekend. If a holiday happens to fall between May 1 and September 30, no closures will be permitted during the week of the holiday without the express approval of the William Preston Lane Jr. Memorial (Chesapeake Bay) Bridge (Facility) Administrator. No lane or shoulder closures will be permitted without written approval of the Facility Administrator. No lane or shoulder closures are permitted three (3) hours before, or during NASCAR events at Dover International Speedway.

The Contractor will not be permitted to use any portions of the existing roadway or interfere with or impede the free flow of traffic in any manner during prohibited hours. All existing lanes of traffic along US Route 50/301 must be completely open during these hours.

149 ADD: The following after the last paragraph, “Any monetary savings...and the Administration.” When closing or opening a lane on freeways, expressways, and roadways with posted speed ≥ 45 mph, a work vehicle shall be closely followed by a protection vehicle (PV) during installation and removal of temporary traffic control devices. The PV shall consist of a work vehicle with approved flashing lights, a truck-mounted attenuator (TMA) with support structure designed for attaching the system to the work vehicle, and arrow panel (arrow mode for multilane roadways and caution mode on two-lane, two-way roadways) The work vehicle size and method of attachment shall be as specified in the TMA manufacture’s specification as tested under NCHRP Test Level 3. When a temporary lane or shoulder closure is in effect, work shall begin within one hour after the lane is closed. Any delay greater than one hour with no work in progress shall require the Contractor to remove the lane closure at no additional cost to the Authority. The Contractor's Certified Traffic Manager shall attend Pre-Construction meetings and shall discuss traffic control and the Traffic Control Plan including procedures to be implemented for lane closures.

All closures shall be in conformance with the approved TCP and under the direction of the Contractor's Certified Traffic Manager and the Engineer. All proposed lane closures shall be

Page 79: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

66 03-06-12

8 of 8 coordinated with the Toll Operations Manager. Workers and equipment, including temporary traffic control devices needed for setting up a lane closure or restriction, are prohibited in the lane or shoulder to be closed or restricted before the time permitted in the Contract work restrictions unless otherwise noted below or as approved by the Engineer.

Temporary traffic control devices to be used for lane/shoulder closure may be placed on the shoulder of the roadway by workers no earlier than 15 minutes prior to actual time lane/shoulder closure or restriction is permitted. Temporary traffic signs may be displayed to traffic at this time. Workers shall not enter a lane open to traffic. Workers may be present on shoulders to prepare for lane closure setup no earlier than 15 minutes prior to actual time lane/ shoulder closure or restriction is permitted. All temporary lane or shoulder closures shall be restored at the end of the closure period and no travel lane shall be reduced to less than 11 ft. Prior to opening the closed lane or shoulder, the Contractor shall clear the lane or shoulder of all material, equipment, and debris. Failure to restore full traffic capacity within the time specified will result in a deduction being assessed on the next progress estimate in conformance with the following. This is in addition to the requirements specified in TC-4.02.

ELAPSED TIME, MINUTES

DEDUCTION

1 - 5 $ 50.00

Over 5

$ 50.00 per Minute (In addition to the

Original 5 minutes)

Page 80: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

67 10-31-08, SHA: 11-03-08 MDTA

1 of 2 CATEGORY 100 PRELIMINARY

SECTION 104 — MAINTENANCE OF TRAFFIC

SECTION 104.07 ARROW PANEL (AP).

104.07.01 DESCRIPTION.

159 DELETE: The second and third paragraphs “Furnish APs that are………units unless otherwise specified” and “APs shall have both ………dimmer device is operational.

104.07.03 CONSTRUCTION.

160 ADD: The following after the first paragraph.

Furnish APs that are self-contained, vehicle-mounted or portable, and approved. Use self-contained trailer units unless otherwise specified.

Provide APs that have both manual and automatic dimmer devices capable of reducing the light intensity by 50 percent. Periodically clean the photocells in order to prevent malfunctioning of the brightness control. Dimmer devices are mandatory during night operation. The devices shall include a fail-safe system that ensures maximum brightness during daytime operations and a reduction in brightness of up to 50 percent during periods of darkness, regardless of which dimmer device is operational.

The AP’s shall provide full illumination within at least a 24-degree cone perpendicular to the panel face.

Power Supply. The AP shall operate from a solar powered electrical system and consist of

battery power and solar array panels, and be capable of providing power supply to the AP for 21 consecutive days without auxiliary charge.

ADD: The following after the Arrow Panel Lamp Options table.

Arrow Board Type Minimum Size Minimum Legibility Distance

Minimum Number of Elements

A 48x24 in. ½ mile 12 B 60x30 in. ¾ mile 13 C 96x48 in. 1 mile 15 D None* ½ mile 12

* Length of arrow equals 48 in. width of arrowhead equals 24 in.

Page 81: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

68 10-31-08, SHA: 11-03-08 MDTA

2 of 2 DELETE: (b) “Aim the AP at approaching………that the display is level”.

INSERT: (b) “Aim the AP at approaching traffic in conformance with the minimum

legibility distances specified above. Ensure that the display is level”.

Page 82: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

69 09-04-09

1 of 1

CATEGORY 100 PRELIMINARY

SECTION 104 — MAINTENANCE OF TRAFFIC

SECTION 104.12 DRUMS FOR MAINTENANCE OF TRAFFIC. 104.12.02 MATERIALS.

169 ADD: The following to the end of the first paragraph.

Drums may include recycled plastic content. The drum base may contain up to 100 percent

recycled content. 104.12.03 CONSTRUCTION. ADD: The following to the end of the third paragraph. Damaged drums shall be recycled to the extent possible. The disposition of the damaged drums shall be provided prior to payment for any replacement drums. 104.12.04 MEASUREMENT AND PAYMENT. ADD: The following to the end of the second paragraph. A disposition as specified in 104.12.03 is required prior to payment.

Page 83: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

70 09-04-09

1 of 1

CATEGORY 100 PRELIMINARY

SECTION 104 — MAINTENANCE OF TRAFFIC

SECTION 104.14 CONES FOR MAINTENANCE OF TRAFFIC. 104.14.02 MATERIALS.

171 DELETE: First paragraph on this page “Cones shall be…an upright position”. INSERT: The following. All cones shall meet MdMUTCD and be new or like new condition. All cones shall be orange in color. Cones shall be at least 28 in. high, 10 in. diameter at the inside of the base, and reflectorized with two white retroreflective stripes. The top stripe shall be 6 in. wide and located 3 to 4 inches from the top of the cone. The second stripe shall be 4 in. wide and located 2 inches below the top band. Tall-Weighted Cones. When specified, tall-weighted cones shall be at least 42 in. high and 7 in. diameter at the inside of the base. Tall-weighted cones shall be manufactured of low density polyethylene (LDPE) and have four high performance wide angle white and orange retroreflective stripes. The stripes shall be horizontal, circumferential and 6 in. wide. Alternate stripe colors with the top stripe being orange. Any nonretroreflective spaces between the orange and white stripes shall not exceed 1/2 in. 104.14.03 CONSTRUCTION. ADD: The following after the first paragraph “The Contractor’s name…away from traffic”. Equip all cones with approved weights or anchor collars, (15 lb maximum) as needed to maintain an upright position. Anchor collars shall fit to the base of the cone. For tall-weighted cones use anchor collars weighing 10 to 30 lb.

Page 84: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

71

1 of 6 CATEGORY 400 STRUCTURES

SECTION 400.01 - JOINT SEALANTS

400.01.01 - GENERAL 1.1 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only.

ASTM INTERNATIONAL (ASTM) ASTM C509 (2006; R 2011) Elastomeric Cellular Preformed Gasket and Sealing Material ASTM C920 (2011) Standard Specification for Elastomeric Joint Sealants ASTM D 1056 (2007) Standard Specification for Flexible Cellular Materials - Sponge or Expanded Rubber 1.2 SUBMITTALS Submit the following in accordance with MDTA Submittal Procedures or provide submittal specs:

A. Product Data 1. Sealants 2. Primers 3. Bond breakers 4. Backstops

Manufacturer's descriptive data including storage requirements, shelf life, curing time, instructions for mixing and application, and primer data (if required). Provide a copy of the Material Safety Data Sheet for each solvent, primer or sealant material. 1.3 ENVIRONMENTAL CONDITIONS Apply sealant when the ambient temperature is between 40 and 90 degrees F. 1.4 DELIVERY AND STORAGE Deliver materials to the job site in unopened manufacturers' external shipping containers, with brand names, date of manufacture, color, and material designation clearly marked thereon. Label

Page 85: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

72

2 of 6

elastomeric sealant containers to identify type, class, grade, and use. Carefully handle and store materials to prevent inclusion of foreign materials or subjection to sustained temperatures exceeding 90 degrees F or less than 0 degrees F. 1.5 QUALITY ASSURANCE

A. Compatibility with Substrate

Verify that each of the sealants are compatible for use with joint substrates.

B. Joint Tolerance

Provide joint tolerances in accordance with manufacturer's printed instructions. 1.6 SPECIAL WARRANTY Guarantee sealant joint against failure of sealant and against water penetration through each sealed joint for five years. 400.01.02 - PRODUCTS 2.1 SEALANTS Provide sealant that has been tested and found suitable for the substrates to which it will be applied.

A. Urethane Floor Joint Sealant

ASTM C920, Type S or M, Grade P, Class 25, Use T. Provide location(s) and color(s) of sealant as follows:

LOCATION COLOR

a. Seats of metal thresholds for exterior doors. Gray b. Control and expansion joints in floors, slabs, and walkways. Gray

2.2 PRIMERS Provide a nonstaining, quick-drying type and consistency recommended by the sealant manufacturer for the particular application.

Page 86: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

73

3 of 6

2.3 BOND BREAKERS Provide the type and consistency recommended by the sealant manufacturer to prevent adhesion of the sealant to backing or to bottom of the joint. 2.4 BACKSTOPS Provide glass fiber roving or neoprene, butyl, polyurethane, or polyethylene foams free from oil or other staining elements as recommended by sealant manufacturer. Provide 25 to 33 percent oversized backing for closed cell and 40 to 50 percent oversized backing for open cell material, unless otherwise indicated. Make backstop material compatible with sealant. Do not use oakum and other types of absorptive materials as backstops.

A. Rubber

Conform to ASTM D 1056, Type 2, closed cell, Class B, round cross section for cellular rubber sponge backing.

B. Synthetic Rubber

Conform to ASTM C509, Option I, Type I preformed rods for Synthetic rubber backing.

C. Neoprene

Conform to ASTM D 1056, closed cell expanded neoprene cord Type 2, Class C, Grade 2C2 for Neoprene backing.

2.6 CLEANING SOLVENTS Provide type(s) recommended by the sealant manufacturer. 400.01.03 - EXECUTION 3.1 SURFACE PREPARATION Clean surfaces from dirt, frost, moisture, grease, oil, wax, lacquer, paint, or other foreign matter that would tend to destroy or impair adhesion. Remove oil and grease with solvent. Surfaces must be wiped dry with clean cloths. When resealing an existing joint, remove existing caulk or sealant prior to applying new sealant. For surface types not listed below, contact sealant manufacturer for specific recommendations.

Page 87: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

74

4 of 6

A. Steel Surfaces

Remove loose mill scale by sandblasting or, if sandblasting is impractical or would damage finish work, scraping and wire brushing. Remove protective coatings by sandblasting or using a residue-free solvent.

B. Concrete and Masonry Surfaces

Where surfaces have been treated with curing compounds, oil, or other such materials, remove materials by sandblasting or wire brushing. Remove laitance, efflorescence and loose mortar from the joint cavity.

3.2 SEALANT PREPARATION Do not add liquids, solvents, or powders to the sealant. Mix multi-component elastomeric sealants in accordance with manufacturer's instructions. 3.3 APPLICATION

A. Joint Width-To-Depth Ratios

1. Acceptable Ratios:

JOINT WIDTH - JOINT DEPTH Minimum, Maximum

a. For metal, glass, or other nonporous surfaces:

1/4 inch (minimum) - 1/4 inch, 1/4 inch over 1/4 inch - 1/2 of Equal to width, width

b. For concrete:

1/4 inch (minimum) - 1/4 inch, 1/4 inch Over 1/4 inch to 1/2 inch - 1/4 inch, Equal to width Over 1/2 inch to 2 inch - 1/2 inch, 5/8 inch Over 2 inch. - (As recommended by sealant manufacturer)

2. Unacceptable Ratios: Where joints of acceptable width-to-depth ratios have not been

provided, clean out joints to acceptable depths and grind or cut to acceptable widths without damage to the adjoining work. Grinding is not required on metal surfaces.

Page 88: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

75

5 of 6

B. Masking Tape

Place masking tape on the finish surface on one or both sides of a joint cavity to protect adjacent finish surfaces from primer or sealant smears. Remove masking tape within 10 minutes after joint has been filled and tooled.

C. Backstops

Install backstops dry and free of tears or holes. Tightly pack the back or bottom of joint cavities with backstop material to provide a joint of the depth specified. Install backstops in the following locations:

1. Where indicated. 2. Where backstop is not indicated but joint cavities exceed the acceptable maximum

depths specified in paragraph entitled, "Joint Width-to-Depth Ratios".

D. Primer

Immediately prior to application of the sealant, clean out loose particles from joints. Where recommended by sealant manufacturer, apply primer to joints in concrete masonry units, wood, and other porous surfaces in accordance with sealant manufacturer's instructions. Do not apply primer to exposed finish surfaces.

E. Bond Breaker

Provide bond breakers to the back or bottom of joint cavities, as recommended by the sealant manufacturer for each type of joint and sealant used, to prevent sealant from adhering to these surfaces. Carefully apply the bond breaker to avoid contamination of adjoining surfaces or breaking bond with surfaces other than those covered by the bond breaker.

F. Sealants

Provide a sealant compatible with the material(s) to which it is applied. Do not use a sealant that has exceeded shelf life or has jelled and can not be discharged in a continuous flow from the gun. Apply the sealant in accordance with the manufacturer's printed instructions with a gun having a nozzle that fits the joint width. Force sealant into joints to fill the joints solidly without air pockets. Tool sealant after application to ensure adhesion. Make sealant uniformly smooth and free of wrinkles. Upon completion of sealant application, roughen partially filled or unfilled joints, apply sealant, and tool smooth as specified. Apply sealer over the sealant when and as specified by the sealant manufacturer.

Page 89: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

76

6 of 6

3.4 PROTECTION AND CLEANING

A. Protection

Protect areas adjacent to joints from sealant smears. Masking tape may be used for this purpose if removed 5 to 10 minutes after the joint is filled.

B. Final Cleaning

Upon completion of sealant application, remove remaining smears and stains and leave the work in a clean and neat condition.

1. Masonry and Other Porous Surfaces: Immediately scrape off fresh sealant that has

been smeared on masonry and rub clean with a solvent as recommended by the sealant manufacturer. Allow excess sealant to cure for 24 hours then remove by wire brushing or sanding.

2. Metal and Other Non-Porous Surfaces: Remove excess sealant with a solvent-moistened cloth.

400.01.04 - MEASUREMENTS AND PAYMENT Joint Sealants shall be measured and paid for at the lump sum price. The payment will be full compensation for all material, labor, equipment, tools, and incidentals necessary to complete the work.

Page 90: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

77

1 of 8 CATEGORY 400 STRUCTURES

SECTION 400.02 - HIGH-PERFORMANCE COATINGS

400.02.01 GENERAL 1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Special Provisions Category 100, apply to this Section.

1.2 SUMMARY

A. This Section includes surface preparation and application of high-performance coating systems on the following substrates: 1. Exterior Substrates:

a Steel. b Galvanized metal.

1.3 SUBMITTALS

Product Data: For each type of product indicated.

A. Samples for Initial Selection: For each type of finish-coat product indicated.

B. Samples for Verification: For each type of coating system and in each color and gloss of finish coat indicated. 1. Submit Samples on rigid backing, 8 inches (200 mm) square. 2. Step coats on Samples to show each coat required for system. 3. Label each coat of each Sample. 4. Label each Sample for location and application area.

C. Product List: For each product indicated. Cross-reference products to coating system and locations of application areas. Use same designations indicated on Drawings and in schedules.

1.4 QUALITY ASSURANCE

A. Master Painters Institute (MPI) Standards: 1. Products: Complying with MPI standards indicated and listed in "MPI Approved

Products List."

Page 91: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

78

2 of 8 2. Preparation and Workmanship: Comply with requirements in "MPI Architectural

Painting Specification Manual" for products and coating systems indicated.

B. American Architectural Manufacturers Association (AAMA) Standards: 1. Application Workmanship: Comply with requirements of AAMA 2605 for quality of

surfaces finished with field-applied fluoropolymer coating system.

C. Mockups: Apply benchmark samples of each coating system indicated to verify preliminary selections made under sample submittals and to demonstrate aesthetic effects and set quality standards for materials and execution. 1. Architect will select one surface to represent surfaces and conditions for application of

each type of coating and substrate.

a Wall and Ceiling Surfaces: Provide samples of at least 100 sq. ft. (9 sq. m). b Other Items: Architect will designate items or areas required.

2. Apply benchmark samples after permanent lighting and other environmental services have been activated.

3. Final approval of color selections will be based on benchmark samples.

a If preliminary color selections are not approved, apply additional benchmark samples of additional colors selected by Architect at no added cost to Owner.

1.5 DELIVERY, STORAGE, AND HANDLING

A. Store materials not in use in tightly covered containers in well-ventilated areas with ambient temperatures continuously maintained at not less than 45 deg F (7 deg C). 1. Maintain containers in clean condition, free of foreign materials and residue. 2. Remove rags and waste from storage areas daily.

1.6 PROJECT CONDITIONS

A. Apply coatings only when temperature of surfaces to be coated and surrounding air temperatures are between 50 and 95 deg F (10 and 35 deg C).

B. Do not apply coatings in snow, rain, fog, or mist; when relative humidity exceeds 85 percent; at temperatures less than 5 deg F (3 deg C) above the dew point; or to damp or wet surfaces.

1.7 EXTRA MATERIALS

A. Furnish extra materials described below that are from same production run (batch mix) as materials applied and that are packaged for storage and identified with labels describing contents. 1. Quantity: Furnish an additional 5 percent, but not less than 1 gal. (3.8 L) of each

material and color applied.

Page 92: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

79

3 of 8 400.02.02 PRODUCTS 2.1 HIGH-PERFORMANCE COATINGS, GENERAL

A. Material Compatibility: 1. Provide materials for use within each coating system that are compatible with one

another and substrates indicated, under conditions of service and application as demonstrated by manufacturer, based on testing and field experience.

2. Provide products of same manufacturer for each coat in a coating system.

B. Chemical Components of Interior Paints and Coatings: Provide products that comply with the following limits for VOC content when calculated according to 40 CFR 59, Subpart D (EPA Method 24) and the following chemical restrictions: 1. Flat Paints and Coatings: VOC content of not more than 50 g/L. 2. Nonflat Paints and Coatings: VOC content of not more than 150 g/L. 3. Anticorrosive Coatings: VOC content of not more than 250 g/L. 4. Stains: VOC content of not more than 250 g/L. 5. Aromatic Compounds: Paints and coatings shall not contain more than 1.0 percent by

weight of total aromatic compounds (hydrocarbon compounds containing 1 or more benzene rings).

6. Restricted Components: Paints and coatings shall not contain any of the following:

a Acrolein. b Acrylonitrile. c Antimony. d Benzene. e Butyl benzyl phthalate. f Cadmium. g Di (2-ethylhexyl) phthalate. h Di-n-butyl phthalate. i Di-n-octyl phthalate. j 1,2-dichlorobenzene. k Diethyl phthalate. l Dimethyl phthalate. m Ethylbenzene. n Formaldehyde. o Hexavalent chromium. p Isophorone. q Lead. r Mercury. s Methyl ethyl ketone. t Methyl isobutyl ketone. u Methylene chloride. v Naphthalene.

Page 93: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

80

4 of 8 w Toluene (methylbenzene). x 1,1,1-trichloroethane. y Vinyl chloride.

C. Colors: As selected by Architect from manufacturer's full range. 2.2 METAL PRIMERS FOR FIELD-APPLIED FLUOROPOLYMER FINISH SYSTEMS

A. High Build Epoxy Primer/Intermediate: 1. Basis-of-Design Product: Subject to compliance with requirements, provide PPG

Architectural Finishes, Inc.; Coraflon ADS High Build Epoxy Primer/Intermediate ADS538 + Curing Agent Component ADS539 or comparable product.

2. VOC Content: 302 g/L.

B. Wash Primer: 1. Basis-of-Design Product: Subject to compliance with requirements, provide PPG

Architectural Finishes, Inc.; Coraflon ADS Wash Primer ADS225 + Acid Component ADS226 or comparable product.

2. VOC Content: 728 g/L.

C. Epoxy Bonding Primer: 1. Basis-of-Design Product: Subject to compliance with requirements, provide PPG

Architectural Finishes, Inc.; Coraflon ADS Bonding Primer ADS511 + Curing Agent ADS512 or comparable product.

2. VOC Content: 281 g/L. 2.3 FIELD-APPLIED FLUOROPOLYMER HIGH-PERFORMANCE ARCHITECTURAL COATINGS

A. Fluoropolymer, Field-Applied, Two-Component, Pigmented (Gloss Level as specified): 1. Basis-of-Design Product: Subject to compliance with requirements, provide PPG

Architectural Finishes, Inc.; Coraflon ADS + Component B ADS1B or a comparable product.

2. VOC Content, Gloss Level G5: 354 g/L.

B. Fluoropolymer, Field-Applied, Two-Component, Unpigmented (Gloss Level as specified): 1. Basis-of-Design Product: Subject to compliance with requirements, provide PPG

Architectural Finishes, Inc.; Coraflon ADS + Component B ADS1B or a comparable product.

2. VOC Content, Gloss Level G5: 354 g/L.

Page 94: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

81

5 of 8 400.02.03 EXECUTION 3.1 EXAMINATION

A. Examine substrates and conditions, with Applicator present, for compliance with requirements for maximum moisture content and other conditions affecting performance of work. 1. Maximum Moisture Content of Substrates: When measured with an electronic

moisture meter as follows:

a Concrete: 12 percent. b Masonry (Clay and CMU): 12 percent. c Wood: 15 percent. d Gypsum Board: 12 percent.

2. Verify compatibility with and suitability of substrates, including compatibility with existing finishes or primers.

3. Begin coating application only after unsatisfactory conditions have been corrected and surfaces are dry.

4. Coating application indicates acceptance of surfaces and conditions. 3.2 PREPARATION

A. Comply with manufacturer's written instructions and recommendations in "MPI Architectural Painting Specification Manual" applicable to substrates indicated.

B. Remove plates, machined surfaces, and similar items already in place that are not to be coated. If removal is impractical or impossible because of size or weight of item, provide surface-applied protection before surface preparation and coating. 1. After completing coating operations, reinstall items that were removed; use workers

skilled in the trades involved.

C. Clean substrates of substances that could impair bond of coatings, including dirt, oil, grease, and incompatible paints and encapsulants. 1. Remove incompatible primers and re-prime substrate with compatible primers as

required to produce coating systems indicated.

D. Steel Substrates: Remove rust and loose mill scale. 1. Clean using methods recommended in writing by coating manufacturer. 2. Blast clean steel substrates to receive field-applied fluoropolymer coating to SSPC-

SP6/NACE No. 3, “Commercial Blast Cleaning,” to surface profile of 1.0 to 1.5 mils.

E. Galvanized-Metal Substrates: Remove grease and oil residue from galvanized sheet metal fabricated from coil stock by mechanical methods to produce clean, lightly etched surfaces that promote adhesion of subsequently applied coatings.

Page 95: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

82

6 of 8 1. Blast clean new galvanized metal substrates to receive field-applied fluoropolymer

coating to SSPC-SP7/NACE No. 4, “Brush-Off Blast Cleaning,” to surface profile of 1.0 to 2.0 mils. Remove all passivator residue.

F. Previously Anodized or Painted Metal Substrates Receiving Field-Applied Fluoropolymer Coating: 1. Clean substrates by power washing or by SSPC-SP1 “Solvent Cleaning.” 2. Extrusions and Small Areas: Abrade surfaces to remove gloss and to obtain adequate

surface profile using hand sanding with 120 to 220 grit sandpaper, Scotch-Brite pad, or SSPC-SP2 “Hand Tool Cleaning,” as appropriate to metal and condition of substrate. Avoid creating surface defects that will not be concealed by new coating system.

3. Large Areas: Abrade surfaces to remove gloss and to obtain adequate surface profile using methods recommended by paint manufacturer.

4. Remove residue following abrading by solvent or tack wipe. 5. Test substrates for adhesion as recommended by manufacturer prior to applying

bonding primer. 3.3 APPLICATION

A. Apply high-performance coatings according to manufacturer's written instructions. 1. Use applicators and techniques suited for coating and substrate indicated. 2. Coat surfaces behind movable equipment and furniture same as similar exposed

surfaces. Before final installation, coat surfaces behind permanently fixed equipment or furniture with prime coat only.

3. Coat back sides of access panels, removable or hinged covers, and similar hinged items to match exposed surfaces.

B. Tint each undercoat a lighter shade to facilitate identification of each coat if multiple coats of the same material are to be applied. Tint undercoats to match color of finish coat, but provide sufficient difference in shade of undercoats to distinguish each separate coat.

C. If undercoats or other conditions show through final coat, apply additional coats until cured film has a uniform coating finish, color, and appearance.

D. Apply coatings to produce surface films without cloudiness, spotting, holidays, laps, brush marks, runs, sags, ropiness, or other surface imperfections. Produce sharp glass lines and color breaks.

3.4 FIELD QUALITY CONTROL

A. MDTA reserves the right to invoke the following procedure at any time and as often as MDTA deems necessary during the period when coatings are being applied: 1. MDTA will engage the services of a qualified testing agency to sample coating

material being used. Samples of material delivered to Project site will be taken, identified, sealed, and certified in presence of Contractor.

Page 96: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

83

7 of 8 2. Testing agency will perform tests for compliance with specified requirements. 3. MDTA may direct Contractor to stop applying coatings if test results show materials

being used do not comply with specified requirements. Contractor shall remove non-complying coating materials from Project site, pay for testing, and recoat surfaces coated with rejected at no cost to the Authority Contractor will be required to remove rejected materials from previously coated surfaces if, on recoating with complying materials, the two coatings are incompatible.

3.5 CLEANING AND PROTECTION

A. At end of each workday, remove rubbish, empty cans, rags, and other discarded materials from Project site.

B. After completing coating application, clean spattered surfaces. Remove spattered coatings by washing, scraping, or other methods. Do not scratch or damage adjacent finished surfaces.

C. Protect work of other trades against damage from coating operation. Correct damage by cleaning, repairing, replacing, and recoating, as approved by Engineer, and leave in an undamaged condition.

D. At completion of construction activities of other trades, touch up and restore damaged or defaced coated surfaces.

3.6 EXTERIOR HIGH-PERFORMANCE COATING SCHEDULE

A. Steel Substrates: 1. Field-Applied Fluoropolymer Coating System:

a Prime Coat: High-build epoxy primer/intermediate at 2.0 – 4.0 mils DFT. b First Topcoat: Fluoropolymer, two-component, pigmented, Gloss Level 5, at

1.5 – 2.0 mils DFT. c Second Topcoat: Fluoropolymer, two-component, clear, Gloss Level 5, at 1.5

– 2.0 mils DFT, over metallic first topcoats.

B. Galvanized-Metal Substrates: 1. Field-Applied Fluoropolymer Coating System:

a Prime Coat: Wash Primer at 0.3 – 0.5 mils DFT. b Intermediate Coat: High-build epoxy primer/intermediate at 3.0 – 5.0 mils

DFT. c First Topcoat: Fluoropolymer, two-component, pigmented, Gloss Level 5, at

1.5 – 2.0 mils DFT. d Second Topcoat: Fluoropolymer, two-component, clear, Gloss Level 5, at 1.5

– 2.0 mils DFT, over metallic first topcoats.

Page 97: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

84

8 of 8

C. Previously Painted or Anodized Metal Substrates: 1. Field-Applied Fluoropolymer Coating System:

a Prime Coat: Epoxy Bonding Primer at 2.0 – 5.0 mils DFT. b First Topcoat: Fluoropolymer, two-component, pigmented, Gloss Level 5, at

1.5 – 2.0 mils DFT. c Second Topcoat: Fluoropolymer, two-component, clear, Gloss Level 5, at 1.5

– 2.0 mils DFT, over metallic first topcoats.

400.02.04 MEASUREMENTS AND PAYMENT High-Performance Coatings shall be measured and paid for at the lump sum price. The payment will be full compensation for all material, labor, equipment, tools, and incidentals necessary to complete the work.

Page 98: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

85

1 of 16 CATEGORY 400 STRUCTURES

SECTION 400.03 - PREFABRICATED TOLL BOOTH STRUCTURES

400.03.01 GENERAL 1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Special Provisions Category 100, apply to this Section.

1.2 SUMMARY

A. Section includes prefabricated stainless steel toll booth assemblies as indicated on the Drawings and specified herein. Units shall be factory glazed, pre-wired, with insulated wall, shipped fully assembled and tested to project location, installed and secured in prefabricated mounting frame. Booths shall be fabricated for one-direction operation with fully functional counters and accessories.

1.3 SUBMITTALS

A. Product Data: For each type of product indicated. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for control booths.

B. Shop Drawings: For control booths include plans, elevations, sections, details, and attachments to other work. Provide details for toll booth, mounting frame. Shop drawing review to include MDTA, MDTA’s specialty engineers, mechanical and electrical engineers, and architect.

C. Samples for the following products, 12” square: 1. Two (2) of each type of laminated glass. 2. Two (2) of each type of silk-screened laminated glass.

D. Maintenance Date: For control booths to include in maintenance manuals. Include parts catalog, maintenance manual, and warranty information.

E. Warranty: Sample of special warranty.

Page 99: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

86

2 of 16 1.4 QUALITY ASSURANCE

A. Welding Qualifications: Qualify procedures and personnel according to the following: 1. AWS Dl.l/Dl.lM, "Structural Welding Code - Steel." 2. AWS Dl.3, "Structural Welding Code - Sheet Steel."

B. All work to comply with National Fire Protection Association (NFPA), Occupational Safety and Health Act (OSHA), state requirements, and all requirements of other state authorities having jurisdiction.

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.

D. All electrical components shall be UL Listed.

E. All wiring to conform to National Electrical Code (NBC), latest edition.

F. Safety Glazing Pro-ducts: Category I materials complying with testing requirements in 16 CFR 1201. 1. Subject to compliance with requirements, obtain safety glazing products

permanently marked with certification label of certification agency or manufacturer acceptable to authorities having jurisdiction.

1.5 COORDINATION

A. Coordinate installation of anchorages for control booths. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors that are to be embedded in concrete or masonry. Deliver such items to Project site in time for installation.

1.6 WARRANTY

A. Special Warranty: Manufacturer’s standard form in which manufacturer agrees to repair or replace portions of the work that fail in material or workmanship within specified warranty period. 1. Warranty Period: One year from date of Substantial Completion or the date the MDTA

places the toll booth into service, whichever is later.

Page 100: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

87

3 of 16 400.03.02 MATERIALS 2.1 MATERIALS

A. Zinc-Coated (Galvanized) Steel Sheet: ASTM A 653/A 653M, commercial quality, G90 (Z275) coating designation; mill phosphatized.

B. Galvanized, Rolled Steel Trade Plate: ASTM A 786/A 786/M, rolled from steel plate complying with ASTM A572/A 572M, Grade 55 (380); hot-dip galvanized according to ASTM A 123/A 123M.

C. Steel Structural Tubing: ASTM A 500; Grade B.

D. Steel Plates, Shapes, and Bars: ASTM A 36/A 36M.

E. Steel Mechanical Tubing: ASTM A513, welded steel mechanical tubing.

F. Zinc-Coated (Galvanized) Steel: Hot-dip galvanized according to ASTM A 123/A 123M.

G. Stainless-Steel Sheet: ASTM A 666, Type304.

H. Clear Float Glass: ASTM C 1036,Type I, Class 1, Quality q3.

I. Clear Heat Strengthened Float Glass: ASTM C 1048, Kind HS, Condition A, Type I, Class 1, and Quality q3.

J. Anchorages: Anchor bolts; hot-dip galvanized according to ASTM A 153/A153M or ASTM F 2329 or stainless steel

2.2 PREFABRICATED STEEL CONTROL BOOTHS

A. Basis-of-Design Product: Subject to compliance with requirements provide product indicated or approved equal: 1. Alpha Manufacturing, Inc., 19N. Texas Avenue, Orlando, Florida, (407) 293-6337. 2. Cushing Manufacturing, Co., 2901 Commerce Road, Richmond, VA 23234, 1-(800)

252-1161.

B. Booth Shell: A one-piece shell (with or without seams) welded from 12-gauge, Type 304, No. 4 polished stainless steel panels. Variations in shades and appearances or changes in grain direction of adjacent stainless steel exterior plating are unacceptable and grounds for rejection. Use gas tungsten arc welding process with argon as inert gas for shielding. All exposed welds ground smooth with no damage to surrounding plate. Clean and grind welds using equipment not contaminated with carbon steel particles. Non-

Page 101: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

88

5 of 16

rusting weld material fully compatible with wall plates and other elements. All welding pursuant to American Welding Society (AWS) standards.

C. Inside Walls: 16-gauge Type 304, No. 3 stainless steel, bonded to 2-inch extruded polystyrene insulation, min. R-value 10, (such as Dow Chemical's "Styrofoam") to form a structural foam sandwich. 2-3/16 inch wall thickness with full 2-inch insulation-filled cavity. Bond insulation permanently to inner and outer walls with entire surface of insulation contact surface covered. Comply with ASTM C 557.

D. Roof Assembly: Composed of one-piece, 16-gauge, Type 304, stainless steel, 2B finish pan, welded and bonded to a reinforced foam panel system with .050 gauge pre-painted white aluminum ceiling liner. 1. Provide two 1-1/2 inch stainless steel drains with screen and a 1-1/2 inch stainless steel

welded watertight raised collar around air conditioner access hole and perimeter to prevent roof leakage. Cap unused drain.

2. Provide a 5/8-inch by 1-112 inch stainless steel roof overflow channel at booth ends. 3. Provide 18-gauge stainless steel trim panel around rooftop perimeter to hide HVAC

unit.

E. Booth to be 100 per cent Type 304 stainless steel with the exception of floor plates, ceiling liners, or other parts unobtainable in stainless steel or as acceptable by the owner.

F. Rivets are acceptable for booth structural integrity, flooring, doors, counter assemblies, or any other major component. Any riveting used shall be Type 304 or Type 316 stainless steel.

2.3 DOORS

A. Sliding Doors: Each booth to have two sliding stainless steel pocket doors; one on each side, offset. Door material stainless steel 18-gauge Type 304 with a No. 3 polish. Door openings minimum of 28 inches wide and fully weather stripped. 1. Provide recessed stainless steel slide pull on exterior and hand pull on interior. Provide

lock allowing unlocking and exit from booth interior when locked from exterior. Door locks unlocked from exterior by inserting a customized T-shaped key with rectangular end through booth wall and into lock mechanism; provide two T-keys per booth, with all keys identical. Provide 1/2-inch diameter stainless steel keyway tube for booth wall hole.

2. Door construction: Structural foam sandwich construction equivalent to booth wall construction.

3. Each door suspended from a truck and track system concealed by a hinged stainless steel access panel. Provide for door removal without removing truck or track.

a Products: Lawrence Bros. “No. 32ADJ Swivel Assembly” “Model 301 Track”, and “Model 32T Truck”, or approved equals

Page 102: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

89

6 of 16

B. Dutch Doors: Provide one pair of bowed dutch doors on collection side. 1. Constructed of 11-gauge stainless steel sheet, No3 finish. 2. Provide top and meeting edges with neoprene molding, and bottom edge with 3 inch

high neoprene sweep strips. 3. Hinges: Minimum (2) per leaf, dual acting spring hinges. 4. Latch: (1) latch, stainless steel.

2.4 GLASS

A. Laminated glass: ASTM C 1172, kinds of laminated glass as specified in other Part 2 articles. 1. Type as indicated below and of thickness indicated or required to comply with

performance requirements and with a proven record of no tendency to bubble, discolor, or lose physical and mechanical properties after laminating to glass and installation:

a Polyvinyl butyral sheet, clear, 1/16”. 2. Fabrication: Laminate glass to interlayers in autoclave with heat plus pressure to

produce laminated lites free of foreign substances, air, and glass pockets.

B. Laminated glass units: Consisting of two outer plies of glass with PVB interlayer meeting Category I test requirements of CPSC 16 CFR 120L. 1. Outboard layer: 3/16” light gray glass, final color to be selected by Architect 2. Interlayer: Polyvinyl butyral sheet, clear, 1/16” 3. Inboard layer: 3/16” clear glass.

C. Laminated glass units with decorative interlayer: Kind HS (heat strengthened) consisting of two outer plies of glass with decorative PVB interlayer meeting Category I test requirements of CPSC 16 CFR 120L. 1. Outboard layer: 3/16” light gray glass, final color to be selected by Architect 2. Interlayer: Decorative polyvinyl butyral sheet, 1/16” 3. Inboard layer: 3/16” clear glass 4. Interlayer Material Color and Pattern: To match Architect’s sample.

a Color: As selected by Architect b Pattern: As indicated on architectural drawings.

D. Silk screened laminated glass units: Kind HS (heat strengthened) consisting of two outer plies of glass with PVB interlayer meeting Category I test requirements of CPSC 16 CFR 120L. 1. Outboard layer: 3/16” light gray glass, final color to be selected by Architect 2. Interlayer: Polyvinyl butyral sheet, clear, 1/16” 3. Inboard layer: 3/16” clear glass 4. Silk-Screen Process: Apply ceramic frit to glass surface and heat to fuse according to

manufacturer’s standard process.

Page 103: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

90

7 of 16 5. Face #2:

a Color: High Opacity white b Pattern: 50% coverage with 1/8” lines and 1/8” spaces, except for clear view

panel. Reference architectural drawings for frit pattern. 6. Face #3:

a Color: Sandblast, 60% screen b Pattern: 100% coverage on area of glass indicated. Reference architectural

drawings for frit pattern.

E. Mock up: Contractor to provide two full scale glass end panel mock-ups, the first for preliminary design approval and the second mock up for final approval prior to fabrication.

2.5 BASE/FLOOR ASSEMBLY

A. Removable Floor: Provide a removable, accessible floor, allowing access to space below floor consisting of 1/4-inch aluminum plates cut in major sections and supported by 14-gauge stainless steel members. Floors anchored to members with screws. Floor covered by two anti-fatigue cushion mats. Facilitate floor removal by allowing proper tolerances between butting floor plates and in polypropylene floor borders. Finished floor elevation flush with toll Booth Island. 1. Floor Mats: Nortrax Model No. 470S2436BL, or approved equal.

B. Anchor Bolts: Captive hex nut permanently anchored (by welding) to lower booth wall interior to match booth mounting frame. Deliver anchor bolts with booths at time of delivery.

C. Booth Mounting Frame: Constructed from 14-gauge Type 304 stainless steel. Mounting frame dimensions and anchor bolt locations to match those as constructed by specified manufacturers. Booth to mate with mounting frame to provide a uniform 1/4-inch gap all around between lower booth exterior wall and mounting frame for silicone sealing. Mounting frame constructions may include an interior skirt to facilitate concrete island pour if necessary.

2.6 COUNTERS

A. Provide booth with a seamless stainless steel counter and face panels at each end. Countertop and face panels shall be fabricated from 14-gauge stainless steel. All counter face panel joints and seams shall be welded and ground smooth. Countertop and cash counter assembly anchored to booth with screws to permit easy removal, if necessary.

B. Counter to have the following items at each end of the booth: 1. Lower compartment of booth counters to have a removable, lockable access panel.

Page 104: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

91

8 of 16

a Access panel to have a three-point lock and a "tee" handle; Standard-Kiel 1235 Series, Model 1235-3210-3000, or approved equal. The rods for the three-point lock to fit into holes in counter to prevent door from being pushed inward. All access door panel locks to have identical keys.

b Door panel to have lip on the bottom, inside edge to allow door to pivot without creating any damage or warping to the counter assembly. Pins manufactured such that door will not bind when swung downward.

2. Entire counter assembly fabricated from Type 304 stainless steel 3. Counter to have two lockable and removable cash drawers, one above the other,

located in the counter on the side nearest the booth. a Drawers and mechanisms fabricated from Type 304 stainless steel. b Provide one (1) stainless steel tray insert per drawer with lockable lid. c Tray insert to have (5) rectangular compartments with weights and (5) scoop

compartments. d Provide cash drawer security panel on three sides, between drawers, and

on bottom to prevent drawer access from under counter or between cash drawers.

4. Both countertops to have bushed access hole with a removable cover. Access hole 2 inches in diameter and located in the left rear corner, as the attendant would face the counter. Additional 2-inch diameter bushed hole required through cabinet compartment separator panels as necessary to provide wiring access from below counter assembly.

5. Each counter to have a switch panel as defined in ELECTRICAL Article. The “primary” booth end shall have HVAC controls as defined and located in the HVAC and electrical Articles.

C. The lower compartment areas behind each access door shall not have a floor or any framing which would interfere with conduit and wiring to and from the under-counter space.

2.7 HVAC-OPTION #1- PACKAGED ROOFTOP UNIT

A. Roof mounted, self-contained, vertical air flow, packaged air conditioner; Trane Model No. 4TCC3018A or approved equal. Unit to provide a net total cooling capacity of 18,000 BTUs/Hr at a minimum SEER of 13 with 208V single phase, 60Hz electrical service.

B. Low profile unit with height no greater than 25-3/16 inches. Unit factory-tested assembled, piped, internally wired, and fully charged with refrigerant. Unit to include a hoisting hook mounted on top capable of lifting unit.

C. All framing, chassis, fasteners, shrouds, and fabricated components shall be constructed from heavy gauge steel with corrosion resistant coating or aluminum. Indoor air section shall be completely insulated with permanent, fireproof, and odorless material. Drain pan shall be fabricated from stainless steel.

Page 105: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

92

9 of 16

D. Rotary type low starting current compressor and suitable for this application, mounted on neoprene-in-shear isolators.

E. Centrifugal type forward –curved, two-speed supply air fan, directly driven by a 1/4 hp motor. Fan delivery 600 CFM maximum at 1/2 inches water gauge external static pressure. Motor shall have thermal overload protection and permanently lubricated motor bearings.

F. Unit covered by a 90-day replacement warranty. Five year parts warranty and five year warranty on coils and compressors.

G. Heat 17,065 BTUs/Hr (5000 Watts) heating (maximum) electrical heater mounted within supply air fan discharge. Unit factory pre-wired for a single point connection. Unit electrical demand at full load not to exceed 25A (heating) at 208V single phase. All electrical components to bear UL labels. All wiring to be multi- strand copper, color-coded and numbered / tagged at terminals.

H. Unit controlled by wall mounted thermostat: Honey-Well TF-87 or equal.

I. Conditioned air duct work rectangular continuous seam welded #304 stainless steel, internally lined with 1-inch thick high velocity neoprene faced duct liner.

J. Unit designed, tested, and guaranteed to operate in booth with wide open doors at 75degF ambient dew point without producing condensation in supply airstream or on supply outlets.

K. Booth HVAC repair cycle, 30minutes for all failures.

L. Coordinate with other HVAC requirements as indicated on mechanical drawings. 2.8 HVAC-OPTION #2- SPLIT-SYSTEM AIR-CONDITIONERS

A. Ceiling-Mounted, Evaporator-Fan Components: 1. Cabinet: Enameled steel with removable panels on front and ends in color selected by

Architect, and discharge drain pans with drain connection. 2. Refrigerant Coil: Copper tube, with mechanically bonded aluminum fins and thermal-

expansion valve. Comply with ARI 210/240. 3. Electric Coil: Helical, nickel-chrome, resistance-wire heating elements; with

refractory ceramic support bushings, automatic-reset thermal cutout, built-in magnetic contactors, manual-reset thermal cutout, airflow proving device, and one-time fuses in terminal box for overcurrent protection.

4. Fan: Direct drive, centrifugal.

Page 106: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

93

10 of 16

5. Fan Motors: a. Comply with NEMA designation, temperature rating, service factor, enclosure

type, and efficiency requirements specified Special Provision 850.01 "Common Motor Requirements for HVAC Equipment."

b. Multitapped, multispeed with internal thermal protection and permanent lubrication.

c. Enclosure Type: Totally enclosed, fan cooled. d. NEMA Premium (TM) efficient motors as defined in NEMA MG 1. e. Controllers, Electrical Devices, and Wiring: Comply with requirements for

electrical devices and connections specified in SP 850.01. f. Mount unit-mounted disconnect switches on exterior of unit.

6. Airstream Surfaces: Surfaces in contact with the airstream shall comply with requirements in ASHRAE 62.1

7. Condensate Drain Pans: a. Fabricated with two percent slope in at least two planes to collect condensate from

cooling coils (including coil piping connections, coil headers, and return bends) and to direct water toward drain connection.

b. Single-wall, stainless-steel sheet. c. Drain Connection: Located at lowest point of pan and sized to prevent overflow.

Terminate with threaded nipple on one end of pan. 8. Air Filtration Section:

a. General Requirements for Air Filtration Section: 1) Comply with NFPA 90A. 2) Minimum Arrestance: According to ASHRAE 52.1 and MERV according to

ASHRAE 52.2. b. Disposable Panel Filters:

1) Factory-fabricated, viscous-coated, flat-panel type. 2) Thickness: 1 inch. 3) Arrestance according to ASHRAE 52.1: 80. 4) Merv according to ASHRAE 52.2: 5. 5) Media: Interlaced glass fibers sprayed with nonflammable adhesive and

antimicrobial agent.

B. Air-Cooled, Compressor-Condenser Components: 1. Casing: Steel, finished with baked enamel in color selected by Architect, with

removable panels for access to controls, weep holes for water drainage, and mounting holes in base. Provide brass service valves, fittings, and gage ports on exterior of casing.

2. Compressor: Hermetically sealed with crankcase heater and mounted on vibration isolation device. Compressor motor shall have thermal- and current-sensitive overload devices, start capacitor, relay, and contactor.

Page 107: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

94

11 of 16

a Compressor Type: Scroll. b Provide compressor motor with manual-reset high-pressure switch and

automatic-reset low-pressure switch. c Refrigerant Charge: R-410A. d Refrigerant Coil: Copper tube, with mechanically bonded aluminum fins and

liquid subcooler. Comply with ARI 210/240. 3. Fan: Aluminum-propeller type, directly connected to motor. 4. Motor: Permanently lubricated, with integral thermal-overload protection. 5. Low Ambient Kit: Permits operation down to 45 deg F 6. Thermostat: Low voltage with subbase to control compressor and evaporator fan with

the following features:

a Compressor time delay b 24-hour time control of system stop and start c Liquid-crystal display indicating temperature, set-point temperature, time

setting, operating mode, and fan speed d Fan-speed selection including auto setting.

C. Capacities and Characteristics: See equipment schedules on mechanical drawings and coordinate with other HVAC requirements as indicated on mechanical drawings.

2.9 ELECTRICAL

A. The two overhead lighting fixtures shall have a common on/off switch located and mounted at the right hand side of the entrance door as shown on plan and 48” above finished floor respectively.

B. Switching as follows: 1. Switch shall be recessed mounted with a single stainless steel cover plate. Light switch

shall be properly labeled for their function. 2. Provide AC quiet-type commercial grade, tumbler toggle switches for the overhead

lights. Screw-type wiring terminals. Single pole, 20A, 120/277V rated switches; grey in color.

3. Switch shall be pre-wired and connected to the light fixtures. 4. All pre-wired cabling shall be hidden from site and routed inside the toll booth walls.

C. Provide pre-wired recessed receptacle outlets as indicated at each end of booth. 1. Provide ground fault interrupt 20A, 125V duplex receptacle and standard 20A, 120V

duplex receptacle located on front side splashboard of the attendant counter. Receptacle; grey in color.

2. Provide standard 20A, 120V duplex receptacle located on back side splashboard counter at the back of the attendant. Receptacle; grey in color.

Page 108: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

95

12 of 16

3. Pre-wire the receptacle outlets inside the booth providing circuit cabling and conduiting via 2#12 + 1#12Ground in 3/4-inch conduit. Cabling and conduiting shall connect each receptacle outlet in the booth and terminate to a junction box (pullbox) underneath the back counter via terminal block for reconnecting the existing toll booth power supply.

4. All pre-wired cabling shall be hidden from site and routed inside the toll booth walls.

D. Provide pre-wired two (2) surface ceiling mounted overhead lights. 1. Surface-mounted enclosed luminaire provides general illumination approved and listed

for damp location. Use Lithonia lighting enclosed linear fluorescent VSL 2 17 MVOLT (120/277V) GEB10IS DL. Length 25-3/8”, Width 8-7/8”, Depth 3-3/8”. Lamp: 17W T8, 1300 initial lumens (minimum), CRI 75 (minimum), Color Temperature 4100K, average rated life 20,000 hours.

2. Pre-wire the light fixtures inside the booth including on/off control providing circuit cabling and conduiting via 2#12 + 1#12Ground in 3/4-inch conduit. Cabling and conduiting shall connect each light fixture to the common light switch in the booth and terminate to a junction box (pullbox) underneath the back counter via terminal block for reconnecting the existing toll booth power supply.

3. All pre-wired cabling shall be hidden from site and routed inside the toll booth walls.

E. Provide one (1) pre-wired 30Amps, 240V, 2-pole disconnect switch in NEMA-4X for the HVAC equipment on the roof: 1. Disconnect switch shall be fused at 20A using dual element time-delay Class R fuses

and mounted within sight of the HVAC equipment. 2. The disconnect switch shall be pre-wired and connected to the HVAC equipment via

2#12 + 1#12Ground in 3/4-inch conduit. Cabling and conduiting shall connect the disconnect switch to the HVAC equipment on the roof and terminate to a junction box (pullbox) underneath the back counter via terminal block for reconnecting the existing toll booth power supply.

3. Pre-wire thermostat as required by the HVAC manufacturer and provide 3/4-inch conduit and back box.

4. All pre-wired cabling shall be hidden from site and routed inside the toll booth walls.

F. Provide rough-ins and back boxes for the CCTV, Panic Alarm and Intercom system: 1. Two (2) CCTV cameras to be mounted and reconnected by the Contractor’s specialist

shall be provided with 3/4-inch conduit connecting each back box per camera as shown on plan and terminate to a junction box (pullbox) underneath the back counter for reconnection.

2. One (1) panic alarm switch to be mounted and reconnected by the Contractor’s specialist shall be provided with 3/4-inch conduit connected to the panic switch back box and terminate to a junction box (pullbox) underneath the back counter for reconnection. Locate back box approximately 34” above toll booth finished floor to center of device.

Page 109: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

96

13 of 16

3. One (1) intercom handset to be mounted and reconnected by the Contractor’s specialist shall be provided with 3/4-inch conduit connected to the intercom handset back box and terminate to a junction box (pullbox) underneath the back counter for reconnection. Locate back box approximately 60” above toll booth finished floor to center of device.

4. Back boxes shall be no smaller than 2 inches wide, 3 inches high, and 2-1/2 inches deep.

5. Provide pull wires for all empty conduit rough-ins. 6. All roughing-in works shall be hidden from site and routed inside the toll booth walls.

G. Booth shall be completely pre-wired for power and lighting, at junction boxes (pullboxes) under accessible floor area, ready for operation and hook-up at toll plaza power sources.

H. For the CCTV, Panic Alarm and Intercom, booth shall be completely provided with roughing-in conduits and back boxes with pull wires for reconnection to the existing security systems wiring and intercom wiring on site by the Contractor’s specialist.

I. Junction boxes (pullboxes) provisions for reconnecting existing electrical services on site: 1. Unless otherwise indicated, the following junction boxes to be included at each end

(designated as “primary” end), below the floor and attached to the new toll booth structural support members, for:

2. Intercom a Booth Lighting / Duplex Receptacle Outlets / HVAC b Security – CCTV / Panic Alarm

3. 3/4-inch conduits connecting non-“primary” booth end light switch, receptacles, HVAC disconnect switch, etc. to be routed below booth floor and through booth floor structural support members to “primary” booth end junction boxes (pullboxes).

4. Each junction box (pullbox) properly labeled for system to which it pertains. Refer to Drawings for labels.

J. Provide a ¼-20 ground stud on the left inside wall of each counter lower compartment.

K. Mount wiring schematic(s) and/or connection diagram(s) to the inside of each counter access door panel for use by toll facility maintenance personnel. Provide a clear protective envelope to preserve the diagrams. Note variations, if any among the booths.

L. Booth conduit requirements as follows: 1. For all conductors inside the booth, provide EMT rigid non-metallic (Schedule 40)

conduit or rigid galvanized steel conduit. 2. Provide liquid-tight for all flexible conduit. 3. Provide rigid non-metallic (Schedule 40) conduit for all vertical risers.

Page 110: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

97

14 of 16

2.10 FABRICATION

A. Fabricate control booths completely in factory.

B. Preglaze windows and doors at factory.

C. Prewire control booths at factory, ready for connection to service at Project site. 2.11 GENERAL FINISH REQUIREMENTS

A. Comply with NAAMM’s “Metal Finishes Manual for Architectural and Metal Products” for recommendations for applying and designating finishes.

B. Appearance of Finished Work: Noticeable variations in same piece are not acceptable. Variations in appearance of adjoining components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast.

400.03.03 EXECUTION 3.1 EXAMINATION

A. Examine substrate, areas, and conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of Work.

B. Prepare written report, endorsed by Installer, listing conditions detrimental to performance of Work.

C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION

A. Concrete installer to install prefabricated mounting frames in the plaza island during concrete placement.

B. Contractor to coordinate below-floor air ducting from tunnel and its interface with the plenum located in the booth end, per plaza design.

Page 111: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

98

15 of 16 3.3 INSTALLATION

A. Install and anchor control booths according to manufacturer’s written instructions.

B. Booth Mounting Frame: Install the booth mounting frame to the existing concrete island. The frame acts as permanent framework and must be installed level, plumb, and aligned with proper orientation as required by the plaza design. Cross band the mounting frame as necessary to prevent deflection during the island concrete pour.

C. Toll Booths: 1. Delivery: Provide the booth 100 per cent tested and complete at the time of delivery.

No on-site painting, assembly, cleaning, or adjustments should be necessary. Loose items (i.e. keys, floor mats, cash trays) to be delivered to the Owner.

2. Set-in-Place: Slope toll booth approximately ½ inch towards primary end at installation to drain roof. Plug unused roof drain. Seal booth against water intrusion by applying silicone sealant full-depth between booth exterior and booth mounting frame.

3. Provide connection of toll booth electrical and mechanical interfaces. Coordinate as required with toll equipment suppliers for equipment items to be installed in booths by others.

D. Connect electrical power service to power distribution system according to requirement specified in SP-851.

3.4 STORAGE

A. Should toll booth storage be required on site, the Contractor shall ensure that the booth is elevated above ground level and adequately protected from weather and/or damage.

B. The toll booth shall be wrapped in protective plastic following installation if booth is to remain exposed and unused for an extended period, or as directed by the Engineer.

C. Security from Vandals and Damage: The following steps shall occur: 1. The MDTA inspected booths complete with inspection documents are delivered to the

job site. 2. Receiving documents are executed by the Contractor who is then responsible for

whatever security measures are necessary to protect the booth from damage by vandals and/or onsite construction equipment and personnel until accepted by the MDTA’s representative.

3. The booth fabricator is still responsible for warranty, defective materials, and workmanship.

Page 112: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

99

16 of 16

3.5 ADJUSTING

A. Adjust doors, operable windows, and hardware to operate smoothly, easily, properly, and without binding. Confirm that locks engage accurately and securely without forcing or binding.

B. Lubricate hardware and other moving parts.

C. After completing installation, inspect exposed finishes and repair damaged finishes.

400.03.04 MEASUREMENTS AND PAYMENT Furnish and Install Toll Booth shall be measured and paid for at the Contract unit price per each installed and accepted. The payment will be full compensation for all material, labor, equipment, tools, and incidentals necessary to complete the work.

Page 113: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

100

1 of 3 CATEGORY 400 STRUCTURES

SECTION 400.04 - CANOPIES

400.04.01 GENERAL 1.1 SUMMARY

A. Work of this Section includes polycarbonate canopies and metal canopy frame systems.

1.2 REFERENCES

A. Structural welding code steel AWS D1.1 B. Structural welding code steel AWS D1.2

1.3 SUBMITTALS

A. General: Submit each item in this article according to the Condition of the contract and Special Provisions Category 100.

B. Shop Drawings: Shall show shop and erection details, including cut, copes, connections

holes and welds. Shall show welds, both shop and field, by the current recommended symbols of the AWS. Do not fabricate members until shop drawings have been reviewed and approved.

C. Shall include engineering calculations showing wind load requirements of the local Building

Department and include fastener and erection details, signed and sealed by the qualified professional engineer responsible for their preparation.

1.4 QUALITY ASSURANCE

A. The entity shall provide documentation demonstrating continuous operation as professional canopy manufacturer for a minimum of ten (10) years prior to the award of this contract.

B. The entity shall hold a valid general contractor’s license for a minimum of five (5) years.

C. Welder Qualifications: The personnel manufacturing the metal awning frames shall be

certified welders.

D. The entity shall provide written welding procedure specifications.

Page 114: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

101

2 of 3

E. Professional Engineer Qualifications: The personnel providing the professional engineer

services shall be a professional engineer who is legally authorized to practice in the jurisdiction where project is located and who is experienced in providing engineering services for installing polycarbonate canopies similar to those indicated for this project and with a record of successful in service performance.

F. The canopy fabricator shall provide proof they have had an ongoing written Quality

Assurance program for five (5) years or more. 1.6 WARRANTY

A. Shall warrant frame materials and workmanship against defects for a period of one (1) year from date of substantial completion of the Work.

B. Shall warrant canopy materials and workmanship against defects for a minimum period of

five (5) years, on a prorated basis, from the date of substantial completion of the work and/or offer the same warranty offered by the fabric mill that manufactured or supplied the fabric.

400.04.02 PRODUCTS 2.1 CANOPIES

A. Canopy profile: Refer to architectural drawings for dimensional properties.

B. Canopy: Shall be Polycarbonate sheet, color as selected by Architect, exterior grade material that carries a minimum five (5) year manufacturer’s warranty.

C. Frames: Minimum 3-inch square 16 GA galvanized steel ASTM A 500 channel, welding to

AWS standards with welds ground smooth. Frames shall be designed for wind loads, snow loads and seismic requirements as required by structural engineering requirements.

D. Frames: All corners shall be mitered or completely welded to AWS standards.

E. Metal welding: All joints shall be mitered or completely welded to AWS standards, ground

smooth, primed and painted.

F. Anchors: Anchoring hardware shall be galvanized, zinc-coated 3/8” diameter or greater. 2.3 FABRICATION

Page 115: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

102

A. Fabricate canopy and frames in strict accordance with the reviewed shop drawings, written welding procedure specifications and the reference standards.

B. Canopy Frame Finish: Frames and metal components shall be unpainted galvanized steel.

3 of 3

400.04.03 INSTALLATIONS 3.1 INSTALLATION

A. As a business a minimum ten (10) years canopy installation experience is required by the canopy contractor.

B. Canopy locations shall be field measured by the canopy contractor prior to canopy

manufacture and canopy installation.

C. Install canopies and frames in strict accordance with the Drawings and the reviewed shop drawings, and provide appropriate building code requirements and aligned and plumb.

D. Welding procedures and operation shall comply with the referenced standard. Welding

electrodes shall comply with ASTM A 233, E-70 Series. Grind smooth exposed welds; finish welds to the inside.

E. Installation firm shall hold a current contractor’s license.

400.04.04 MEASUREMENTS AND PAYMENT Canopies shall be measured and paid for at the Contract unit price per each installed and accepted. The payment will be full compensation for all material, labor, equipment, tools, and incidentals necessary to complete the work.

Page 116: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL

BOOTH REPLACEMENTS SPECIAL PROVISIONS Contract No. MA 2597-000-006

103

1 of 7

CATEGORY 400 MATERIALS

SSECTION 400.05 – SIGNAGE

400.05.01 GENERAL 1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Special Provisions Category 100, apply to this Section.

B. Drawings shall be coordinated with toll booth manufacturer.

C. Refer to Section 400.03 Fabricated Toll Booth. 1.2 SUMMARY

A. This Section includes surface preparation and application of retroreflective sheeting application on the following substrates::

1) Exterior Substrates: a Aluminum. b Glass. c Stainless Steel. d Painted Stainless Steel..

1.3 SUBMITTALS

A. Product Data: For each color of product indicated.

B. Samples for Initial Selection: For each type of sheeting product indicated. Submit colors for approval by Engineer prior to fabrication of samples.

C. Samples for Verification: For each type of coating system and in each color and gloss of finish coat indicated. 1. Submit 2 Samples of each vinyl color on exterior substrate, 12 inches square.

D. Product List: For each product indicated. Cross-reference sign materials to locations on toll booth. Use same designations indicated on Drawings and in schedules.

E. Shop Drawings: Show fabrication and installation details for signs.

Page 117: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL

BOOTH REPLACEMENTS SPECIAL PROVISIONS Contract No. MA 2597-000-006

104

2 of 7

1. Show sign mounting heights, locations of supplementary supports to be provided by others, and accessories.

2. Provide message list, typestyles, graphic elements, and layout for each sign.

1.4 QUALITY ASSURANCE

A. Codes, Regulations, Reference Standards and Specifications:

1. Americans With Disabilities Act (ADA) 2. Applicable local codes 3. ASTM: A120, A424, A499, A526, and B209

1.5 DELIVERY, STORAGE, AND HANDLING

A. The products supplied under the contract shall be handled, stored, and delivered in accordance with this section.

B. Insure that all signs are adequately protected from damage during fabrication and installation. Deliver specialty signs in cartons or crates to provide protection during transit and storage at the work sites. Storage of fabricated items is the responsibility of the Contractor. Protect stored material against corrosion, deterioration of any kind, and damage.

C. Inspect signs upon delivery for damage. Repair minor damages provided that the finished items are equal in all respects to new work; otherwise, remove and replace damaged items as indicated. If damaged, sign panels shall not be repaired but shall be replaced.

1.6 PROJECT CONDITIONS

A. Field Measurements: Where sizes of signs are determined by dimensions of surfaces on which they are installed, verify dimensions by field measurement before fabrication and indicate measurements on Shop Drawings.

400.05.02 PRODUCTS 2.1 SIGNAGE MATERIALS, GENERAL

A. Unframed panel signs: Fabricate signs with edges mechanically and smoothly finished to comply with the following requirements: 1. Edge Condition: Square Cut

Page 118: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL

BOOTH REPLACEMENTS SPECIAL PROVISIONS Contract No. MA 2597-000-006

105

3 of 7

B. Colors: As selected by Architect from manufacturer's full range.

C. Graphic Content and Style: Provide sign copy that complies with requirements indicated on drawings for size, style, spacing, content, mounting height and location, material, finishes, and colors of signage.

D. Aluminum: Refer to section 950.08 of the Standard Specifications

2.2 FRAMING, FASTENERS, AND HARDWARE

A. Mounting Bracket: Basis of Design

1. Reference SP-400.03, 2.2.G.

B. Bolts: 3/8” F593 (18-8 Type 303-304) Stainless Steel or anodized aluminum hex head bolt.

C. Washers: Stainless Steel and Neoprene. Install Neoprene washer between stainless steel washer and reflective sheeting on sign face.

2.3 FINISHES, GENERAL

A. Comply with NAAMM’s “Metal finishes Manual for Architectural and Metal Product” for recommendations for applying and designating finishes.

B. Protect mechanical finish on exposed surfaces from damage by applying strippable, temporary protective covering before shipping.

C. All edges shall be ground smooth and finished. 2.4 RETROREFLECTIVE SHEETING

A. General:

1. Provide vinyl graphics materials, including films, adhesives, inks, infills and coatings by one manufacturer to assure compatibility of sign system components.

Page 119: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL

BOOTH REPLACEMENTS SPECIAL PROVISIONS Contract No. MA 2597-000-006

106

4 of 7

B. Reflective Sheeting:

1. General: Adhesive backed, reflective plastic sheeting as shown, with graphics surface applied.

2. Die Cut: Adhesive backed.

3. Durability and reflective qualities: FS L-S-300C.

4. Clear coating: Clear coat vinyl ink with UV inhibitors.

C. Graphic Content and Style: Provide sign copy that complies with requirements indicated on drawings for size, style, spacing, content, mounting height and location, material, finishes, and colors of signage.

2.5 RETROFLECTIVE SHEETING COLORS

A. Permanent Signs Retro reflective Sheeting. Retro reflective sheeting for permanent signs shall conform to ASTM D 4956-05, except as modified below:

MINIMUM REFLECTIVE INTENSITY VALUES FOR

RETROREFLECTIVE SHEETING Minimum Coefficient of Retroreflection·(RA) cd/(lx · m2)

Per ASTM E-810 (Average of 0 and 90 degree orientation)

Observation Angle°

Entrance Angle° White Yellow Fluor.

Yellow

Fluor. Yellow-Green

Red Green Blue Fluor. Orange

0.2 -4 570 425 340 455 114 57 26 170 0.2 30 215 160 130 170 43 21 10 64 0.5 -4 400 300 240 320 80 40 18 120 0.5 30 150 112 90 120 30 15 6.8 45 1 -4 120 90 72 96 24 12 5.4 36 1 30 45 34 27 36 9 4.5 2 14

2.6 APPLICATIONS

A. Retroflective Sheeting on Alumninum

1. Background color and legend applied with self-adhesive retroreflective sheeting on aluminum panels.

2. Attached to toll booth with bracket and bolts.

Page 120: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL

BOOTH REPLACEMENTS SPECIAL PROVISIONS Contract No. MA 2597-000-006

107

5 of 7

B. Retroflective Sheeting on Glass

1. Graphic legend applied to glass with self-adhesive retroflective sheeting.

2. Background color and legend applied with retroreflective sheeting to glass windows of toll booth.

C. Retroflective Sheeting on Stainless Steel

6.� Background color and legend applied directly to stainless steel booth.

D. Retroflective Sheeting on Painted Stainless Steel

6.� Background color and legend applied directly to painted stainless steel booth.

E. Replacement of Signs on Refurbished Toll Booths (FMT only)

1. Locations of replaced sign as indicated on architectural drawings:

a. Mechanically fasten aluminum signs to booth. Patch any existing holes with silicone.

b. Cover existing retroflective sheeting with new retroflective sheeting.

c. For signs installed on glass refer to 400.05 Section 2.6.A. 400.05.03 EXECUTION 3.1 EXAMINATION

A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of work.

B. Erect barricades around work areas in accordance with specified safety requirements.

C. Verify that items, wall surface, provided under other sections of work are sized and located to accommodate signs.

D. Examine supporting member to ensure that surfaces are at elevations indicated or required to comply with authorities having jurisdiction and are free from dirt and other deleterious matter.

E. Proceed with installation only after unsatisfactory conditions have been corrected.

Page 121: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL

BOOTH REPLACEMENTS SPECIAL PROVISIONS Contract No. MA 2597-000-006

108

6 of 7

3.2 PREPARATION

A. Clean substrates of substances that could impair bond of adhesives, including dirt, oil, grease, and incompatible paints and encapsulants.

B. Clean stainless steel with dentatured alcohol, Windex, and then buff with cotton cloth. 3.3 INSTALLATION

A. Fabricate signs of the material and to the dimensions shown, with straight lines and flat planes.

B. General: Locate signs and accessories where indicated, using mounting methods of types described and in compliance with manufacturer’s written instructions.

1. Install signs level, plumb, and at heights indicated, with sign surfaces free from distortion and other defects in appearance.

C. Installation:

1. Metal signs are attached to toll booth sign mounting bracket in accordance with MD 812.02.

2. Self adhesive retroreflective sheeting is applied directly to either glass window or stainless steel of toll booth.

3. Hand application should be applied at temperatures of 65°F or above. All direct applied copy and border must be cut at all metal joints and squeegeed at the edges.

D. Inspection: Inspect surfaces and conditions under which the work will be performed. Do not proceed with the work until unsatisfactory conditions have been corrected.

3.4 CLEANING AND PROTECTION

A. At end of each workday, remove rubbish, empty cans, rags, and other discarded materials from Project site.

B. After completing coating application, clean spattered surfaces. Remove spattered coatings by washing, scraping, or other methods. Do not scratch or damage adjacent finished surfaces.

C. Protect work of other trades against damage from coating operation. Correct damage by cleaning, repairing, replacing, and recoating, as approved by Architect, and leave in an undamaged condition.

Page 122: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL

BOOTH REPLACEMENTS SPECIAL PROVISIONS Contract No. MA 2597-000-006

109

7 of 7

D. At completion of construction activities of other trades, touch up and restore damaged or defaced coated surfaces.

400.05.04 MEASUREMENTS AND PAYMENT Toll Booth Signage shall be measured and paid for at the lump sum price. The payment will be full compensation for all material, labor, equipment, tools, and incidentals necessary to complete the work.

Page 123: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL

BOOTH REPLACEMENTS SPECIAL PROVISIONS Contract No. MA 2597-000-006

110

1 of 9 CATEGORY 800

TRAFFIC SECTION 850 - COMMON WORK RESULTS FOR MECHANICAL

850.01 GENERAL 1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions, apply to this Section.

1.2 SUMMARY

A. This Section includes the following: 1. Piping materials and installation instructions common to most piping systems. 2. Transition fittings. 3. Dielectric fittings. 4. Mechanical sleeve seals. 5. Sleeves. 6. Grout. 7. Equipment installation requirements common to equipment sections. 8. Painting and finishing. 9. Common motor requirements for HVAC. 10. Hangers and supports for HVAC. 11. HVAC testing, adjusting, and balancing for HVAC. 12. Duct insulation. 13. Metal ducts. 14. Air duct assemblies. 15. Diffusers.

1.3 DEFINITIONS

A. Finished Spaces: Spaces other than mechanical and electrical equipment rooms, furred spaces, pipe and duct chases, unheated spaces immediately below roof, spaces above ceilings, unexcavated spaces, crawlspaces, and tunnels.

B. Exposed, Interior Installations: Exposed to view indoors. Examples include finished occupied spaces and mechanical equipment rooms.

C. Exposed, Exterior Installations: Exposed to view outdoors or subject to outdoor ambient temperatures and weather conditions. Examples include rooftop locations.

Page 124: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL

BOOTH REPLACEMENTS SPECIAL PROVISIONS Contract No. MA 2597-000-006

111

2 of 9

D. Concealed, Interior Installations: Concealed from view and protected from physical contact by building occupants. Examples include above ceilings and chases.

E. Concealed, Exterior Installations: Concealed from view and protected from weather conditions and physical contact by building occupants but subject to outdoor ambient temperatures. Examples include installations within unheated shelters.

F. The following are industry abbreviations for plastic materials: 1. CPVC: Chlorinated polyvinyl chloride plastic. 2. PE: Polyethylene plastic. 3. PVC: Polyvinyl chloride plastic.

G. The following are industry abbreviations for rubber materials: 1. EPDM: Ethylene-propylene-diene terpolymer rubber. 2. NBR: Acrylonitrile-butadiene rubber.

1.4 SUBMITTALS

A. Product Data: For the following: 1. Transition fittings. 2. Dielectric fittings. 3. Mechanical sleeve seals.

B. Welding certificates. 1.5 QUALITY ASSURANCE

A. Steel Support Welding: Qualify processes and operators according to AWS D1.1, "Structural Welding Code--Steel."

B. Electrical Characteristics for HVAC Equipment: Equipment of higher electrical characteristics may be furnished provided such proposed equipment is approved in writing and connecting electrical services, circuit breakers, and conduit sizes are appropriately modified. If minimum energy ratings or efficiencies are specified, equipment shall comply with requirements.

1.6 DELIVERY, STORAGE, AND HANDLING

A. Deliver pipes and tubes with factory-applied end caps. Maintain end caps through shipping, storage, and handling to prevent pipe end damage and to prevent entrance of dirt, debris, and moisture.

Page 125: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL

BOOTH REPLACEMENTS SPECIAL PROVISIONS Contract No. MA 2597-000-006

112

3 of 9

B. Store plastic pipes protected from direct sunlight. Support to prevent sagging and bending.

1.7 COORDINATION

A. Arrange for pipe spaces, chases, slots, and openings in structure during progress of construction, to allow for HVAC installations.

B. Coordinate installation of required supporting devices and set sleeves in poured-in-place concrete and other structural components as they are constructed.

C. Coordinate requirements for access panels and doors for HVAC items requiring access that are concealed behind finished surfaces.

850.02 MATERIALS 2.1 MANUFACTURERS

A. In other Part 2 articles where subparagraph titles below introduce lists, the following requirements apply for product selection: 1. Available Manufacturers: Subject to compliance with requirements, manufacturers

offering products that may be incorporated into the Work include, but are not limited to, the manufacturers specified.

2.2 PIPE, TUBE, AND FITTINGS

A. Pipe Threads: ASME B1.20.1 for factory-threaded pipe and pipe fittings. 2.3 JOINING MATERIALS

A. Solder Filler Metals: ASTM B 32, lead-free alloys. Include water-flushable flux according to ASTM B 813.

B. Brazing Filler Metals: AWS A5.8, BCuP Series, copper-phosphorus alloys for general-duty brazing, unless otherwise indicated; and AWS A5.8, BAg1, silver alloy for refrigerant piping, unless otherwise indicated.

2.4 DIELECTRIC FITTINGS

A. Description: Combination fitting of copper alloy and ferrous materials with threaded, solder-joint, plain, or weld-neck end connections that match piping system materials.

Page 126: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL

BOOTH REPLACEMENTS SPECIAL PROVISIONS Contract No. MA 2597-000-006

113

4 of 9

B. Insulating Material: Suitable for system fluid, pressure, and temperature.

C. Dielectric Unions: Factory-fabricated, union assembly, for 250-psig (1725-kPa) minimum working pressure at 180 deg F (82 deg C). 1. Available Manufacturers:

a Capitol Manufacturing Co. b Central Plastics Company. c Eclipse, Inc. d Epco Sales, Inc. e Hart Industries, International, Inc. f Watts Industries, Inc.; Water Products Div. g Zurn Industries, Inc.; Wilkins Div.

2.5 MECHANICAL SLEEVE SEALS

A. Description: Modular sealing element unit, designed for field assembly, to fill annular space between pipe and sleeve. 1. Available Manufacturers:

a Advance Products & Systems, Inc. b Calpico, Inc. c Metraflex Co. d Pipeline Seal and Insulator, Inc.

2. Sealing Elements: EPDM interlocking links shaped to fit surface of pipe. Include type and number required for pipe material and size of pipe.

3. Pressure Plates: Stainless steel. Include two for each sealing element. 4. Connecting Bolts and Nuts: Carbon steel with corrosion-resistant coating of length

required to secure pressure plates to sealing elements. Include one for each sealing element.

2.6 SLEEVES

A. Galvanized-Steel Sheet: 0.0239-inch (0.6-mm) minimum thickness; round tube closed with welded longitudinal joint.

B. Steel Pipe: ASTM A 53, Type E, Grade B, Schedule 40, galvanized, plain ends. 2.7 GROUT

A. Description: ASTM C 1107, Grade B, nonshrink and nonmetallic, dry hydraulic-cement grout.

Page 127: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL

BOOTH REPLACEMENTS SPECIAL PROVISIONS Contract No. MA 2597-000-006

114

5 of 9

1. Characteristics: Post-hardening, volume-adjusting, nonstaining, noncorrosive, nongaseous, and recommended for interior and exterior applications.

2. Design Mix: 5000-psi (34.5-MPa), 28-day compressive strength. 3. Packaging: Premixed and factory packaged.

2.8 COMMON MOTOR REQUIREMENTS FOR HVAC

A. Refer to SP 850.01, Common Motor Requirements for HVAC. 2.9 HANGERS AND SUPPORTS FOR HVAC

A. Refer to SP 850.02, Hangers and Supports for HVAC. 2.10 DUCT INSULATION

A. Refer to SP 850.04, Duct Insulation. 2.11 METAL DUCTS

A. Refer to SP 850.05, Metal Ducts. 2.12 AIR DUCT ACCESSORIES

A. Refer to SP 850.06, Air Duct Accessories. 2.13 DIFFUSERS

A. Refer to SP 850.07, Diffusers.

850.03 CONSTRUCTION 3.1 PIPING SYSTEMS - COMMON REQUIREMENTS

A. Install piping according to the following requirements.

B. Drawing plans, schematics, and diagrams indicate general location and arrangement of piping systems. Indicated locations and arrangements were used to size pipe and calculate friction loss, expansion, pump sizing, and other design considerations. Install piping as indicated unless deviations to layout are approved on Coordination Drawings.

C. Install piping in concealed locations, unless otherwise indicated and except in equipment rooms and service areas.

Page 128: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL

BOOTH REPLACEMENTS SPECIAL PROVISIONS Contract No. MA 2597-000-006

115

6 of 9

D. Install piping indicated to be exposed and at right angles or parallel to walls. Diagonal runs are prohibited unless specifically indicated otherwise.

E. Install piping to permit valve servicing.

F. Install piping at indicated slopes.

G. Install piping free of sags and bends.

H. Install fittings for changes in direction and branch connections.

I. Install piping to allow application of insulation.

J. Select system components with pressure rating equal to or greater than system operating pressure.

K. Install sleeves for pipes passing through concrete and masonry walls and concrete.

L. Install sleeves for pipes passing through concrete and masonry walls. 1. Cut sleeves to length for mounting flush with both surfaces.

a Exception: Extend sleeves installed in floors of mechanical equipment areas or other wet areas 2 inches (50 mm) above finished floor level. Extend cast-iron sleeve fittings below floor slab as required to secure clamping ring if ring is specified.

2. Except for underground wall penetrations, seal annular space between sleeve and pipe or pipe insulation, using joint sealants appropriate for size, depth, and location of joint.

M. Aboveground, Exterior-Wall Pipe Penetrations: Seal penetrations using sleeves and mechanical sleeve seals. Select sleeve size to allow for 1-inch (25-mm) annular clear space between pipe and sleeve for installing mechanical sleeve seals. 1. Install steel pipe for sleeves smaller than 6 inches (150 mm) in diameter. 2. Mechanical Sleeve Seal Installation: Select type and number of sealing elements

required for pipe material and size. Position pipe in center of sleeve. Assemble mechanical sleeve seals and install in annular space between pipe and sleeve. Tighten bolts against pressure plates that cause sealing elements to expand and make watertight seal.

N. Verify final equipment locations for roughing-in.

O. Refer to equipment specifications in other Sections of these Specifications for roughing-in requirements.

Page 129: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL

BOOTH REPLACEMENTS SPECIAL PROVISIONS Contract No. MA 2597-000-006

116

7 of 9

3.2 PIPING JOINT CONSTRUCTION

A. Ream ends of pipes and tubes and remove burrs.

B. Remove scale, slag, dirt, and debris from inside and outside of pipe and fittings before assembly.

C. Soldered Joints: Apply ASTM B 813, water-flushable flux, unless otherwise indicated, to tube end. Construct joints according to ASTM B 828 or CDA's "Copper Tube Handbook," using lead-free solder alloy complying with ASTM B 32.

D. Brazed Joints: Construct joints according to AWS's "Brazing Handbook," "Pipe and Tube" Chapter, using copper-phosphorus brazing filler metal complying with AWS A5.8.

3.3 PIPING CONNECTIONS

A. Make connections according to the following, unless otherwise indicated: 1. Install unions, in piping NPS 2 (DN 50) and smaller, adjacent to each valve and at

final connection to each piece of equipment. 3.4 EQUIPMENT INSTALLATION - COMMON REQUIREMENTS

A. Refer to SP 850.01, Common Motor Requirements for HVAC.

B. Install equipment to allow maximum possible headroom unless specific mounting heights are not indicated.

C. Install equipment level and plumb, parallel and perpendicular to other building systems and components in exposed interior spaces, unless otherwise indicated.

D. Install HVAC equipment to facilitate service, maintenance, and repair or replacement of components. Connect equipment for ease of disconnecting, with minimum interference to other installations. Extend grease fittings to accessible locations.

E. Install equipment to allow right of way for piping installed at required slope. 3.5 PAINTING

A. Damage and Touchup: Repair marred and damaged factory-painted finishes with materials and procedures to match original factory finish.

Page 130: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL

BOOTH REPLACEMENTS SPECIAL PROVISIONS Contract No. MA 2597-000-006

117

8 of 9

3.6 ERECTION OF METAL SUPPORTS AND ANCHORAGES

A. Refer to SP 850.02, Hangers and Supports for HVAC.

B. Cut, fit, and place miscellaneous metal supports accurately in location, alignment, and elevation to support and anchor HVAC materials and equipment.

3.7 ERECTION OF WOOD SUPPORTS AND ANCHORAGES

A. Cut, fit, and place wood grounds, nailers, blocking, and anchorages to support, and anchor HVAC materials and equipment.

B. Select fastener sizes that will not penetrate members if opposite side will be exposed to view or will receive finish materials. Tighten connections between members. Install fasteners without splitting wood members.

C. Attach to substrates as required to support applied loads. 3.8 GROUTING

A. Mix and install grout for HVAC equipment base bearing surfaces, pump and other equipment base plates, and anchors.

B. Clean surfaces that will come into contact with grout.

C. Provide forms as required for placement of grout.

D. Avoid air entrapment during placement of grout.

E. Place grout, completely filling equipment bases.

F. Place grout on concrete bases and provide smooth bearing surface for equipment.

G. Place grout around anchors.

H. Cure placed grout. 3.9 TESTING, ADJUSTING, AND BALANCING FOR HVAC

A. Refer to SP 850.03, Testing, Adjusting, and Balancing for HVAC.

Page 131: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL

BOOTH REPLACEMENTS SPECIAL PROVISIONS Contract No. MA 2597-000-006

118

9 of 9

3.10 DUCT INSULATION INSTALLATION

A. Refer to SP 850.04, Duct Insulation. 3.11 METAL DUCTS CONSTRUCTION

A. Refer to SP 850.05, Metal Ducts. 3.12 AIR DUCT ACCESSORIES INSTALLATION

A. Refer to SP 850.06, Air Duct Accessories. 3.13 DIFFUSERS INSTALLATION

A. Refer to SP 850.07, Diffusers. 850.04 MEASUREMENTS AND PAYMENT Common Work Results for Mechanical will not be measured but will be paid for at the Contract lump sum price. All Mechanical Work in the Contract Documents will not be measured but the cost will be incidental to Section 850. The Authority reserves the right to eliminate from this item any or all equipment. For each piece of equipment eliminated from this item, the item will be credited to the extent of the cost eliminated, which will be determined from the breakdown submitted by the Contractor showing the tabulation of individual unit costs used in arriving at the Contract price for this item. A breakdown of the Contract lump sum price for Mechanical Work shall be submitted to the Engineer prior to beginning work.

Page 132: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

119 03-06-12

1 of 3 CATEGORY 800

TRAFFIC

SECTION 850.01 - COMMON MOTOR REQUIREMENTS FOR HVAC EQUIPMENT 850.01.01 GENERAL 1.1 SUMMARY

A. Section includes general requirements for single-phase and polyphase, general-purpose, horizontal, small and medium, squirrel-cage induction motors for use on ac power systems up to 600 V and installed at equipment manufacturer's factory or shipped separately by equipment manufacturer for field installation.

1.2 COORDINATION

A. Coordinate features of motors, installed units, and accessory devices to be compatible with the following: 1. Motor controllers. 2. Torque, speed, and horsepower requirements of the load. 3. Ratings and characteristics of supply circuit and required control sequence. 4. Ambient and environmental conditions of installation location.

850.01.02 MATERIALS 2.1 GENERAL MOTOR REQUIREMENTS

A. Comply with requirements in this Section except when stricter requirements are specified in HVAC equipment schedules or Sections.

B. Comply with NEMA MG 1 unless otherwise indicated. 2.2 MOTOR CHARACTERISTICS

A. Duty: Continuous duty at ambient temperature of 40 deg C and at altitude of 1000 feet above sea level.

B. Capacity and Torque Characteristics: Sufficient to start, accelerate, and operate connected loads at designated speeds, at installed altitude and environment, with indicated operating sequence, and without exceeding nameplate ratings or considering service factor.

Page 133: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

120 03-06-12

2 of 3 2.3 POLYPHASE MOTORS

A. Description: NEMA MG 1, Design B, medium induction motor.

B. Efficiency: Energy efficient, as defined in NEMA MG 1.

C. Service Factor: 1.15.

D. Multispeed Motors: Variable torque. 1. For motors with 2:1 speed ratio, consequent pole, single winding. 2. For motors with other than 2:1 speed ratio, separate winding for each speed.

E. Rotor: Random-wound, squirrel cage.

F. Bearings: Regreasable, shielded, antifriction ball bearings suitable for radial and thrust loading.

G. Temperature Rise: Match insulation rating.

H. Insulation: Class F.

I. Code Letter Designation: 1. Motors Smaller than 15 HP: Manufacturer's standard starting characteristic.

J. Enclosure Material: Cast iron for motor frame sizes 324T and larger; rolled steel for motor frame sizes smaller than 324T.

2.4 POLYPHASE MOTORS WITH ADDITIONAL REQUIREMENTS

A. Motors Used with Reduced-Voltage and Multispeed Controllers: Match wiring connection requirements for controller with required motor leads. Provide terminals in motor terminal box, suited to control method.

2.5 SINGLE-PHASE MOTORS

A. Motors larger than 1/20 hp shall be one of the following, to suit starting torque and requirements of specific motor application: 1. Permanent-split capacitor. 2. Split phase. 3. Capacitor start, inductor run. 4. Capacitor start, capacitor run.

B. Multispeed Motors: Variable-torque, permanent-split-capacitor type.

Page 134: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

121 03-06-12

3 of 3

C. Bearings: Prelubricated, antifriction ball bearings or sleeve bearings suitable for radial and thrust loading.

D. Motors 1/20 HP and Smaller: Shaded-pole type.

E. Thermal Protection: Internal protection to automatically open power supply circuit to motor when winding temperature exceeds a safe value calibrated to temperature rating of motor insulation. Thermal-protection device shall automatically reset when motor temperature returns to normal range.

850.01.03 CONSTRUCTION (Not Applicable) 850.01.04 MEASUREMENTS AND PAYMENT Common Motor Requirements for HVAC Equipment shall not be measured but shall be incidental to the Contract price for Mechanical Work.

Page 135: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

122 02-07-11

1 of 4 CATEGORY 800

TRAFFIC

SECTION 850.02 - HANGERS AND SUPPORTS FOR HVAC PIPING AND EQUIPMENT 850.02.01 GENERAL 1.1 SUMMARY

A. Section Includes: 1. Metal pipe hangers and supports. 2. Fastener systems. 3. Equipment supports.

1.2 PERFORMANCE REQUIREMENTS

A. Structural Performance: Hangers and supports for HVAC piping and equipment shall withstand the effects of gravity loads and stresses within limits and under conditions indicated according to ASCE/SEI 7. 1. Design equipment supports capable of supporting combined operating weight of

supported equipment and connected systems and components. 1.3 SUBMITTALS

A. Product Data: For each type of product indicated.

B. Shop Drawings: Show fabrication and installation details and include calculations for the following; include Product Data for components: 1. hangers. 2. Equipment supports.

1.4 QUALITY ASSURANCE

A. Structural Steel Welding Qualifications: Qualify procedures and personnel according to AWS D1.1/D1.1M, "Structural Welding Code - Steel."

850.02.02 MATERIALS 2.1 METAL PIPE HANGERS AND SUPPORTS

B. Carbon-Steel Pipe Hangers and Supports: 1. Description: MSS SP-58, Types 1 through 58, factory-fabricated components. 2. Galvanized Metallic Coatings: Pregalvanized or hot dipped.

Page 136: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

123 02-07-11

2 of 4

3. Padded Hangers: Hanger with fiberglass or other pipe insulation pad or cushion to support bearing surface of piping.

4. Hanger Rods: Continuous-thread rod, nuts, and washer made of carbon steel: 5. Description: MSS SP-58, Types 1 through 58, factory-fabricated components.

2.2 FASTENER SYSTEMS

A. Powder-Actuated Fasteners: Threaded-steel stud, for use in hardened portland cement concrete with pull-out, tension, and shear capacities appropriate for supported loads and building materials where used.

B. Mechanical-Expansion Anchors: Insert-wedge-type, stainless- steel anchors, for use in hardened portland cement concrete; with pull-out, tension, and shear capacities appropriate for supported loads and building materials where used.

2.3 EQUIPMENT SUPPORTS

C. Description: Welded, shop- or field-fabricated equipment support made from structural carbon-steel shapes.

2.4 MISCELLANEOUS MATERIALS

A. Structural Steel: ASTM A 36/A 36M, carbon-steel plates, shapes, and bars; black and galvanized.

850.02.03 CONSTRUCTION 3.1 HANGER AND SUPPORT INSTALLATION

A. Metal Pipe-Hanger Installation: Comply with MSS SP-69 and MSS SP-89. Install hangers, supports, clamps, and attachments as required to properly support piping from the building structure.

B. Fastener System Installation: 1. Install powder-actuated fasteners for use in lightweight concrete or concrete slabs less

than 4 inches thick in concrete after concrete is placed and completely cured. Use operators that are licensed by powder-actuated tool manufacturer. Install fasteners according to powder-actuated tool manufacturer's operating manual.

2. Install mechanical-expansion anchors in concrete after concrete is placed and completely cured. Install fasteners according to manufacturer's written instructions.

Page 137: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

124 02-07-11

3 of 4

C. Install hangers and supports complete with necessary attachments, inserts, bolts, rods, nuts, washers, and other accessories.

D. Equipment Support Installation: Fabricate from welded-structural-steel shapes.

E. Insulated Piping: 1. Attach clamps and spacers to piping.

a Piping Operating above Ambient Air Temperature: Clamp may project through insulation.

b Piping Operating below Ambient Air Temperature: Use thermal-hanger shield insert with clamp sized to match OD of insert.

c Do not exceed pipe stress limits allowed by ASME B31.9 for building services piping.

2. Install MSS SP-58, Type 39, protection saddles if insulation without vapor barrier is indicated. Fill interior voids with insulation that matches adjoining insulation.

a Option: Thermal-hanger shield inserts may be used. Include steel weight-distribution plate for pipe NPS 4 and larger if pipe is installed on rollers.

3. Shield Dimensions for Pipe: Not less than the following:

a NPS 1/4 to NPS 3-1/2: 12 inches long and 0.048 inch thick. 3.2 EQUIPMENT SUPPORTS

A. Fabricate structural-steel stands to suspend equipment from structure overhead or to support equipment above floor.

3.3 METAL FABRICATIONS

A. Cut, drill, and fit miscellaneous metal fabrications for equipment supports.

B. Fit exposed connections together to form hairline joints. Field weld connections that cannot be shop welded because of shipping size limitations.

C. Field Welding: Comply with AWS D1.1/D1.1M procedures for shielded, metal arc welding; appearance and quality of welds; and methods used in correcting welding work; and with the following: 1. Use materials and methods that minimize distortion and develop strength and

corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately.

Page 138: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

125 02-07-11

4 of 4

4. Finish welds at exposed connections so no roughness shows after finishing and so contours of welded surfaces match adjacent contours.

3.4 ADJUSTING

A. Hanger Adjustments: Adjust hangers to distribute loads equally on attachments and to achieve indicated slope of pipe.

3.5 PAINTING

A. Touchup: Clean field welds and abraded areas of shop paint. Paint exposed areas immediately after erecting hangers and supports. Use same materials as used for shop painting. Comply with SSPC-PA 1 requirements for touching up field-painted surfaces. 1. Apply paint by brush or spray to provide a minimum dry film thickness of 2.0 mils.

B. Galvanized Surfaces: Clean welds, bolted connections, and abraded areas and apply galvanizing-repair paint to comply with ASTM A 780.

850.02.04 MEASUREMENTS AND PAYMENT Hangers And Supports for HVAC Piping and Equipment shall not be measured but shall be incidental to the Contract price for Mechanical Work.

Page 139: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

126 4-20-12

1 of 10 CATEGORY 800

TRAFFIC SECTION 850.03 - TESTING, ADJUSTING, AND BALANCING FOR HVAC

850.03.01 GENERAL 1.1 SUMMARY

A. Section Includes: 1. Balancing Air Systems:

a Constant-volume air systems. 2. Balancing Hydronic Piping Systems:

a Constant-flow hydronic systems. 1.2 DEFINITIONS

A. AABC: Associated Air Balance Council.

B. NEBB: National Environmental Balancing Bureau.

C. TAB: Testing, adjusting, and balancing.

D. TABB: Testing, Adjusting, and Balancing Bureau.

E. TAB Specialist: An entity engaged to perform TAB Work. 1.3 SUBMITTALS

A. Strategies and Procedures Plan: Within 30 days of Contractor's Notice to Proceed, submit TAB strategies and step-by-step procedures as specified in "Preparation" Article.

B. Certified TAB reports. 1.4 QUALITY ASSURANCE

A. Certify TAB field data reports and perform the following: 1. Review field data reports to validate accuracy of data and to prepare certified TAB

reports. 2. Certify that the TAB team complied with the approved TAB plan and the procedures

specified and referenced in this Specification.

B. TAB Report Forms: Use standard TAB contractor's forms approved by Architect.

Page 140: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

127 4-20-12

2 of 10

C. Instrumentation Type, Quantity, Accuracy, and Calibration: As described in ASHRAE 111, Section 5, "Instrumentation."

850.03.02 MATERIALS (Not Applicable) 850.03.03 CONSTRUCTION 3.1 EXAMINATION

A. Examine the Contract Documents to become familiar with Project requirements and to discover conditions in systems' designs that may preclude proper TAB of systems and equipment.

B. Examine systems for installed balancing devices, such as test ports, gage cocks, thermometer wells, flow-control devices, balancing valves and fittings, and manual volume dampers. Verify that locations of these balancing devices are accessible.

C. Examine the approved submittals for HVAC systems and equipment.

D. Examine design data including HVAC system descriptions, statements of design assumptions for environmental conditions and systems' output, and statements of philosophies and assumptions about HVAC system and equipment controls.

E. Examine system and equipment installations and verify that field quality-control testing, cleaning, and adjusting specified in individual Sections have been performed.

F. Examine test reports specified in individual system and equipment Sections.

G. Examine HVAC equipment and filters and verify that bearings are greased, belts are aligned and tight, and equipment with functioning controls is ready for operation.

H. Examine operating safety interlocks and controls on HVAC equipment.

I. Report deficiencies discovered before and during performance of TAB procedures. Observe and record system reactions to changes in conditions. Record default set points if different from indicated values.

3.2 PREPARATION

A. Prepare a TAB plan that includes strategies and step-by-step procedures.

B. Complete system-readiness checks and prepare reports. Verify the following: 1. Permanent electrical-power wiring is complete. 2. Automatic temperature-control systems are operational.

Page 141: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

128 4-20-12

3 of 10 3. Equipment and duct access doors are securely closed. 4. Windows and doors can be closed so indicated conditions for system operations can be

met. 3.3 GENERAL PROCEDURES FOR TESTING AND BALANCING

A. Perform testing and balancing procedures on each system according to the procedures contained in AABC's "National Standards for Total System Balance" and in this Section.

B. Cut insulation, ducts, pipes, and equipment cabinets for installation of test probes to the minimum extent necessary for TAB procedures. 1. After testing and balancing, patch probe holes in ducts with same material and

thickness as used to construct ducts. 2. Install and join new insulation that matches removed materials. Restore insulation,

coverings, vapor barrier, and finish according to SP 850.04 "HVAC Insulation."

C. Mark equipment and balancing devices, including damper-control positions, valve position indicators, fan-speed-control levers, and similar controls and devices, with paint or other suitable, permanent identification material to show final settings.

D. Take and report testing and balancing measurements in inch-pound (IP) units. 3.4 GENERAL PROCEDURES FOR BALANCING AIR SYSTEMS

A. Prepare test reports for both fans and outlets. Obtain manufacturer's outlet factors and recommended testing procedures. Crosscheck the summation of required outlet volumes with required fan volumes.

B. Prepare schematic diagrams of systems' "as-built" duct layouts.

C. Determine the best locations in main and branch ducts for accurate duct-airflow measurements.

D. Check airflow patterns from the outdoor-air louvers and dampers and the return- and exhaust-air dampers through the supply-fan discharge and mixing dampers.

E. Locate start-stop and disconnect switches, electrical interlocks, and motor starters.

F. Verify that motor starters are equipped with properly sized thermal protection.

G. Check dampers for proper position to achieve desired airflow path.

H. Check for airflow blockages.

I. Check condensate drains for proper connections and functioning.

Page 142: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

129 4-20-12

4 of 10

J. Check for proper sealing of air-handling-unit components.

K. Verify that air duct system is sealed as specified in SP 850.05 "Metal Ducts." 3.5 PROCEDURES FOR CONSTANT-VOLUME AIR SYSTEMS

A. Adjust fans to deliver total indicated airflows within the maximum allowable fan speed listed by fan manufacturer. 1. Measure total airflow.

a Where sufficient space in ducts is unavailable for Pitot-tube traverse measurements, measure airflow at terminal outlets and inlets and calculate the total airflow.

2. Measure fan static pressures as follows to determine actual static pressure:

a Measure outlet static pressure as far downstream from the fan as practical and upstream from restrictions in ducts such as elbows and transitions.

b Measure static pressure directly at the fan outlet or through the flexible connection.

c Measure inlet static pressure of single-inlet fans in the inlet duct as near the fan as possible, upstream from the flexible connection, and downstream from duct restrictions.

d Measure inlet static pressure of double-inlet fans through the wall of the plenum that houses the fan.

3. Measure static pressure across each component that makes up an air-handling unit, rooftop unit, and other air-handling and -treating equipment.

a Report the cleanliness status of filters and the time static pressures are measured.

4. Measure static pressures entering and leaving other devices, such as sound traps, heat-recovery equipment, and air washers, under final balanced conditions.

5. Review Record Documents to determine variations in design static pressures versus actual static pressures. Calculate actual system-effect factors. Recommend adjustments to accommodate actual conditions.

6. Do not make fan-speed adjustments that result in motor overload. Consult equipment manufacturers about fan-speed safety factors. Modulate dampers and measure fan-motor amperage to ensure that no overload will occur. Measure amperage in full-cooling, full-heating, economizer, and any other operating mode to determine the maximum required brake horsepower.

B. Adjust volume dampers for main duct, submain ducts, and major branch ducts to indicated airflows within specified tolerances. 1. Measure airflow of submain and branch ducts.

Page 143: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

130 4-20-12

5 of 10

a Where sufficient space in submain and branch ducts is unavailable for Pitot-tube traverse measurements, measure airflow at terminal outlets and inlets and calculate the total airflow for that zone.

2. Measure static pressure at a point downstream from the balancing damper, and adjust volume dampers until the proper static pressure is achieved.

3. Remeasure each submain and branch duct after all have been adjusted. Continue to adjust submain and branch ducts to indicated airflows within specified tolerances.

C. Measure air outlets and inlets without making adjustments. 1. Measure terminal outlets using a direct-reading hood or outlet manufacturer's written

instructions and calculating factors.

D. Adjust air outlets and inlets for each space to indicated airflows within specified tolerances of indicated values. Make adjustments using branch volume dampers rather than extractors and the dampers at air terminals. 1. Adjust each outlet in same room or space to within specified tolerances of indicated

quantities without generating noise levels above the limitations prescribed by the Contract Documents.

2. Adjust patterns of adjustable outlets for proper distribution without drafts. 3.6 GENERAL PROCEDURES FOR HYDRONIC SYSTEMS

A. Prepare test reports with pertinent design data, and number in sequence starting at pump to end of system. Check the sum of branch-circuit flows against the approved pump flow rate. Correct variations that exceed plus or minus 5 percent.

B. Prepare schematic diagrams of systems' "as-built" piping layouts.

C. Prepare hydronic systems for testing and balancing according to the following, in addition to the general preparation procedures specified above: 1. Open all manual valves for maximum flow. 2. Check liquid level in expansion tank. 3. Check makeup water-station pressure gage for adequate pressure for highest vent. 4. Check flow-control valves for specified sequence of operation, and set at indicated

flow. 5. Set differential-pressure control valves at the specified differential pressure. Do not

set at fully closed position when pump is positive-displacement type unless several terminal valves are kept open.

6. Set system controls so automatic valves are wide open to heat exchangers. 7. Check pump-motor load. If motor is overloaded, throttle main flow-balancing device

so motor nameplate rating is not exceeded. 8. Check air vents for a forceful liquid flow exiting from vents when manually operated.

Page 144: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

131 4-20-12

6 of 10 3.7 PROCEDURES FOR CONSTANT-FLOW HYDRONIC SYSTEMS

A. Measure water flow at pumps. Use the following procedures except for positive-displacement pumps: 1. Verify impeller size by operating the pump with the discharge valve closed. Read

pressure differential across the pump. Convert pressure to head and correct for differences in gage heights. Note the point on manufacturer's pump curve at zero flow and verify that the pump has the intended impeller size.

a If impeller sizes must be adjusted to achieve pump performance, obtain approval from MDTA.

2. Check system resistance. With all valves open, read pressure differential across the pump and mark pump manufacturer's head-capacity curve. Adjust pump discharge valve until indicated water flow is achieved.

a Monitor motor performance during procedures and do not operate motors in overload conditions.

3. Verify pump-motor brake horsepower. Calculate the intended brake horsepower for the system based on pump manufacturer's performance data. Compare calculated brake horsepower with nameplate data on the pump motor. Report conditions where actual amperage exceeds motor nameplate amperage.

4. Report flow rates that are not within plus or minus 10 percent of design.

B. Measure flow at all automatic flow control valves to verify that valves are functioning as designed.

C. Measure flow at all pressure-independent characterized control valves, with valves in fully open position, to verify that valves are functioning as designed.

D. Set calibrated balancing valves, if installed, at calculated pre-settings.

E. Measure flow at all stations and adjust, where necessary, to obtain first balance. 1. System components that have Cv rating or an accurately cataloged flow-pressure-drop

relationship may be used as a flow-indicating device.

F. Measure flow at main balancing station and set main balancing device to achieve flow that is 5 percent greater than indicated flow.

G. Adjust balancing stations to within specified tolerances of indicated flow rate as follows: 1. Determine the balancing station with the highest percentage over indicated flow. 2. Adjust each station in turn, beginning with the station with the highest percentage over

indicated flow and proceeding to the station with the lowest percentage over indicated flow.

3. Record settings and mark balancing devices.

Page 145: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

132 4-20-12

7 of 10

H. Measure pump flow rate and make final measurements of pump amperage, voltage, rpm, pump heads, and systems' pressures and temperatures including outdoor-air temperature.

I. Measure the differential-pressure-control-valve settings existing at the conclusion of balancing.

J. Check settings and operation of each safety valve. Record settings. 3.8 PROCEDURES FOR MOTORS

A. Motors, 1/2 HP and Larger: Test at final balanced conditions and record the following data: 1. Manufacturer's name, model number, and serial number. 2. Motor horsepower rating. 3. Motor rpm. 4. Efficiency rating. 5. Nameplate and measured voltage, each phase. 6. Nameplate and measured amperage, each phase. 7. Starter thermal-protection-element rating.

B. Motors Driven by Variable-Frequency Controllers: Test for proper operation at speeds varying from minimum to maximum. Test the manual bypass of the controller to prove proper operation. Record observations including name of controller manufacturer, model number, serial number, and nameplate data.

3.9 PROCEDURES FOR CONDENSING UNITS

A. Verify proper rotation of fans.

B. Measure entering- and leaving-air temperatures.

C. Record compressor data. 3.10 PROCEDURES FOR TESTING, ADJUSTING, AND BALANCING EXISTING SYSTEMS

A. Perform a preconstruction inspection of existing equipment that is to remain and be reused. 1. Measure and record the operating speed, airflow, and static pressure of each fan. 2. Measure motor voltage and amperage. Compare the values to motor nameplate

information. 3. Check the refrigerant charge. 4. Check the condition of filters. 5. Check the condition of coils.

Page 146: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

133 4-20-12

8 of 10 6. Check the operation of the drain pan and condensate-drain trap. 7. Check bearings and other lubricated parts for proper lubrication. 8. Report on the operating condition of the equipment and the results of the

measurements taken. Report deficiencies.

B. Before performing testing and balancing of existing systems, inspect existing equipment that is to remain and be reused to verify that existing equipment has been cleaned and refurbished. Verify the following: 1. New filters are installed. 2. Coils are clean and fins combed. 3. Drain pans are clean. 4. Fans are clean. 5. Bearings and other parts are properly lubricated. 6. Deficiencies noted in the preconstruction report are corrected.

C. Perform testing and balancing of existing systems to the extent that existing systems are affected by the renovation work. 1. Compare the indicated airflow of the renovated work to the measured fan airflows, and

determine the new fan speed and the face velocity of filters and coils. 2. Verify that the indicated airflows of the renovated work result in filter and coil face

velocities and fan speeds that are within the acceptable limits defined by equipment manufacturer.

3. If calculations increase or decrease the air flow rates and water flow rates by more than 5 percent, make equipment adjustments to achieve the calculated rates. If increase or decrease is 5 percent or less, equipment adjustments are not required.

4. Balance each air outlet. 3.11 TOLERANCES

A. Set HVAC system's air flow rates within the following tolerances: 1. Supply, Return, and Exhaust Fans and Equipment with Fans: Plus or minus 10 percent

. 2. Air Outlets and Inlets: Plus or minus 10 percent. 3. Heating-Water Flow Rate: Plus or minus 10 percent.

3.12 REPORTING

A. Initial Construction-Phase Report: Based on examination of the Contract Documents as specified in "Examination" Article, prepare a report on the adequacy of design for systems' balancing devices. Recommend changes and additions to systems' balancing devices to facilitate proper performance measuring and balancing. Recommend changes and additions to HVAC systems and general construction to allow access for performance measuring and balancing devices.

Page 147: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

134 4-20-12

9 of 10

B. Status Reports: Prepare weekly progress reports to describe completed procedures, procedures in progress, and scheduled procedures. Include a list of deficiencies and problems found in systems being tested and balanced. Prepare a separate report for each system and each building floor for systems serving multiple floors.

3.13 FINAL REPORT

A. General: Prepare a certified written report; tabulate and divide the report into separate sections for tested systems and balanced systems. 1. Include a certification sheet at the front of the report's binder, signed and sealed by the

certified testing and balancing engineer. 2. Include a list of instruments used for procedures, along with proof of calibration.

B. Final Report Contents: In addition to certified field-report data, include the following: 1. Pump curves. 2. Fan curves. 3. Manufacturers' test data. 4. Field test reports prepared by system and equipment installers. 5. Other information relative to equipment performance; do not include Shop Drawings

and product data.

C. General Report Data: In addition to form titles and entries, include the following data: 1. Title page. 2. Name and address of the TAB contractor. 3. Project name. 4. Project location. 5. Architect's name and address. 6. Engineer's name and address. 7. Contractor's name and address. 8. Report date. 9. Signature of TAB supervisor who certifies the report. 10. Table of Contents with the total number of pages defined for each section of the report.

Number each page in the report. 11. Summary of contents including the following:

a Indicated versus final performance. b Notable characteristics of systems. c Description of system operation sequence if it varies from the Contract

Documents. 12. Nomenclature sheets for each item of equipment. 13. Data for terminal units, including manufacturer's name, type, size, and fittings. 14. Notes to explain why certain final data in the body of reports vary from indicated

values.

Page 148: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

135 4-20-12

10 of 10

15. Test conditions for fans and pump performance forms including the following:

a Settings for outdoor-, return-, and exhaust-air dampers. b Conditions of filters. c Cooling coil, wet- and dry-bulb conditions. d Face and bypass damper settings at coils. e Fan drive settings including settings and percentage of maximum pitch

diameter. f Inlet vane settings for variable-air-volume systems. g Settings for supply-air, static-pressure controller. h Other system operating conditions that affect performance.

D. System Diagrams: Include schematic layouts of air and hydronic distribution systems. Present each system with single-line diagram and include the following: 1. Quantities of outdoor, supply, return, and exhaust airflows. 2. Water flow rates. 3. Duct, outlet, and inlet sizes. 4. Pipe and valve sizes and locations. 5. Terminal units. 6. Balancing stations. 7. Position of balancing devices.

3.14 ADDITIONAL TESTS

A. Within 90 days of completing TAB, perform additional TAB to verify that balanced conditions are being maintained throughout and to correct unusual conditions.

B. Seasonal Periods: If initial TAB procedures were not performed during near-peak summer and winter conditions, perform additional TAB during near-peak summer and winter conditions.

850.03.04 MEASUREMENTS AND PAYMENT Testing, Adjusting, And Balancing for HVAC Equipment shall not be measured but shall be incidental to the Contract price for Mechanical Work.

Page 149: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

136 4-20-12

1 of 11

CATEGORY 800 TRAFFIC

SECTION 850.04 – HVAC INSULATION 850.04.01 GENERAL 1.1 SUMMARY

A. Section includes insulating the following HVAC services: 1. Indoor, concealed supply and outdoor air ducts. 2. Indoor, concealed return air ducts located in unconditioned space. 3. Refrigerant piping. 4. Condensate drain piping.

1.2 SUBMITTALS

A. Product Data: For each type of product indicated.

B. Shop Drawings: Include plans, elevations, sections, details, and attachments to other work. 1. Detail application of protective shields, saddles, and inserts at hangers for each type of

insulation and hanger. 2. Detail insulation application at elbows, fittings, dampers, specialties and flanges for

each type of insulation. 3. Detail application of field-applied jackets. 4. Detail application at linkages of control devices.

C. Field quality-control reports. 1.3 QUALITY ASSURANCE

A. Surface-Burning Characteristics: For insulation and related materials, as determined by testing identical products according to ASTM E 84, by a testing agency acceptable to authorities having jurisdiction. Factory label insulation and jacket materials and adhesive, mastic, tapes, and cement material containers, with appropriate markings of applicable testing agency. 1. Insulation Installed Indoors: Flame-spread index of 25 or less, and smoke-developed

index of 50 or less. 2. Insulation Installed Outdoors: Flame-spread index of 75 or less, and smoke-developed

index of 150 or less.

Page 150: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

137 4-20-12

2 of 11 850.04.02 MATERIALS 2.1 INSULATION MATERIALS

A. Comply with requirements in Part 3 schedule articles for where insulating materials shall be applied.

B. Products shall not contain asbestos, lead, mercury, or mercury compounds.

C. Products that come in contact with stainless steel shall have a leachable chloride content of less than 50 ppm when tested according to ASTM C 871.

D. Insulation materials for use on austenitic stainless steel shall be qualified as acceptable according to ASTM C 795.

E. Foam insulation materials shall not use CFC or HCFC blowing agents in the manufacturing process.

F. Mineral-Fiber Blanket Insulation: Mineral or glass fibers bonded with a thermosetting resin. Comply with ASTM C 553, Type II and ASTM C 1290, Type I. Factory-applied jacket requirements are specified in "Factory-Applied Jackets" Article. 1. Products: Subject to compliance with requirements, provide products by one of the

following:

a CertainTeed Corp.; SoftTouch Duct Wrap. b Johns Manville; Microlite. c Knauf Insulation; Friendly Feel Duct Wrap. d Manson Insulation Inc.; Alley Wrap. e Owens Corning; SOFTR All-Service Duct Wrap. f Or approved equal.

G. Flexible Elastomeric: Closed-cell, sponge- or expanded-rubber materials. Comply with ASTM C 534, Type I for tubular materials. 1. Products: Subject to compliance with requirements, provide one of the following:

a Aeroflex USA Inc.; Aerocel. b Armacell LLC; AP Armaflex. c RBX Corporation; Insul-Sheet 1800 and Insul-Tube 180. d Or approved equal.

2.2 ADHESIVES

A. Materials shall be compatible with insulation materials, jackets, and substrates and for bonding insulation to itself and to surfaces to be insulated unless otherwise indicated.

Page 151: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

138 4-20-12

3 of 11

B. Mineral-Fiber Adhesive: Comply with MIL-A-3316C, Class 2, Grade A. 1. Products: Subject to compliance with requirements, provide products by one of the

following:

a Childers Brand, Specialty Construction Brands, Inc., a business of H. B. Fuller Company; CP-127.

b Eagle Bridges - Marathon Industries; 225. c Foster Brand, Specialty Construction Brands, Inc., a business of H. B. Fuller

Company; 85-60/85-70. d Mon-Eco Industries, Inc.; 22-25. e Or approved equal.

C. PVC Jacket Adhesive: Compatible with PVC jacket. 1. Products: Subject to compliance with requirements, provide one of the following:

a Dow Corning Corporation; 739, Dow Silicone. b Johns Manville; Zeston Perma-Weld, CEEL-TITE Solvent Welding Adhesive. c P.I.C. Plastics, Inc.; Welding Adhesive. d Speedline Corporation; Polyco VP Adhesive. e Or approved equal.

2. For indoor applications, use adhesive that has a VOC content of 50 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24).

3. Use adhesive that complies 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," including 2004 Addenda.

2.3 MASTICS

A. Materials shall be compatible with insulation materials, jackets, and substrates; comply with MIL-PRF-19565C, Type II. 1. For indoor applications, use mastics that have a VOC content of 50 g/L or less when

calculated according to 40 CFR 59, Subpart D (EPA Method 24). 2.4 FACTORY-APPLIED JACKETS

A. Insulation system schedules indicate factory-applied jackets on various applications. When factory-applied jackets are indicated, comply with the following: 1. ASJ: White, kraft-paper, fiberglass-reinforced scrim with aluminum-foil backing;

complying with ASTM C 1136, Type I. 2. ASJ-SSL: ASJ with self-sealing, pressure-sensitive, acrylic-based adhesive covered

by a removable protective strip; complying with ASTM C 1136, Type I.

Page 152: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

139 4-20-12

4 of 11

3. FSK Jacket: Aluminum-foil, fiberglass-reinforced scrim with kraft-paper backing; complying with ASTM C 1136, Type II.

4. FSP Jacket: Aluminum-foil, fiberglass-reinforced scrim with polyethylene backing; complying with ASTM C 1136, Type II.

5. Vinyl Jacket: White vinyl with a permeance of 1.3 perms when tested according to ASTM E 96/E 96M, Procedure A, and complying with NFPA 90A and NFPA 90B.

2.5 FIELD-APPLIED JACKETS

A. Field-applied jackets shall comply with ASTM C 921, Type I, unless otherwise indicated.

B. FSK Jacket: Aluminum-foil-face, fiberglass-reinforced scrim with kraft-paper backing.

C. PVC Jacket: High-impact-resistant, UV-resistant PVC complying with ASTM D 1784, Class 16354-C; thickness as scheduled; roll stock ready for shop or field cutting and forming. Thickness is indicated in field-applied jacket schedules. 1. Products: Subject to compliance with requirements, provide one of the following:

a Johns Manville; Zeston. b P.I.C. Plastics, Inc.; FG Series. c Proto Corporation; LoSmoke. d Speedline Corporation; SmokeSafe. e Or approved equal.

2. Adhesive: As recommended by jacket material manufacturer. 3. Color: White.

D. Aluminum Jacket: Comply with ASTM B 209, Alloy 3003, 3005, 3105, or 5005, Temper H-14. 1. Products: Subject to compliance with requirements, provide one of the following:

a Childers Brand, Specialty Construction Brands, Inc., a business of H. B. Fuller Company; Metal Jacketing Systems.

b ITW Insulation Systems; Aluminum and Stainless Steel Jacketing. c RPR Products, Inc.; Insul-Mate. d Or approved equal.

2. Factory cut and rolled to size. 3. Finish and thickness are indicated in field-applied jacket schedules. 4. Moisture Barrier for Indoor Applications: 1-mil- thick, heat-bonded polyethylene and

kraft paper 3-mil- thick, heat-bonded polyethylene.. 5. Moisture Barrier for Outdoor Applications: 3-mil- thick, heat-bonded polyethylene.

Page 153: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

140 4-20-12

5 of 11 2.6 TAPES

A. ASJ Tape: White vapor-retarder tape matching factory-applied jacket with acrylic adhesive, complying with ASTM C 1136. 1. Products: Subject to compliance with requirements, provide products by one of the

following:

a ABI, Ideal Tape Division; 428 AWF ASJ. b Avery Dennison Corporation, Specialty Tapes Division; Fasson 0836. c Compac Corporation; 104 and 105. d Venture Tape; 1540 CW Plus, 1542 CW Plus, and 1542 CW Plus/SQ. e Or approved equal .

2. Width: 3 inches. 3. Thickness: 11.5 mils. 4. Adhesion: 90 ounces force/inch in width. 5. Elongation: 2 percent. 6. Tensile Strength: 40 lbf/inch in width. 7. ASJ Tape Disks and Squares: Precut disks or squares of ASJ tape.

B. Aluminum-Foil Tape: Vapor-retarder tape with acrylic adhesive. 1. Products: Subject to compliance with requirements, provide products by one of the

following

a ABI, Ideal Tape Division; 488 AWF. b Avery Dennison Corporation, Specialty Tapes Division; Fasson 0800. c Compac Corporation; 120. d Venture Tape; 3520 CW. e Or approved equal

2. Width: 2 inches. 3. Thickness: 3.7 mils. 4. Adhesion: 100 ounces force/inch in width. 5. Elongation: 5 percent. 6. Tensile Strength: 34 lbf/inch in width.

2.7 CORNER ANGLES

A. PVC Corner Angles: 30 mils thick, minimum 1 by 1 inch , PVC according to ASTM D 1784, Class 16354-C. White or color-coded to match adjacent surface.

B. Aluminum Corner Angles: 0.040 inch thick, minimum 1 by 1 aluminum according to ASTM B 209, Alloy 3003, 3005, 3105, or 5005; Temper H-14

Page 154: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

141 4-20-12

6 of 11 850.04.03 CONSTRUCTION 3.1 PREPARATION

A. Surface Preparation: Clean and dry surfaces to receive insulation. Remove materials that will adversely affect insulation application.

3.2 GENERAL INSTALLATION REQUIREMENTS

A. Install insulation materials, accessories, and finishes with smooth, straight, and even surfaces; free of voids throughout the length of ducts and fittings.

B. Install insulation materials, vapor barriers or retarders, jackets, and thicknesses required for each item of duct system as specified in insulation system schedules.

C. Install accessories compatible with insulation materials and suitable for the service. Install accessories that do not corrode, soften, or otherwise attack insulation or jacket in either wet or dry state.

D. Install insulation with longitudinal seams at top and bottom of horizontal runs.

E. Install multiple layers of insulation with longitudinal and end seams staggered.

F. Keep insulation materials dry during application and finishing.

G. Install insulation with tight longitudinal seams and end joints. Bond seams and joints with adhesive recommended by insulation material manufacturer.

H. Install insulation with least number of joints practical.

I. Where vapor barrier is indicated, seal joints, seams, and penetrations in insulation at hangers, supports, anchors, and other projections with vapor-barrier mastic. 1. Install insulation continuously through hangers and around anchor attachments. 2. For insulation application where vapor barriers are indicated, extend insulation on

anchor legs from point of attachment to supported item to point of attachment to structure. Taper and seal ends at attachment to structure with vapor-barrier mastic.

3. Install insert materials and install insulation to tightly join the insert. Seal insulation to insulation inserts with adhesive or sealing compound recommended by insulation material manufacturer.

J. Apply adhesives, mastics, and sealants at manufacturer's recommended coverage rate and wet and dry film thicknesses.

K. Install insulation with factory-applied jackets as follows: 1. Draw jacket tight and smooth.

Page 155: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

142 4-20-12

7 of 11

2. Cover circumferential joints with 3-inch- wide strips, of same material as insulation jacket. Secure strips with adhesive and outward clinching staples along both edges of strip, spaced 4 inches o.c.

3. Overlap jacket longitudinal seams at least 1-1/2 inches. Clean and dry surface to receive self-sealing lap. Staple laps with outward clinching staples along edge at 2 inches o.c.

a For below ambient services, apply vapor-barrier mastic over staples. 4. Cover joints and seams with tape, according to insulation material manufacturer's

written instructions, to maintain vapor seal. 5. Where vapor barriers are indicated, apply vapor-barrier mastic on seams and joints and

at ends adjacent to duct flanges and fittings.

L. Cut insulation in a manner to avoid compressing insulation more than 75 percent of its nominal thickness.

M. Finish installation with systems at operating conditions. Repair joint separations and cracking due to thermal movement.

N. Repair damaged insulation facings by applying same facing material over damaged areas. Extend patches at least 4 inches beyond damaged areas. Adhere, staple, and seal patches similar to butt joints.

3.3 PENETRATIONS

A. Insulation Installation at Roof Penetrations: Install insulation continuously through roof penetrations. 1. Seal penetrations with flashing sealant. 2. For applications requiring only indoor insulation, terminate insulation above roof

surface and seal with joint sealant. For applications requiring indoor and outdoor insulation, install insulation for outdoor applications tightly joined to indoor insulation ends. Seal joint with joint sealant.

B. Insulation Installation at Interior Wall and Partition Penetrations (That Are Not Fire Rated): Install insulation continuously through walls and partitions.

C. Insulation Installation at Floor Penetrations: 1. Duct: For penetrations through fire-rated assemblies, terminate insulation at fire

damper sleeves and externally insulate damper sleeve beyond floor to match adjacent duct insulation. Overlap damper sleeve and duct insulation at least 2 inches

2. Seal penetrations through fire-rated assemblies.

Page 156: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

143 4-20-12

8 of 11 3.4 INSTALLATION OF MINERAL-FIBER INSULATION

A. Blanket Insulation Installation on Ducts and Plenums: Secure with adhesive and insulation pins. 1. Apply adhesives according to manufacturer's recommended coverage rates per unit

area, for 100 percent coverage of duct and plenum surfaces. 2. For ducts and plenums with surface temperatures below ambient, install a continuous

unbroken vapor barrier. Create a facing lap for longitudinal seams and end joints with insulation by removing 2 inches from one edge and one end of insulation segment. Secure laps to adjacent insulation section with 1/2-inch outward-clinching staples, 1 inch o.c. Install vapor barrier consisting of factory- or field-applied jacket, adhesive, vapor-barrier mastic, and sealant at joints, seams, and protrusions.

a Repair punctures, tears, and penetrations with tape or mastic to maintain vapor-barrier seal.

3. Overlap unfaced blankets a minimum of 2 inches on longitudinal seams and end joints. At end joints, secure with steel bands spaced a maximum of 18 inches o.c.

4. Install insulation on rectangular duct elbows and transitions with a full insulation section for each surface. Install insulation on round and flat-oval duct elbows with individually mitered gores cut to fit the elbow.

5. Insulate duct stiffeners, hangers, and flanges that protrude beyond insulation surface with 6-inch wide strips of same material used to insulate duct. Secure on alternating sides of stiffener, hanger, and flange with pins spaced 6 inches o.c.

3.5 FIELD QUALITY CONTROL

A. Perform tests and inspections.

B. Tests and Inspections: 1. Inspect ductwork, randomly selected by Architect, by removing field-applied jacket

and insulation in layers in reverse order of their installation. Extent of inspection shall be limited to one location for each duct system defined in the "Duct Insulation Schedule, General" Article.

C. All insulation applications will be considered defective Work if sample inspection reveals noncompliance with requirements.

3.6 DUCT INSULATION SCHEDULE, GENERAL

A. Plenums and Ducts Requiring Insulation: 1. Indoor, concealed supply and outdoor air. 2. Indoor, concealed return located in unconditioned space.

B. Items Not Insulated:

Page 157: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

144 4-20-12

9 of 11

1. Metal ducts with duct liner of sufficient thickness to comply with energy code and ASHRAE/IESNA 90.1.

2. Factory-insulated flexible ducts. 3. Factory-insulated plenums and casings. 4. Flexible connectors. 5. Vibration-control devices. 6. Factory-insulated access panels and doors.

3.7 INDOOR DUCT AND PLENUM INSULATION SCHEDULE

A. Concealed, Supply-Air Duct and Plenum Insulation: Mineral-fiber blanket, 1-1/2 inches thick and 1.5-lb/cu. ft. nominal density.

B. Concealed, Return-Air Duct and Plenum Insulation: Mineral-fiber blanket 1-1/2 inches thick and 1.5-lb/cu. Ft nominal density.

C. Concealed, Outdoor-Air Duct and Plenum Insulation: Mineral-fiber blanket, 1-1/2 inches thick and 1.5-lb/cu. ft. nominal density.

3.8 GENERAL PIPE INSULATION INSTALLATION

A. Requirements in this article generally apply to all insulation materials except where more specific requirements are specified in various pipe insulation material installation articles.

B. Insulation Installation on Fittings, Valves, Strainers, Flanges, and Unions: 1. Install insulation over fittings, valves, strainers, flanges, unions, and other specialties

with continuous thermal and vapor-retarder integrity, unless otherwise indicated. 2. Insulate pipe elbows using preformed fitting insulation or mitered fittings made from

same material and density as adjacent pipe insulation. Each piece shall be butted tightly against adjoining piece and bonded with adhesive. Fill joints, seams, voids, and irregular surfaces with insulating cement finished to a smooth, hard, and uniform contour that is uniform with adjoining pipe insulation.

3. Insulate tee fittings with preformed fitting insulation or sectional pipe insulation of same material and thickness as used for adjacent pipe. Cut sectional pipe insulation to fit. Butt each section closely to the next and hold in place with tie wire. Bond pieces with adhesive.

3.9 FLEXIBLE ELASTOMERIC INSULATION INSTALLATION

A. Seal longitudinal seams and end joints with manufacturer's recommended adhesive to eliminate openings in insulation that allow passage of air to surface being insulated.

B. Insulation Installation on Pipe Fittings and Elbows:

Page 158: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

145 4-20-12

10 of 11 1. Install mitered sections of pipe insulation. 2. Secure insulation materials and seal seams with manufacturer's recommended adhesive

to eliminate openings in insulation that allow passage of air to surface being insulated. 3.10 INDOOR PIPING INSULATION SCHEDULE

A. Refrigerant Suction and Hot-Gas Piping: Flexible elastomeric 1 inch thick.

B. Condensate drain: Insulation shall be Flexible Elastomeric: 1/2 inches thick. 3.11 OUTDOOR, ABOVEGROUND PIPING INSULATION SCHEDULE

A. Refrigerant Suction and Hot-Gas Piping: Insulation shall be the following: 1. Flexible Elastomeric: 2 inches thick.

B. Refrigerant Suction and Hot-Gas Flexible Tubing: Insulation shall be the following: 1. Flexible Elastomeric: 2 inches thick.

3.12 INDOOR, FIELD-APPLIED JACKET SCHEDULE

A. Install jacket over insulation material. For insulation with factory-applied jacket, install the field-applied jacket over the factory-applied jacket.

B. Piping, Concealed: 1. None.

C. Piping, Exposed: 1. PVC: 20 mils thick.

3.13 OUTDOOR, FIELD-APPLIED JACKET SCHEDULE

A. Install jacket over insulation material. For insulation with factory-applied jacket, install the field-applied jacket over the factory-applied jacket.

B. If more than one material is listed, selection from materials listed is Contractor's option.

C. Piping, Concealed: 1. None.

D. Piping, Exposed: 1. PVC: 20 mils thick.

Page 159: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

146 4-20-12

11 of 11

850.04.04 MEASUREMENTS AND PAYMENT HVAC Insulation shall not be measured but shall be incidental to the Contract price for Mechanical Work.

Page 160: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

147 4-20-12

1 of 9 CATEGORY 800

TRAFFIC

SECTION 850.05 - METAL DUCTS 850.05.01 GENERAL 1.1 SUMMARY

A. Section Includes: 1. Rectangular ducts and fittings. 2. Round ducts and fittings. 3. Sheet metal materials. 4. Sealants and gaskets.

B. Related Sections: 1. SP 850.03 "Testing, Adjusting, and Balancing for HVAC" for testing, adjusting, and

balancing requirements for metal ducts. 2. SP 850.06 "Air Duct Accessories" for dampers, sound-control devices, duct-mounting

access doors and panels, turning vanes, and flexible ducts. 1.2 PERFORMANCE REQUIREMENTS

A. Delegated Duct Design: Duct construction, including sheet metal thicknesses, seam and joint construction, reinforcements, and hangers and supports, shall comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible" and performance requirements and design criteria indicated in "Duct Schedule" Article.

B. Airstream Surfaces: Surfaces in contact with the airstream shall comply with requirements in ASHRAE 62.1-2004.

1.3 SUBMITTALS

A. Product Data: For each type of product indicated.

B. Shop Drawings: 1. Fabrication, assembly, and installation, including plans, elevations, sections,

components, and attachments to other work. 2. Factory- and shop-fabricated ducts and fittings. 3. Duct layout indicating sizes, configuration, liner material, and static-pressure classes. 4. Elevation of top of ducts. 5. Dimensions of main duct runs from building grid lines. 6. Fittings. 7. Reinforcement and spacing.

Page 161: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

148 4-20-12

2 of 9 8. Seam and joint construction. 9. Penetrations through fire-rated and other partitions. 10. Equipment installation based on equipment being used on Project. 11. Locations for duct accessories, including dampers, turning vanes, and access doors and

panels. 12. Hangers and supports, including methods for duct and building attachment.

C. Delegated-Design Submittal: 1. Sheet metal thicknesses. 2. Joint and seam construction and sealing. 3. Reinforcement details and spacing. 4. Materials, fabrication, assembly, and spacing of hangers and supports.

850.05.02 MATERIALS 2.1 RECTANGULAR DUCTS AND FITTINGS

A. General Fabrication Requirements: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible" based on indicated static-pressure class unless otherwise indicated.

B. Transverse Joints: Select joint types and fabricate according to SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 1-4, "Transverse (Girth) Joints," for static-pressure class, applicable sealing requirements, materials involved, duct-support intervals, and other provisions in SMACNA's "HVAC Duct Construction Standards - Metal and Flexible."

C. Longitudinal Seams: Select seam types and fabricate according to SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 1-5, "Longitudinal Seams - Rectangular Ducts," for static-pressure class, applicable sealing requirements, materials involved, duct-support intervals, and other provisions in SMACNA's "HVAC Duct Construction Standards - Metal and Flexible."

D. Elbows, Transitions, Offsets, Branch Connections, and Other Duct Construction: Select types and fabricate according to SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Chapter 2, "Fittings and Other Construction," for static-pressure class, applicable sealing requirements, materials involved, duct-support intervals, and other provisions in SMACNA's "HVAC Duct Construction Standards - Metal and Flexible."

2.2 ROUND DUCTS AND FITTINGS

A. General Fabrication Requirements: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Chapter 3, "Round, Oval, and Flexible Duct," based on indicated static-pressure class unless otherwise indicated.

Page 162: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

149 4-20-12

3 of 9 1. Manufacturers: Subject to compliance with requirements, provide products by one of

the following:

a Lindab Inc. b McGill AirFlow LLC. c SEMCO Incorporated. d Sheet Metal Connectors, Inc. e Spiral Manufacturing Co., Inc. f Or approved equal

B. Transverse Joints: Select joint types and fabricate according to SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 3-2, "Transverse Joints - Round Duct," for static-pressure class, applicable sealing requirements, materials involved, duct-support intervals, and other provisions in SMACNA's "HVAC Duct Construction Standards - Metal and Flexible."

C. Longitudinal Seams: Select seam types and fabricate according to SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 3-1, "Seams - Round Duct and Fittings," for static-pressure class, applicable sealing requirements, materials involved, duct-support intervals, and other provisions in SMACNA's "HVAC Duct Construction Standards - Metal and Flexible."

D. Tees and Laterals: Select types and fabricate according to SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 3-4, "90 Degree Tees and Laterals," and Figure 3-5, "Conical Tees," for static-pressure class, applicable sealing requirements, materials involved, duct-support intervals, and other provisions in SMACNA's "HVAC Duct Construction Standards - Metal and Flexible."

2.3 SHEET METAL MATERIALS

A. General Material Requirements: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible" for acceptable materials, material thicknesses, and duct construction methods unless otherwise indicated. Sheet metal materials shall be free of pitting, seam marks, roller marks, stains, discolorations, and other imperfections.

B. Galvanized Sheet Steel: Comply with ASTM A 653/A 653M. 1. Galvanized Coating Designation: G90. 2. Finishes for Surfaces Exposed to View: Mill phosphatized.

C. Stainless-Steel Sheets: Comply with ASTM A 666, Type 304. Exposed surface finish shall be as specified in SP 400.04

D. Aluminum Sheets: Comply with ASTM B 209 Alloy 3003, H14 temper; with mill finish for concealed ducts, and standard, one-side bright finish for duct surfaces exposed to view.

Page 163: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

150 4-20-12

4 of 9

E. Tie Rods: Galvanized steel, 1/4-inch minimum diameter for lengths 36 inches or less; 3/8-inch minimum diameter for lengths longer than 36 inches.

2.4 SEALANT AND GASKETS

A. General Sealant and Gasket Requirements: Surface-burning characteristics for sealants and gaskets shall be a maximum flame-spread index of 25 and a maximum smoke-developed index of 50 when tested according to UL 723; certified by an NRTL.

B. Two-Part Tape Sealing System: 1. Tape: Woven cotton fiber impregnated with mineral gypsum and modified

acrylic/silicone activator to react exothermically with tape to form hard, durable, airtight seal.

2. Tape Width: 3 inches. 3. Sealant: Modified styrene acrylic. 4. Water resistant. 5. Mold and mildew resistant. 6. Maximum Static-Pressure Class: 10-inch wg, positive and negative. 7. Service: Indoor and outdoor. 8. Service Temperature: Minus 40 to plus 200 deg F .

C. Water-Based Joint and Seam Sealant: 1. Application Method: Brush on. 2. Solids Content: Minimum 65 percent. 3. Shore A Hardness: Minimum 20. 4. Water resistant. 5. Mold and mildew resistant. 6. VOC: Maximum 75 g/L (less water). 7. Maximum Static-Pressure Class: 10-inch wg, positive and negative. 8. Service: Indoor or outdoor. 9. Substrate: Compatible with galvanized sheet steel (both PVC coated and bare),

stainless steel, or aluminum sheets.

D. Flanged Joint Sealant: Comply with ASTM C 920. 1. General: Single-component, acid-curing, silicone, elastomeric. 2. Type: S. 3. Grade: NS. 4. Class: 25. 5. Use: O.

850.05.03 CONSTRUCTION

Page 164: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

151 4-20-12

5 of 9 3.1 DUCT INSTALLATION

A. Drawing plans, schematics, and diagrams indicate general location and arrangement of duct system. Indicated duct locations, configurations, and arrangements were used to size ducts and calculate friction loss for air-handling equipment sizing and for other design considerations. Install duct systems as indicated unless deviations to layout are approved on Shop Drawings and Coordination Drawings.

B. Install ducts according to SMACNA's "HVAC Duct Construction Standards - Metal and Flexible" unless otherwise indicated.

C. Install round ducts in maximum practical lengths.

D. Install ducts with fewest possible joints.

E. Install factory- or shop-fabricated fittings for changes in direction, size, and shape and for branch connections.

F. Unless otherwise indicated, install ducts vertically and horizontally, and parallel and perpendicular to building lines.

G. Install ducts close to walls, overhead construction, columns, and other structural and permanent enclosure elements of building.

H. Install ducts with a clearance of 1 inch, plus allowance for insulation thickness.

I. Route ducts to avoid passing through transformer vaults and electrical equipment rooms and enclosures.

J. Protect duct interiors from moisture, construction debris and dust, and other foreign materials.

3.2 INSTALLATION OF EXPOSED DUCTWORK

A. Protect ducts exposed in finished spaces from being dented, scratched, or damaged.

B. Trim duct sealants flush with metal. Create a smooth and uniform exposed bead. Do not use two-part tape sealing system.

C. Maintain consistency, symmetry, and uniformity in the arrangement and fabrication of fittings, hangers and supports, duct accessories, and air outlets.

D. Repair or replace damaged sections and finished work that does not comply with these requirements.

Page 165: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

152 4-20-12

6 of 9 3.3 DUCT SEALING

A. Seal ducts for duct static-pressure, seal classes, and leakage classes specified in "Duct Schedule" Article according to SMACNA's "HVAC Duct Construction Standards - Metal and Flexible."

B. Seal ducts to the following seal classes according to SMACNA's "HVAC Duct Construction Standards - Metal and Flexible": 1. Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible." 2. Outdoor, Supply-Air Ducts: Seal Class A. 3. Unconditioned Space, Supply-Air Ducts in Pressure Classes 2-Inch wg and Lower:

Seal Class B. 4. Unconditioned Space, Exhaust Ducts: Seal Class C. 5. Unconditioned Space, Return-Air Ducts: Seal Class B. 6. Conditioned Space, Supply-Air Ducts in Pressure Classes 2-Inch wg and Lower: Seal

Class C. 7. Conditioned Space, Supply-Air Ducts in Pressure Classes Higher Than 2-Inch wg:

Seal Class B. 8. Conditioned Space, Exhaust Ducts: Seal Class B. 9. Conditioned Space, Return-Air Ducts: Seal Class C.

3.4 HANGER AND SUPPORT INSTALLATION

A. Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Chapter 4, "Hangers and Supports."

B. Building Attachments: Concrete inserts, powder-actuated fasteners, or structural-steel fasteners appropriate for construction materials to which hangers are being attached. 1. Where practical, install concrete inserts before placing concrete. 2. Install powder-actuated concrete fasteners after concrete is placed and completely

cured. 3. Use powder-actuated concrete fasteners for standard-weight aggregate concretes or for

slabs more than 4 inches thick. 4. Do not use powder-actuated concrete fasteners for lightweight-aggregate concretes or

for slabs less than 4 inches thick.

C. Hanger Spacing: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Table 4-1, "Rectangular Duct Hangers Minimum Size," and Table 4-2, "Minimum Hanger Sizes for Round Duct," for maximum hanger spacing; install hangers and supports within 24 inches of each elbow and within 48 inches of each branch intersection.

D. Hangers Exposed to View: Threaded rod and angle or channel supports.

Page 166: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

153 4-20-12

7 of 9

E. Support vertical ducts with steel angles or channel secured to the sides of the duct with welds, bolts, sheet metal screws, or blind rivets; support at each floor and at a maximum intervals of 16 feet.

F. Install upper attachments to structures. Select and size upper attachments with pull-out, tension, and shear capacities appropriate for supported loads and building materials where used.

3.5 CONNECTIONS

A. Make connections to equipment with flexible connectors complying with Division 23 Section "Air Duct Accessories."

B. Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible" for branch, outlet and inlet, and terminal unit connections.

3.6 DUCT CLEANING

A. Clean new and existing duct system(s) before testing, adjusting, and balancing.

B. Use service openings for entry and inspection. 1. Create new openings and install access panels appropriate for duct static-pressure class

if required for cleaning access. Provide insulated panels for insulated or lined duct. Patch insulation and liner as recommended by duct liner manufacturer. Comply with SP 850.06 "Air Duct Accessories" for access panels and doors.

2. Disconnect and reconnect flexible ducts as needed for cleaning and inspection.

C. Clean the following components by removing surface contaminants and deposits: 1. Air outlets and inlets (registers, grilles, and diffusers). 2. Supply, return, and exhaust fans including fan housings, plenums (except ceiling

supply and return plenums), scrolls, blades or vanes, shafts, baffles, dampers, and drive assemblies.

3. Air-handling unit internal surfaces and components including mixing box, coil section, air wash systems, spray eliminators, condensate drain pans, humidifiers and dehumidifiers, filters and filter sections, and condensate collectors and drains.

4. Coils and related components. 5. Return-air ducts, dampers, actuators, and turning vanes except in ceiling plenums and

mechanical equipment rooms. 6. Supply-air ducts, dampers, actuators, and turning vanes. 7. Dedicated exhaust and ventilation components and makeup air systems.

Page 167: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

154 4-20-12

8 of 9

D. Mechanical Cleaning Methodology: 1. Clean metal duct systems using mechanical cleaning methods that extract

contaminants from within duct systems and remove contaminants from building. 2. Use vacuum-collection devices that are operated continuously during cleaning.

Connect vacuum device to downstream end of duct sections so areas being cleaned are under negative pressure.

3. Use mechanical agitation to dislodge debris adhered to interior duct surfaces without damaging integrity of metal ducts, duct liner, or duct accessories.

4. Clean coils and coil drain pans according to NADCA 1992. Keep drain pan operational. Rinse coils with clean water to remove latent residues and cleaning materials; comb and straighten fins.

5. Provide drainage and cleanup for wash-down procedures. 3.7 START UP

A. Air Balance: Comply with requirements in SP 850.03 "Testing, Adjusting, and Balancing for HVAC."

3.8 DUCT SCHEDULE

A. Fabricate concealed ducts with galvanized sheet steel as follows. Exposed ducts in toll booths shall be fabricated as described in SP 400.04:

B. Supply Ducts: 1. Ducts Connected to Package Rooftop Units, Fan Coil Units, and Heat Pump:

a Pressure Class: Positive 2-inch wg . b Minimum SMACNA Seal Class: A. c SMACNA Leakage Class for Rectangular: 12. d SMACNA Leakage Class for Round and Flat Oval: 12.

C. Return Ducts: 1. Ducts Connected to Package Rooftop Units, Fan Coil Units, and Heat Pumps:

a Pressure Class: Positive or negative 2-inch wg . b Minimum SMACNA Seal Class: A. c SMACNA Leakage Class for Rectangular: 12. d SMACNA Leakage Class for Round and Flat Oval: 12.

Page 168: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

155 4-20-12

9 of 9 850.05.04 MEASUREMENTS AND PAYMENT Metal Ducts shall not be measured but shall be incidental to the Contract price for Mechanical Work.

Page 169: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

156 4-20-12

1 of 5

CATEGORY 800 TRAFFIC

SECTION 850.06 - AIR DUCT ACCESSORIES 850.06.01 GENERAL 1.1 SUMMARY

A. Section Includes: 1. Manual volume dampers 2. Flange connectors. 3. Turning vanes. 4. Flexible connectors. 5. Duct accessory hardware.

1.2 SUBMITTALS

A. Product Data: For each type of product indicated.

B. Shop Drawings: For duct accessories. Include plans, elevations, sections, details and attachments to other work. 1. Detail duct accessories fabrication and installation in ducts and other construction.

Include dimensions, weights, loads, and required clearances; and method of field assembly into duct systems and other construction. Include the following:

a Special fittings. b Manual volume damper installations. c Control damper installations. d Wiring Diagrams: For power, signal, and control wiring.

C. Operation and maintenance data. 1.3 QUALITY ASSURANCE

A. Comply with NFPA 90A, "Installation of Air Conditioning and Ventilating Systems," and with NFPA 90B, "Installation of Warm Air Heating and Air Conditioning Systems."

B. Comply with AMCA 500-D testing for damper rating.

Page 170: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

157 4-20-12

2 of 5 850.06.02 MATERIALS 2.1 MATERIALS

A. Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible" for acceptable materials, material thicknesses, and duct construction methods unless otherwise indicated. Sheet metal materials shall be free of pitting, seam marks, roller marks, stains, discolorations, and other imperfections.

B. Galvanized Sheet Steel: Comply with ASTM A 653/A 653M. 1. Galvanized Coating Designation: G90. 2. Exposed-Surface Finish: Mill phosphatized.

C. Aluminum Sheets: Comply with ASTM B 209, Alloy 3003, Temper H14; with mill finish for concealed ducts and standard, 1-side bright finish for exposed ducts.

D. Tie Rods: Galvanized steel, 1/4-inch minimum diameter for lengths 36 inches or less; 3/8-inch minimum diameter for lengths longer than 36 inches.

2.2 MANUAL VOLUME DAMPERS

A. Standard, Steel, Manual Volume Dampers: 1. Manufacturers: Subject to compliance with requirements, provide products by one of

the following:

a Air Balance Inc.; a division of Mestek, Inc. b American Warming and Ventilating; a division of Mestek, Inc. c Flexmaster U.S.A., Inc. d McGill AirFlow LLC. e METALAIRE, Inc. f Nailor Industries Inc. g Pottorff; a division of PCI Industries, Inc. h Ruskin Company. i Trox USA Inc. j Vent Products Company, Inc. k Or approved equal.

2. Standard leakage rating, with linkage outside airstream. 3. Suitable for horizontal or vertical applications. 4. Frames:

a Hat-shaped, galvanized-steel channels, 0.064-inch minimum thickness. b Mitered and welded corners. c Flanges for attaching to walls and flangeless frames for installing in ducts.

Page 171: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

158 4-20-12

3 of 5 5. Blades:

a Multiple or single blade. b Parallel- or opposed-blade design. c Stiffen damper blades for stability. d Galvanized-steel, 0.064 inch thick.

6. Blade Axles: Galvanized steel. 7. Bearings:

a Oil-impregnated bronze. b Dampers in ducts with pressure classes of 2-inch wg or less shall have axles

full length of damper blades and bearings at both ends of operating shaft. 8. Tie Bars and Brackets: Galvanized steel.

B. Damper Hardware: 1. Zinc-plated, die-cast core with dial and handle made of 3/32-inch- thick zinc-plated

steel, and a 3/4-inch hexagon locking nut. 2. Include center hole to suit damper operating-rod size. 3. Include elevated platform for insulated duct mounting.

2.3 FLANGE CONNECTORS

A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Ductmate Industries, Inc. 2. Nexus PDQ; Division of Shilco Holdings Inc. 3. Ward Industries, Inc.; a division of Hart & Cooley, Inc. 4. Or approved equal.

B. Description: Add-on or roll-formed, factory-fabricated, slide-on transverse flange connectors, gaskets, and components.

C. Material: Galvanized steel.

D. Gage and Shape: Match connecting ductwork. 2.4 TURNING VANES

A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Ductmate Industries, Inc. 2. Duro Dyne Inc. 3. METALAIRE, Inc. 4. SEMCO Incorporated.

Page 172: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

159 4-20-12

4 of 5 5. Ward Industries, Inc.; a division of Hart & Cooley, Inc. 6. Or approved equal

B. Manufactured Turning Vanes for Metal Ducts: Curved blades of galvanized sheet steel; support with bars perpendicular to blades set; set into vane runners suitable for duct mounting. 1. Acoustic Turning Vanes: Fabricate airfoil-shaped aluminum extrusions with

perforated faces and fibrous-glass fill.

C. General Requirements: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible"; Figures 2-3, "Vanes and Vane Runners," and 2-4, "Vane Support in Elbows."

D. Vane Construction: Single wall for ducts up to 48 inches wide and double wall for larger dimensions.

2.5 FLEXIBLE CONNECTORS

A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Ductmate Industries, Inc. 2. Duro Dyne Inc. 3. Ventfabrics, Inc. 4. Ward Industries, Inc.; a division of Hart & Cooley, Inc. 5. Or approved equal .

B. Materials: Flame-retardant or noncombustible fabrics.

C. Coatings and Adhesives: Comply with UL 181, Class 1.

D. Metal-Edged Connectors: Factory fabricated with a fabric strip 3-1/2 inches wide attached to 2 strips of 2-3/4-inch- wide, 0.028-inch- thick, galvanized sheet steel Provide metal compatible with connected ducts.

E. Indoor System, Flexible Connector Fabric: Glass fabric double coated with neoprene. 1. Minimum Weight: 26 oz./sq. yd.. 2. Tensile Strength: 480 lbf/inch in the warp and 360 lbf/inch in the filling. 3. Service Temperature: Minus 40 to plus 200 deg F .

F. Outdoor System, Flexible Connector Fabric: Glass fabric double coated with weatherproof, synthetic rubber resistant to UV rays and ozone. 1. Minimum Weight: 24 oz./sq. yd.. 2. Minimum Tensile Strength: 500 lbf/inch in the warp and 440 lbf/inch in the filling. 3. Service Temperature: Minus 50 to plus 250 deg F .

Page 173: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

160 4-20-12

5 of 5 850.06.03 CONSTRUCTION 3.1 INSTALLATION

A. Install duct accessories according to applicable details in SMACNA's "HVAC Duct Construction Standards - Metal and Flexible" for metal ducts.

B. Install duct accessories of materials suited to duct materials; use galvanized-steel accessories in galvanized-steel and stainless-steel accessories in stainless-steel ducts, and aluminum accessories in aluminum ducts.

C. Install volume dampers at points on supply, return, and exhaust systems where branches extend from larger ducts. Where dampers are installed in ducts having duct liner, install dampers with hat channels of same depth as liner, and terminate liner with nosing at hat channel. 1. Install steel volume dampers in steel ducts.

D. Set dampers to fully open position before testing, adjusting, and balancing.

E. Install test holes at fan inlets and outlets and elsewhere as indicated.

F. Install flexible connectors to connect ducts to equipment.

G. Connect diffusers or light troffer boots to ducts directly.

H. Install duct test holes where required for testing and balancing purposes. 3.2 FIELD QUALITY CONTROL

A. Tests and Inspections: 1. Operate dampers to verify full range of movement. 2. Inspect turning vanes for proper and secure installation.

850.06.04 MEASUREMENTS AND PAYMENT Air Duct Accessories shall not be measured but shall be incidental to the Contract price for Mechanical Work.

Page 174: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

161 4-20-12

1 of 2

CATEGORY 800 TRAFFIC

SECTION 850.07 - DIFFUSERS, REGISTERS, AND GRILLES 850.07.01 GENERAL 1.1 SUMMARY

A. Section Includes: 1. Rectangular and square ceiling diffusers 2. Fixed face registers and grilles.

B. Related Sections: 1. SP 850.06 "Air Duct Accessories" for fire and smoke dampers and volume-control

dampers not integral to diffusers, registers, and grilles. 1.2 SUBMITTALS

A. Product Data: For each type of product indicated, include the following: 1. Data Sheet: Indicate materials of construction, finish, and mounting details; and

performance data including throw and drop, static-pressure drop, and noise ratings. 2. Diffuser, Register, and Grille Schedule: Indicate drawing designation, location,

quantity, model number, size, and accessories furnished.

B. Samples: For each exposed product and for each color and texture specified. 850.07.02 MATERIALS 2.1 CEILING DIFFUSERS, REGISTERS AND GRILLES

A. Rectangular and Square Ceiling Diffusers: 1. Manufacturers: Subject to compliance with requirements, provide products by one of

the following: a Anemostat Products; a Mestek company. b Carnes. c Hart & Cooley Inc. d Krueger. e METALAIRE, Inc. f Nailor Industries Inc. g Price Industries. h Titus. i Tuttle & Bailey.

Page 175: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

162 4-20-12

2 of 2 j Or approved equal.

2. Material: Stainless steel or painted steel as specified under SP 400.03 “PREFABRICATED TOLL BOOTH STRUCTURES.”

3. Finish: Baked enamel, white or color as selected by Architect. 4. Face Size: As scheduled on the drawing. 5. Face Style: As scheduled on the drawing. 6. Mounting: As scheduled on the drawing. 7. Pattern: As scheduled on the drawing. 8. Dampers: As scheduled on the drawing. 9. Accessories: As scheduled on the drawing.

2.2 SOURCE QUALITY CONTROL

A. Verification of Performance: Rate diffusers, registers, and grilles according to ASHRAE 70, "Method of Testing for Rating the Performance of Air Outlets and Inlets."

850.07.03 CONSTRUCTION 3.1 INSTALLATION

A. Install diffusers, registers, and grilles level and plumb.

B. Ceiling-Mounted Outlets and Inlets: Drawings indicate general arrangement of ducts, fittings, and accessories. Air outlet and inlet locations have been indicated to achieve design requirements for air volume, noise criteria, airflow pattern, throw, and pressure drop. Make final locations where indicated, as much as practical. For units installed in lay-in ceiling panels, locate units in the center of panel. Where architectural features or other items conflict with installation, notify Architect for a determination of final location.

C. Install diffusers, registers, and grilles with airtight connections to ducts and to allow service and maintenance of dampers, air extractors, and fire dampers.

1.2 ADJUSTING

A. After installation, adjust diffusers, registers, and grilles to air patterns indicated, or as directed, before starting air balancing.

850.07.04 MEASUREMENTS AND PAYMENT Diffusers, Registers, and Grilles shall not be measured but shall be incidental to the Contract price for Mechanical Work.

Page 176: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

163 4-20-12

1 of 6

CATEGORY 800 TRAFFIC

SECTION 851.00 - COMMON WORK RESULTS FOR ELECTRICAL

851.00.01 GENERAL 1.1 SUMMARY

A. Section Includes: 1. Sleeves for raceways and cables. 2. Sleeve seals. 3. Grout. 4. Common electrical installation requirements. 5. Low voltage electrical power conductors and cables. 6. Control voltage electrical power cables. 7. Grounding and bonding for electrical systems. 8. Hangers and supports for electrical systems. 9. Raceway and boxes for electrical systems. 10. Identification for electrical systems. 11. Enclosed switches and circuit breakers. 12. Intercommunications and program systems. 13. Conductors and cables for electronic safety and security.

1.2 SUBMITTALS

A. Product Data: For sleeve seals. 851.00.02 MATERIALS 2.1 SLEEVES FOR RACEWAYS AND CABLES

A. Steel Pipe Sleeves: ASTM A 53/A 53M, Type E, Grade B, Schedule 40, galvanized steel, plain ends.

B. Cast-Iron Pipe Sleeves: Cast or fabricated "wall pipe," equivalent to ductile-iron pressure pipe, with plain ends and integral waterstop, unless otherwise indicated.

Page 177: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

164 4-20-12

2 of 6

C. Sleeves for Rectangular Openings: Galvanized sheet steel. 1. Minimum Metal Thickness:

a For sleeve cross-section rectangle perimeter less than 50 inches and no side more than 16 inches, thickness shall be 0.052 inch.

b For sleeve cross-section rectangle perimeter equal to, or more than, 50 inches and 1 or more sides equal to, or more than, 16 inches, thickness shall be 0.138 inch.

2.2 SLEEVE SEALS

A. Description: Modular sealing device, designed for field assembly, to fill annular space between sleeve and raceway or cable. 1. Manufacturers: Subject to compliance with requirements, provide products by one of

the following:

a Advance Products & Systems, Inc. b Calpico, Inc. c Metraflex Co. d Pipeline Seal and Insulator, Inc. e Or approved equal.

2. Sealing Elements: EPDM interlocking links shaped to fit surface of cable or conduit. Include type and number required for material and size of raceway or cable.

3. Pressure Plates: Stainless steel. Include two for each sealing element. 4. Connecting Bolts and Nuts: Stainless steel of length required to secure pressure plates

to sealing elements. Include one for each sealing element. 2.3 GROUT

A. Nonmetallic, Shrinkage-Resistant Grout: ASTM C 1107, factory-packaged, nonmetallic aggregate grout, noncorrosive, nonstaining, mixed with water to consistency suitable for application and a 30-minute working time.

2.4 LOW VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES

A. Refer to SP 851.01, Low Voltage Electrical Power Conductors and Cables. 2.5 CONTROL VOLTAGE ELECTRICAL POWER CABLES

A. Refer to SP 851.02, Control Voltage Electrical Power Cables.

Page 178: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

165 4-20-12

3 of 6

2.6 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS

A. Refer to SP 851.03, Grounding and Bonding for Electrical Systems. 2.7 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS

A. Refer to SP 851.04, Hangers and Supports for Electrical Systems. 2.8 RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS

A. Refer to SP 851.05, Raceway and Boxes for Electrical Systems. 2.9 IDENTIFICATION FOR ELECTRICAL SYSTEMS

A. Refer to SP 851.06, Identification for Electrical Systems. 2.10 ENCLOSED SWITCHES AND CIRCUIT BREAKERS

A. Refer to SP 851.07, Enclosed Switches and Circuit Breakers. 2.11 INTERCOMMUNICATIONS AND PROGRAM SYSTEMS

A. Refer to SP 851.08, Intercommunications and Program Systems. 2.12 CONDUCTORS AND CABLES FOR ELECTRONIC SAFETY AND SECURITY

A. Refer to SP 851.09, Conductors and Cables for Electronic Safety and Security. 851.00.03 CONSTRUCTION 3.1 COMMON REQUIREMENTS FOR ELECTRICAL INSTALLATION

A. Comply with NECA 1.

B. Measure indicated mounting heights to bottom of unit for suspended items and to center of unit for wall-mounting items.

C. Headroom Maintenance: If mounting heights or other location criteria are not indicated, arrange and install components and equipment to provide maximum possible headroom consistent with these requirements.

Page 179: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

166 4-20-12

4 of 6

D. Equipment: Install to facilitate service, maintenance, and repair or replacement of components of both electrical equipment and other nearby installations. Connect in such a way as to facilitate future disconnecting with minimum interference with other items in the vicinity.

E. Right of Way: Give to piping systems installed at a required slope. 3.2 SLEEVE INSTALLATION FOR ELECTRICAL PENETRATIONS

A. Electrical penetrations occur when raceways, cables, or wireways penetrate concrete slabs, concrete or masonry walls, or fire-rated floor and wall assemblies.

B. Concrete Slabs and Walls: Install sleeves for penetrations unless core-drilled holes or formed openings are used. Install sleeves during erection of slabs and walls.

C. Use pipe sleeves unless penetration arrangement requires rectangular sleeved opening.

D. Fire-Rated Assemblies: Install sleeves for penetrations of fire-rated floor and wall assemblies unless openings compatible with firestop system used are fabricated during construction of floor or wall.

E. Cut sleeves to length for mounting flush with both surfaces of walls.

F. Extend sleeves installed in floors 2 inches above finished floor level.

G. Size pipe sleeves to provide 1/4-inch annular clear space between sleeve and raceway or cable, unless indicated otherwise.

H. Seal space outside of sleeves with grout for penetrations of concrete, masonry and with approved joint compound for gypsum board assemblies. 1. Promptly pack grout solidly between sleeve and wall so no voids remain. Tool

exposed surfaces smooth; protect grout while curing.

I. Interior Penetrations of Non-Fire-Rated Walls and Floors: Seal annular space between sleeve and raceway or cable, using joint sealant appropriate for size, depth, and location of joint.

J. Fire-Rated-Assembly Penetrations: Maintain indicated fire rating of walls, partitions, ceilings, and floors at raceway and cable penetrations. Install sleeves and seal raceway and cable penetration sleeves with firestop materials.

K. Roof-Penetration Sleeves: Seal penetration of individual raceways and cables with flexible boot-type flashing units applied in coordination with roofing work.

Page 180: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

167 4-20-12

5 of 6 3.3 SLEEVE-SEAL INSTALLATION

A. Install to seal exterior wall penetrations.

B. Use type and number of sealing elements recommended by manufacturer for raceway or cable material and size. Position raceway or cable in center of sleeve. Assemble mechanical sleeve seals and install in annular space between raceway or cable and sleeve. Tighten bolts against pressure plates that cause sealing elements to expand and make watertight seal.

3.4 FIRESTOPPING

A. Apply firestopping to penetrations of fire-rated floor and wall assemblies for electrical installations to restore original fire-resistance rating of assembly.

3.5 LOW VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES INSTALLATION

A. Refer to SP 851.01, Low Voltage Electrical Power Conductors and Cables. 3.6 CONTROL VOLTAGE ELECTRICAL POWER CABLES INSTALLATION

A. Refer to SP 851.02, Control Voltage Electrical Power Cables. 3.7 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS INSTALLATION

B. Refer to SP 851.03, Grounding and Bonding for Electrical Systems. 3.8 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS CONSTRUCTION

A. Refer to SP 851.04, Hangers and Supports for Electrical Systems. 3.9 RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS CONSTRUCTION

A. Refer to SP 851.05, Raceway and Boxes for Electrical Systems. 3.10 IDENTIFICATION FOR ELECTRICAL SYSTEMS CONSTRUCTION

A. Refer to SP 851.06, Identification for Electrical Systems. 3.11 ENCLOSED SWITCHES AND CIRCUIT BREAKERS INSTALLATION

A. Refer to SP 851.07, Enclosed Switches and Circuit Breakers.

Page 181: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

168 4-20-12

6 of 6

3.12 INTERCOMMUNICATIONS AND PROGRAM SYSTEMS INSTALLATION

A. Refer to SP 851.08, Intercommunications and Program Systems. 3.13 CONDUCTORS AND CABLES FOR ELECTRONIC SAFETY AND SECURITY INSTALLATION

A. Refer to SP 851.09, Conductors and Cables for Electronic Safety and Security. 3.14 GENERAL ELECTRICAL WORK AND TESTING

A. Perform all testing as specified in Section 820 of the SHA’s Standard Specifications for Construction and Materials.

B. All switches and breakers shall be operated and the devices controlled verified (ie: test switches and breakers to assure that the device(s) specified is (are) controlled and no other device(s) is (are) controlled.

C. All GFI protected outlets shall be tested with a suitable tester. The tester shall be a device that plugs into the outlet and indicates proper wiring of the outlet. A switch on the tester shall be utilized to introduce a ground fault which must trip the GFI device.

851.00.04 MEASUREMENTS AND PAYMENT Common Work Results for Electrical will not be measured but will be paid for at the Contract lump sum price. All Electrical Work in the Contract Documents will not be measured but the cost will be incidental to Section 851. The Authority reserves the right to eliminate from this item any or all equipment. For each piece of equipment eliminated from this item, the item will be credited to the extent of the cost eliminated, which will be determined from the breakdown submitted by the Contractor showing the tabulation of individual unit costs used in arriving at the Contract price for this item. A breakdown of the Contract lump sum price for Electrical Work shall be submitted to the Engineer prior to beginning work.

Page 182: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

169 4-20-12

1 of 8

CATEGORY 800 TRAFFIC

SECTION 851.01 - LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES

851.01.01 GENERAL 1.1 SUMMARY

A. This Section includes the following: 1. Building wires and cables rated 600 V and less. 2. Connectors, splices, and terminations rated 600 V and less. 3. Sleeves and sleeve seals for cables.

1.2 REFERENCES

A. All electrical cable, wire, and connectors shall meet the requirements of or in Section 810 of the SHA Standard Specifications for Construction and Materials. Where requirements are in conflict, the more stringent of the requirements shall be provided.

1.3 SUBMITTALS

A. Product Data: For each type of product indicated.

B. Field quality-control test reports. 1.4 QUALITY ASSURANCE

A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70: National Electrical Code 2008 Edition, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use.

B. Comply with NFPA 70: National Electrical Code 2008 Edition. 851.01.02 MATERIALS 2.1 CONDUCTORS AND CABLES

A. Copper Conductors: Comply with NEMA WC 70.

B. Conductor Insulation: Comply with NEMA WC 70 for Types XHHW.

Page 183: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

170 4-20-12

2 of 8

C. Multiconductor Cable: Comply with NEMA WC 70 for metal-clad cable, Type MC. 2.2 CONNECTORS AND SPLICES

A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. AFC Cable Systems, Inc. 2. Hubbell Power Systems, Inc. 3. O-Z/Gedney; EGS Electrical Group LLC. 4. 3M; Electrical Products Division. 5. Tyco Electronics Corp. 6. Or approved equal.

B. Description: Factory-fabricated connectors and splices of size, ampacity rating, material, type, and class for application and service indicated.

C. Cable Connectors and Connector Kits: For use in lighting structures, hand holes, junction or pull boxes, and for terminating underground cables in lighting structures shall be rated for a minimum of 600 V service. Cable connectors shall be compression type, applied by means of a compression tool. Connectors shall be fabricated from high strength copper alloy. Plated connectors fabricated from metals other than copper are prohibited. Bolted type connectors shall be utilized for splicing bare ground conductors.

D. Connector Kit Components: Each cable connector kit shall be furnished with all component parts described under the various listed types. Each kit shall contain sufficient silicone compound to lubricate metal parts and the housing for each assembly along with complete installation instructions. All connector kits shall be breakaway style with fuse remaining in load side connector when separated. 1. All housings shall be made of water resistant EPDM rubber. Assembled unit shall be

watertight and submersible. 2. All connections to field wiring shall utilize set-screw (mechanical) type fastener

constructed of aluminum or copper. 3. All fuses shall be rated 600V, 100 000 amps AIC. 4. The line side of all connector housing shall be permanently marked “Line Side”, “Line

End”, or other approved line indication. 5. The load side of all connector housing shall be permanently marked “Load Side”,

“Load End”, or other approved load indication. 6. All connector kits shall be rated 600V and 30Amps. 7. All connector kits shall be provided with insulating boots. 8. All connector kits shall be rated for Copper or Aluminum wire, stranded sizes #10-

#4AWG and solid #12-#4AWG.

E. Connector Types: Each cable connector kit furnished shall be one of the following types:

Page 184: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

171 4-20-12

3 of 8

1. Type I - Unfused, quick disconnect inline connector kit containing: a. A load side copper or aluminum set screw type terminal with flanged connector for

breakaway copper connector. A load side boot to seal the wire and house the terminal and copper connector.

b. A line side copper or aluminum set screw type terminal with flanged connector for breakaway copper connector. A line side boot to seal the wire and house the terminal.

c. Acceptable products include: d. Homac “Flood-seal” SDK-M or approved equal.

2. Type II - Fused, quick disconnect inline connector kit containing:

a. (1) A load side copper or aluminum set screw type terminal with flanged connector for fuse. A load side boot to seal the wire and house the terminal.

b. (2) A line side copper or aluminum set screw type terminal with flanged connector for fuse. A line side boot to seal the wire and house the terminal and fuse.

c. (3) Properly rated fuse. d. (4) Acceptable products include: e. (i) Homac “Flood-seal” SLK-M, and Bussman fuse or approved equal.

Figure 1 – Example Inline Connector Kit (unassembled).

3. Type III - Fused, quick disconnect Y connector kit containing:

a. A load side copper or aluminum set screw type terminal with flanged connector for fuse. A load side boot to seal the wire and house the terminal.

b. A line side copper or aluminum set screw type terminal with multiple screws. Two screws shall be used for the two incoming line-side wires. The set-screw terminal shall be electrically connected to a flanged connector that accepts the fuse within a line side insert.

c. A two-port line side boot used to seal the two line side connections to the set-screw terminal within the assembled kit.

d. Properly rated fuse. e. Acceptable products include: f. Homac “Flood-seal” SLT-M, and Bussman fuse or approved equal.

Page 185: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

172 4-20-12

4 of 8

4. Type IV – Unfused, quick disconnect Y connector kit containing: a. A load side copper or aluminum set screw type terminal with flanged connector for

copper connector. A load side boot to seal the wire and house the terminal. b. A line side copper or aluminum set screw type terminal with multiple screws. Two

screws shall be used for the two incoming line-side wires. The set-screw terminal shall be electrically connected to a flanged connector that accepts the copper connector within a line side insert.

c. A two-port line side boot used to seal the two line side connections to the set-screw terminal within the assembled kit.

d. Properly rated fuse. e. Acceptable products include: f. Homac “Flood-seal” SDT-M or approved equal.

Figure 2 – Example Y connector Kit. (unassembled) Manhole and Handhole Splices: Splices in manholes, handholes, and other underground locations shall be rated for underground and buried locations. Splices shall be qualified to ANSI C119.1-1986 for underground splicing. Each splice shall consist of a conductive aluminum or copper connector rated for use on both copper and aluminum wire and sized appropriately for the wire sizes used in the connections. The connector shall utilize mechanical fasteners tightened by hex key wrench (Allen wrench) and designed to secure the wires into the connector. The connector shall be placed into a silicone gel that acts as a sealant and high dielectric insulation. The gel and connector shall be placed into a molded cover made of UV stabilized and impact resistant polypropylene. The hinged molded cover shall close and cause the gel to seal around the cable entrances. The cover shall snap closed with positive acting snap lock to prevent accidental opening. The molded cover shall be fabricated with frangible fingers that allow adjustment of opening to suit the cable size. The entire assembly shall be rated for operation over a temperature range of -40˚C to 90˚C @ 1000V 60Hz AC. Use 2 port or 4 port models for inline (2 connections), Y (3 connections), or H (4 connections) splices as needed. Utilize the GTAP Splice or approved equal.

Page 186: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

173 4-20-12

5 of 8

2.3 SLEEVES FOR CABLES

A. Steel Pipe Sleeves: ASTM A 53/A 53M, Type E, Grade B, Schedule 40, galvanized steel, plain ends.

2.4 SLEEVE SEALS

A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Advance Products & Systems, Inc. 2. Calpico, Inc. 3. Metraflex Co. 4. Pipeline Seal and Insulator, Inc. 5. Or approved equal.

B. Description: Modular sealing device, designed for field assembly, to fill annular space between sleeve and cable. 1. Sealing Elements: EPDM interlocking links shaped to fit surface of cable or conduit.

Include type and number required for material and size of raceway or cable. 2. Pressure Plates: Stainless steel. Include two for each sealing element. 3. Connecting Bolts and Nuts: Stainless steel of length required to secure pressure plates

to sealing elements. Include one for each sealing element. 851.01.03 CONSTRUCTION 3.1 CONDUCTOR MATERIAL APPLICATIONS

A. Branch Circuits: Copper. Solid for No. 10 AWG and smaller; stranded for No. 8 AWG and larger.

3.2 CONDUCTOR INSULATION AND MULTICONDUCTOR CABLE APPLICATIONS AND WIRING METHODS

A. Exposed Branch Circuits: Type XHHW, single conductors in raceway.

B. Branch Circuits Concealed in Ceilings, Walls, and Partitions: Type XHHW, single conductors in raceway. Do not use metal-clad Type MC cable above the ceiling unless it is a branch circuit between lighting fixtures.

C. Branch Circuits Concealed in Concrete, below Slabs-on-Grade, and Underground: Type XHHW, single conductors in raceway.

Page 187: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

174 4-20-12

6 of 8

D. Branch Circuits Concealed in Metal walls of the booth: Type XHHW, single conductors in raceway.

E. Cord Drops and Portable Appliance Connections: Type SO, hard service cord with stainless-steel, wire-mesh, strain relief device at terminations to suit application.

F. Class 1 Control Circuits: Type XHHW, in raceway.

G. Class 2 Control Circuits: Type XHHW, in raceway. 3.3 INSTALLATION OF CONDUCTORS AND CABLES

A. Conceal cables in finished walls, ceilings, and floors, unless otherwise indicated.

B. 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.

C. Use pulling means, including fish tape, cable, rope, and basket-weave wire/cable grips, that will not damage cables or raceway.

D. Install exposed cables parallel and perpendicular to surfaces of exposed structural members, and follow surface contours where possible.

E. Identify and color-code conductors and cables according to SP 851.06 Section "Identification for Electrical Systems."

F. Tighten electrical connectors and terminals according to manufacturer's published torque-tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A and UL 486B.

G. Make splices and taps that are compatible with conductor material and that possess equivalent or better mechanical strength and insulation ratings than unspliced conductors.

H. Power (i.e., HVAC, receptacle) and lighting wiring at toll booth: Install conductor at pullbox, with terminal blocks for connecting the existing power supplies to the new toll booth prewired electrical system. Terminate and connect the incoming supplies to the new power and lighting pre-installed pullbox by the booth manufacturer.

3.4 SLEEVE INSTALLATION FOR ELECTRICAL PENETRATIONS

A. Coordinate sleeve selection and application with selection and application of firestopping.

Page 188: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

175 4-20-12

7 of 8

B. Concrete Slabs and Walls: Use existing sleeves leading to each booth on site as per site condition. Install new sleeves only if the existing sleeves are already corroded and are not suitable to be reused that can damage cable insulation.

C. Fire-Rated Assemblies: Install sleeves for penetrations of fire-rated floor and wall assemblies unless openings compatible with firestop system used are fabricated during construction of floor or wall.

D. Metal walls of toll booth: Cut new sleeves to length for mounting flush with both wall surfaces.

E. New sleeves requirement due to existing site conditions: 1. Extend new sleeves installed in floors 2 inches above finished floor level. 2. Size new pipe sleeves to provide 1/4-inch annular clear space between sleeve and

cable unless sleeve seal is to be installed. 3. Seal space outside of new sleeves with grout for penetrations of concrete and

masonry and with approved joint compound for gypsum board assemblies.

F. Interior Penetrations of Non-Fire-Rated Walls and Floors: Seal annular space between sleeve and cable, using joint sealant appropriate for size, depth, and location of joint.

G. Fire-Rated-Assembly Penetrations: Maintain indicated fire rating of walls, partitions, ceilings, and floors at cable penetrations. Install sleeves and seal with firestop materials.

H. Roof-Penetration Sleeves: Seal penetration of individual cables with flexible boot-type flashing units applied in coordination with roofing work.

3.5 SLEEVE-SEAL INSTALLATION

A. Install to seal underground exterior-wall penetrations.

B. Use type and number of sealing elements recommended by manufacturer for cable material and size. Position cable in center of sleeve. Assemble mechanical sleeve seals and install in annular space between cable and sleeve. Tighten bolts against pressure plates that cause sealing elements to expand and make watertight seal.

3.6 FIRESTOPPING

A. Apply firestopping to electrical penetrations of fire-rated floor and wall assemblies to restore original fire-resistance rating of assembly.

Page 189: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

176 4-20-12

8 of 8

3.7 FIELD QUALITY CONTROL

A. Perform tests and inspections and prepare test reports.

B. Tests and Inspections: 1. After installing conductors and cables and before electrical circuitry has been

energized, test feeder and branch circuit conductors for compliance with requirements. 2. Perform each visual and mechanical inspection and electrical test stated in NETA

Acceptance Testing Specification. Certify compliance with test parameters.

C. Test Reports: Prepare a written report to record the following: 1. Test procedures used. 2. Test results that comply with requirements. 3. Test results that do not comply with requirements and corrective action taken to

achieve compliance with requirements.

D. Remove and replace malfunctioning units and retest as specified above. 851.01.04 MEASUREMENTS AND PAYMENT Low-Voltage Electrical Power Conductors and Cables shall not be measured but shall be incidental to the Contract price for Electrical Work.

Page 190: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

177 4-20-12

1 of 5

CATEGORY 800 TRAFFIC

SECTION 851.02 - CONTROL-VOLTAGE ELECTRICAL POWER CABLES

851.02.01 GENERAL 1.1 SUMMARY

A. Communications cabling shall be by the Specialist Contractor. Electrical Contractor shall involve the services of a qualified, AMAG Technology certified and licensed security contractor in Maryland. Provide necessary conduit roughing-in works for the extension and modifications of the existing Security and Intercom systems as shown on the plans. Communication cabling terminations and wiring devices shall be by the Security and Intercom Specialists.

B. All empty conduits shall be provided with pull wires.

C. Section Includes: 1. Low-voltage control cabling. 2. Control-circuit conductors. 3. Identification products.

1.2 DEFINITIONS

A. Low Voltage: As defined in NFPA 70 for circuits and equipment operating at less than 50 V or for remote-control and signaling power-limited circuits.

1.3 SUBMITTALS

A. Product Data: For each type of product indicated.

B. Field quality-control reports.

C. Maintenance data.

Page 191: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

178 4-20-12

2 of 5

1.4 QUALITY ASSURANCE

A. Testing Agency Qualifications: Member Company of an NRTL.

B. Surface-Burning Characteristics: As determined by testing identical products according to ASTM E 84 by a qualified testing agency. Identify products with appropriate markings of applicable testing agency. 1. Flame-Spread Index: 25 or less. 2. Smoke-Developed Index: 50, 450 or less.

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.

1.5 DELIVERY, STORAGE, AND HANDLING

A. Test cables upon receipt at Project site. 851.02.02 MATERIALS 2.1 PATHWAYS

A. Conduit and Boxes: Comply with requirements in SP 851.05 Section "Raceway and Boxes for Electrical Systems."Flexible metal conduit shall not be used”. 1. Outlet boxes shall be no smaller than 2 inches wide, 3 inches high, and 2-1/2 inches

deep. 2.2 LOW-VOLTAGE CONTROL CABLE

A. Paired Cable: NFPA 70, Type CMG. 1. One pair, twisted, No. 16 AWG, stranded (19x29) tinned-copper conductors. 2. PVC insulation. 3. Unshielded. 4. PVC jacket. 5. Flame Resistance: Comply with UL 1581.

B. Plenum-Rated, Paired Cable: NFPA 70, Type CMP. 1. One pair, twisted, No. 16 AWG, stranded (19x29) tinned-copper conductors. 2. PVC insulation. 3. Unshielded. 4. PVC jacket. 5. Flame Resistance: Comply with NFPA 262.

Page 192: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

179 4-20-12

3 of 5

C. Paired Cable: NFPA 70, Type CMG. 1. One pair, twisted, No. 18 AWG, stranded (19x30) tinned-copper conductors. 2. PVC insulation. 3. Unshielded. 4. PVC jacket. 5. Flame Resistance: Comply with UL 1581.

D. Plenum-Rated, Paired Cable: NFPA 70, Type CMP. 1. One pair, twisted, No. 18 AWG, stranded (19x30) tinned-copper conductors. 2. Fluorinated ethylene propylene insulation. 3. Unshielded. 4. Plastic jacket. 5. Flame Resistance: NFPA 262, Flame Test.

2.3 CONTROL-CIRCUIT CONDUCTORS

A. Class 1 Control Circuits: Stranded copper, Type XHHW, in raceway, complying with UL 83, UL 44.

B. Class 2 Control Circuits: Stranded copper, Type XHHW, in raceway, complying with UL 83, UL 44.

C. Class 3 Remote-Control and Signal Circuits: Stranded copper, Type XHHW, complying with UL 83.

2.4 IDENTIFICATION PRODUCTS

A. Manufacturers: Subject to compliance with requirements, provide products by one of the following, but are not limited to: 1. Brady Corporation. 2. HellermannTyton. 3. Kroy LLC. 4. Panduit Corp. 5. Or approved equal.

B. Comply with UL 969 for a system of labeling materials, including label stocks, laminating adhesives, and inks used by label printers.

C. Comply with requirements in SP 851.06 Section "Identification for Electrical Systems."

Page 193: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

180 4-20-12

4 of 5

851.02.03 CONSTRUCTION 3.1 INSTALLATION OF PATHWAYS

A. Comply with TIA/EIA-569-A for pull-box sizing and length of conduit and number of bends between pull points.

B. Comply with requirements in SP 851.05 Section "Raceway and Boxes for Electrical Systems" for installation of conduits and wireways.

C. Install manufactured conduit sweeps and long-radius elbows if possible. 3.2 INSTALLATION OF CONDUCTORS AND CABLES

A. Comply with NECA 1.

B. Installation of Control-Circuit Conductors: 1. Install wiring in raceways. Comply with requirements specified in SP 851.05 Section

"Raceway and Boxes for Electrical Systems."

C. Open-Cable Installation: 1. Install cabling with horizontal and vertical cable guides in telecommunications spaces

with terminating hardware and interconnection equipment. 2. Suspend copper cable not in a wireway or pathway a minimum of 8 inches above

ceilings by cable supports not more than 60 inches apart. 3. Cable shall not be run through structural members or in contact with pipes, ducts, or

other potentially damaging items. 3.3 REMOVAL OF CONDUCTORS AND CABLES

A. Remove abandoned conductors and cables. 3.4 CONTROL-CIRCUIT CONDUCTORS

A. Minimum Conductor Sizes: 1. Class 1 remote-control and signal circuits, No 14 AWG. 2. Class 2 low-energy, remote-control, and signal circuits, No. 16 AWG. 3. Class 3 low-energy, remote-control, alarm, and signal circuits, No 12 AWG.

3.5 FIRESTOPPING

A. Apply firestopping to electrical penetrations of fire-rated floor and wall assemblies to restore original fire-resistance rating of assembly.

Page 194: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

181 4-20-12

5 of 5

3.6 GROUNDING

A. For low-voltage wiring and cabling, comply with requirements in SP 851.03 Section "Grounding and Bonding for Electrical Systems."

3.7 IDENTIFICATION

A. Comply with requirements for identification specified in SP 851.06 Section "Identification for Electrical Systems."

3.8 FIELD QUALITY CONTROL

A. Perform tests and inspections.

B. Prepare test and inspection reports. 851.02.04 MEASUREMENTS AND PAYMENT Control Voltage Electrical Power Cables shall not be measured but shall be incidental to the Contract price for Electrical Work.

Page 195: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

182 4-20-12

1 of 3

CATEGORY 800 TRAFFIC

SECTION 851.03 - GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS

851.03.01 GENERAL 1.1 SUMMARY

A. This Section includes methods and materials for grounding systems and equipment. 1.2 SUBMITTALS

A. Product Data: For each type of product indicated.

B. Field quality-control test reports. 1.3 QUALITY ASSURANCE

A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70: National Electrical Code 2008 Edition, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use.

B. Comply with UL 467 for grounding and bonding materials and equipment. 851.03.02 MATERIALS 2.1 CONDUCTORS

A. Insulated Conductors: Copper wire or cable insulated for 600 V unless otherwise required by applicable Code or authorities having jurisdiction.

B. Bare Copper Conductors: 1. Solid Conductors: ASTM B 3. 2. Stranded Conductors: ASTM B 8. 3. Tinned Conductors: ASTM B 33. 4. Bonding Cable: 28 kcmil, 14 strands of No. 17 AWG conductor, 1/4 inch in diameter. 5. Bonding Conductor: No. 4 or No. 6 AWG, stranded conductor. 6. Bonding Jumper: Copper tape, braided conductors, terminated with copper ferrules; 1-

5/8 inches wide and 1/16 inch thick. 7. Tinned Bonding Jumper: Tinned-copper tape, braided conductors, terminated with

copper ferrules; 1-5/8 inches wide and 1/16 inch thick.

Page 196: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

183 4-20-12

2 of 3 3.2 CONNECTORS

A. Listed and labeled by a nationally recognized testing laboratory acceptable to authorities having jurisdiction for applications in which used, and for specific types, sizes, and combinations of conductors and other items connected.

B. Bolted Connectors for Conductors and Pipes: Copper or copper alloy, bolted pressure-type, with at least two bolts. 1. Pipe Connectors: Clamp type, sized for pipe.

C. Welded Connectors: Exothermic-welding kits of types recommended by kit manufacturer for materials being joined and installation conditions.

8510.3.03 CONSTRUCTION

3.3 APPLICATIONS

A. Conductors: Install solid conductor for No. 8 AWG and smaller, and stranded conductors for No. 6 AWG and larger, unless otherwise indicated.

B. Conductor Terminations and Connections: 1. Pipe and Equipment Grounding Conductor Terminations: Bolted connectors. 2. Underground Connections: Welded connectors, except at test wells and as otherwise

indicated. 3. Connections to Structural Steel: Welded connectors.

3.4 EQUIPMENT GROUNDING

A. Install insulated equipment grounding conductors with the following items, in addition to those required by NFPA 70: National Electrical Code 2008 Edition: 1. Feeders and branch circuits. 2. Lighting circuits. 3. Receptacle circuits. 4. Single-phase motor and appliance branch circuits. 5. Flexible raceway runs.

B. Signal and Communication Equipment: For telephone, alarm, voice and data, and other communication equipment, provide No. 4 AWG minimum insulated grounding conductor in raceway from the existing grounding electrode system to each service location, terminal cabinet, wiring closet, and central equipment location.

1. Terminal Cabinets: Terminate grounding conductor on cabinet grounding terminal.

Page 197: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

184 4-20-12

3 of 3 3.3 INSTALLATION

A. Grounding Conductors: Route along shortest and straightest paths possible, unless otherwise indicated or required by Code. Avoid obstructing access or placing conductors where they may be subjected to strain, impact, or damage.

B. Bonding Straps and Jumpers: Install in locations accessible for inspection and maintenance, except where routed through short lengths of conduit. 1. Bonding to Structure: Bond straps directly to basic structure, taking care not to

penetrate any adjacent parts. 2. Bonding to Equipment Mounted on Vibration Isolation Hangers and Supports: Install

so vibration is not transmitted to rigidly mounted equipment. 3. Use exothermic-welded connectors for outdoor locations, but if a disconnect-type

connection is required, use a bolted clamp. 3.4 FIELD QUALITY CONTROL

A. Perform the following tests and inspections and prepare test reports: 1. After installing grounding system but before permanent electrical circuits have been

energized, test for compliance with requirements. 2. Test completed grounding system at each location.

a Measure ground resistance not less than two full days after last trace of precipitation and without soil being moistened by any means other than natural drainage or seepage and without chemical treatment or other artificial means of reducing natural ground resistance.

b Perform tests by fall-of-potential method according to IEEE 81.

B. Excessive Ground Resistance: If resistance to ground exceeds 25 ohms for single electrode system as noted on NFPA 70 (NEC Article 250) provide additional supplemental electrode as recommended by code.

851.03.04 MEASUREMENTS AND PAYMENT Grounding and Bonding for Electrical Systems shall not be measured but shall be incidental to the Contract price for Electrical Work.

Page 198: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

185 4-20-12

1 of 5

CATEGORY 800 TRAFFIC

SECTION 851.04 - HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS

851.04.01 GENERAL 1.1 SUMMARY

A. Section includes: 1. Hangers and supports for electrical equipment and systems.

1.2 PERFORMANCE REQUIREMENTS

A. Delegated Design: Design supports for multiple raceways, including comprehensive engineering analysis by a qualified professional engineer, using performance requirements and design criteria indicated.

B. Design supports for multiple raceways capable of supporting combined weight of supported systems and its contents.

C. Design equipment supports capable of supporting combined operating weight of supported equipment and connected systems and components.

D. Rated Strength: Adequate in tension, shear, and pullout force to resist maximum loads calculated or imposed for this Project, with a minimum structural safety factor of five times the applied force.

1.3 SUBMITTALS

A. Welding certificates. 1.4 QUALITY ASSURANCE

A. Welding: Qualify procedures and personnel according to AWS D1.1/D1.1M, "Structural Welding Code - Steel."

B. Comply with NFPA 70: National Electrical Code 2008 Edition.

Page 199: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

186 4-20-12

2 of 5 851.04.02 MATERIALS 2.1 SUPPORT, ANCHORAGE, AND ATTACHMENT COMPONENTS

A. Steel Slotted Support Systems: Comply with MFMA-4, factory-fabricated components for field assembly. 1. Manufacturers: Subject to compliance with requirements, provide products by one of

the following:

a Allied Tube & Conduit. b Cooper B-Line, Inc.; a division of Cooper Industries. c ERICO International Corporation. d GS Metals Corp. e Thomas & Betts Corporation. f Unistrut; Tyco International, Ltd. g Wesanco, Inc. h Or approved equal.

2. Metallic Coatings: Hot-dip galvanized after fabrication and applied according to MFMA-4.

3. Nonmetallic Coatings: Manufacturer's standard PVC, polyurethane, or polyester coating applied according to MFMA-4.

4. Painted Coatings: Manufacturer's standard painted coating applied according to MFMA-4.

5. Channel Dimensions: Selected for applicable load criteria.

B. Raceway and Cable Supports: As described in NECA 1 and NECA 101.

C. Conduit and Cable Support Devices: Steel and malleable-iron hangers, clamps, and associated fittings, designed for types and sizes of raceway or cable to be supported.

D. Support for Conductors in Vertical Conduit: Factory-fabricated assembly consisting of threaded body and insulating wedging plug or plugs for non-armored electrical conductors or cables in riser conduits. Plugs shall have number, size, and shape of conductor gripping pieces as required to suit individual conductors or cables supported. Body shall be malleable iron.

E. Structural Steel for Fabricated Supports and Restraints: ASTM A 36/A 36M, steel plates, shapes, and bars; black and galvanized.

F. Mounting, Anchoring, and Attachment Components: Items for fastening electrical items or their supports to building surfaces include the following:

Page 200: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

187 4-20-12

3 of 5

1. Powder-Actuated Fasteners: Threaded-steel stud, for use in hardened portland cement concrete, steel, or wood, with tension, shear, and pullout capacities appropriate for supported loads and building materials where used.

a Manufacturers: Subject to compliance with requirements, provide products by

one of the following: 2) Hilti Inc. 3) ITW Ramset/Red Head; a division of Illinois Tool Works, Inc. 4) MKT Fastening, LLC. 5) Simpson Strong-Tie Co., Inc.; Masterset Fastening Systems Unit. 6) Or approved equal.

2. Mechanical-Expansion Anchors: Insert-wedge-type, zinc-coated steel, for use in hardened portland cement concrete with tension, shear, and pullout capacities appropriate for supported loads and building materials in which used.

a Manufacturers: Subject to compliance with requirements, provide products by

one of the following: 2) Cooper B-Line, Inc.; a division of Cooper Industries. 3) Empire Tool and Manufacturing Co., Inc. 4) Hilti Inc. 5) ITW Ramset/Red Head; a division of Illinois Tool Works, Inc. 6) MKT Fastening, LLC. 7) Or approved equal.

3. Concrete Inserts: Steel or malleable-iron, slotted support system units similar to MSS Type 18; complying with MFMA-4 or MSS SP-58.

4. Clamps for Attachment to Steel Structural Elements: MSS SP-58, type suitable for attached structural element.

5. Through Bolts: Structural type, hex head, and high strength. Comply with ASTM A 325.

6. Toggle Bolts: All-steel springhead type. 7. Hanger Rods: Threaded steel.

2.2 FABRICATED METAL EQUIPMENT SUPPORT ASSEMBLIES

A. Description: Welded or bolted, structural-steel shapes, shop or field fabricated to fit dimensions of supported equipment.

Page 201: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

188 4-20-12

4 of 5

851.04.03 CONSTRUCTION 3.1 APPLICATION

A. Comply with NECA 1 and NECA 101 for application of hangers and supports for electrical equipment and systems except if requirements in this Section are stricter.

B. Maximum Support Spacing and Minimum Hanger Rod Size for Raceway: Space supports for EMT, IMC, and RMC as required by NFPA 70: National Electrical Code 2008 Edition. Minimum rod size shall be 1/4 inch in diameter.

C. Multiple Raceways or Cables: Install trapeze-type supports fabricated with steel slotted or other support system, sized so capacity can be increased by at least 25 percent in future without exceeding specified design load limits. 1. Secure raceways and cables to these supports with two-bolt conduit clamps.

D. Spring-steel clamps designed for supporting single conduits without bolts may be used for 1-1/2-inch and smaller raceways serving branch circuits and communication systems above suspended ceilings and for fastening raceways to trapeze supports.

3.2 SUPPORT INSTALLATION

A. Comply with NECA 1 and NECA 101 for installation requirements except as specified in this Article.

B. Raceway Support Methods: In addition to methods described in NECA 1, EMT, IMC, and RMC may be supported by openings through structure members, as permitted in NFPA 70: National Electrical Code 2008 Edition.

C. Strength of Support Assemblies: Where not indicated, select sizes of components so strength will be adequate to carry present and future static loads within specified loading limits. Minimum static design load used for strength determination shall be weight of supported components plus 200 lb.

D. Mounting and Anchorage of Surface-Mounted Equipment and Components: Anchor and fasten electrical items and their supports to building structural elements by the following methods unless otherwise indicated by code: 1. To New Concrete: Bolt to concrete inserts. 2. To Masonry: Approved toggle-type bolts on hollow masonry units and expansion

anchor fasteners on solid masonry units.

Page 202: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

189 4-20-12

5 of 5

3. Instead of expansion anchors, powder-actuated driven threaded studs provided with lock washers and nuts may be used in existing standard-weight concrete 4 inches thick or greater. Do not use for anchorage to lightweight-aggregate concrete or for slabs less than 4 inches thick.

4. To Steel: Welded threaded studs complying with AWS D1.1/D1.1M, with lock washers and nuts, Beam clamps (MSS Type 19, 21, 23, 25, or 27) complying with MSS SP-69, or spring-tension clamps.

5. To Light Steel: Sheet metal screws. 6. Items Mounted on Hollow Walls and Nonstructural Building Surfaces: Mount

cabinets, disconnect switches, control enclosures, pull and junction boxes, and other devices on slotted-channel racks attached to substrate.

E. Drill holes for expansion anchors in concrete at locations and to depths that avoid reinforcing bars.

3.3 INSTALLATION OF FABRICATED METAL SUPPORTS

A. Cut, fit, and place miscellaneous metal supports accurately in location, alignment, and elevation to support and anchor electrical materials and equipment.

B. Field Welding: Comply with AWS D1.1/D1.1M. 3.4 PAINTING

A. Touchup: Clean field welds and abraded areas of shop paint. Paint exposed areas immediately after erecting hangers and supports. Use same materials as used for shop painting. Comply with SSPC-PA 1 requirements for touching up field-painted surfaces. 1. Apply paint by brush or spray to provide minimum dry film thickness of 2.0 mils.

851.04.04 MEASUREMENTS AND PAYMENT Hangers And Supports for Electrical Equipment and Systems shall not be measured but shall be incidental to the Contract price for Electrical Work.

Page 203: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

190 4-20-12

1 of 6

CATEGORY 800 TRAFFIC

SECTION 851.05 - RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS

851.05.01 GENERAL 1.1 SUMMARY

A. This Section includes raceways, fittings, boxes, enclosures, and cabinets for electrical wiring.

1.2 REFERENCES

A. All electrical cable, wire, and connectors shall meet the requirements of or in Section 805 of the SHA Standard Specifications for Construction and Materials. Where requirements are in conflict, the more stringent of the requirements shall be provided.

B. All electrical hand holes, manholes, hand boxes, pull boxes and junction boxes shall meet the requirements of or in Section 811 of the SHA Standard Specifications for Construction and Materials. Where requirements are in conflict, the more stringent of the requirements shall be provided.

1.3 SUBMITTALS

A. Product Data: For surface raceways and fittings, junction boxes, hinged-cover enclosures (pull boxes), and cabinets.

B. Shop Drawings: For custom enclosures and cabinets. Include plans, elevations, sections, details, and attachments to other work.

1.4 QUALITY ASSURANCE

A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70: National Electrical Code 2008 Edition, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use.

B. Comply with NFPA 70: National Electrical Code 2008 Edition.

Page 204: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

191 4-20-12

2 of 6 851.05.02 MATERIALS 2.1 METAL CONDUIT AND TUBING

A. RSC - Rigid Steel Conduit: ANSI C80.1, UL 1242

B. EMT: ANSI C80.3, UL 797

C. LFMC: Liquidtight Flexible steel conduit with PVC jacket.

D. Fittings for Conduit (Including all Types and Flexible and Liquidtight), EMT, and Cable: NEMA FB 1; UL 514B, listed for type and size raceway with which used, and for application and environment in which installed. 1. Fittings for EMT: Steel, set-screw or compression type.

2.2 BOXES, ENCLOSURES, AND CABINETS

A. Sheet Metal Outlet and Device Boxes: NEMA OS 1, UL 514A

B. Cast-Metal Outlet and Device Boxes: NEMA FB 1, Type FD, with gasketed cover, UL 514A.

C. Cast-Metal Access, Pull, and Junction Boxes: NEMA FB 1, galvanized, cast iron with gasketed cover, UL 514A.

D. Hinged-Cover Enclosures and Pull Boxes: NEMA 250, UL 514A, Type NEMA 4X, with continuous-hinge cover with flush latch, unless otherwise indicated. 1. Metal Enclosures: Stainless Steel, finished inside and out with manufacturer's

standard finish.

E. Fittings for metallic outlet boxes: UL514B

F. Cabinets: 1. NEMA 250, Type 4X, stainless-steel box with removable interior panel and removable

front, finished inside and out with manufacturer's standard finish. 2. Hinged door in front cover with flush latch and concealed hinge. 3. Metal barriers to separate wiring of different systems and voltage. 4. Accessory feet where required for freestanding equipment.

Page 205: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

192 4-20-12

3 of 6 851.05.03 CONSTRUCTION 3.1 RACEWAY APPLICATION

A. Outdoors: Apply raceway products as specified below, unless otherwise indicated: 1. Exposed Conduit: Rigid steel conduit. 2. Concealed Conduit, Aboveground: Rigid steel conduit. 3. Connection to Vibrating Equipment (Motor-Driven Equipment): LFMC. 4. Boxes and Enclosures, Aboveground: NEMA 250, Type 4X.

B. Comply with the following indoor applications, unless otherwise indicated: 1. Exposed, Not Subject to Physical Damage: EMT. 2. Exposed and Subject to Severe Physical Damage: RSC. Includes raceways in the

following locations: a Toll Booths – exposed to outdoor elements.

3. Concealed in Ceilings and Interior Walls: EMT. 4. Connection to Vibrating Equipment (Motor-Driven Equipment): Use LFMC in damp

or wet locations. 5. Damp or Wet Locations: Rigid steel conduit. 6. Raceways for Communications Cable: EMT. 7. Boxes and Enclosures: NEMA 250, Type 4X, stainless steel in damp or wet locations.

C. Minimum Raceway Size: 3/4-inch trade size.

D. Unless otherwise specified, use manufactured bends or field bends to make changes in direction. Maintain an 18 in. trade radius.

E. Connections: Make conduit runs with as few couplings as standard length will permit. Rigid steel conduit connections shall be threaded. Paint field cut threads of galvanized conduit with approved galvanizing repair paint prior to assembly. Connect nonmetallic conduit using a solvent welding process. Use watertight cast ferrous compression type fittings for electrical metallic tubing (EMT).

F. Terminations: Use pull boxes or conduit bodies at conduit terminations. Conduits terminating in cast iron junction boxes shall be threaded into hubs, with bonding screws furnished and installed on the interior of the box. Conduits terminating in junction boxes without hubs shall be secured with two lock nuts with an insulated grounding bushing installed. Conduits terminating at concrete foundations, manholes, or hand holes shall be secured as specified in the Contract Documents. Cap all ends of unused conduit.

G. Raceway Fittings: Compatible with raceways and suitable for use and location. 1. Rigid Steel Conduit: Use threaded rigid steel conduit fittings, unless otherwise

indicated.

Page 206: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

193 4-20-12

4 of 6

3.2 INSTALLATION

A. Comply with NECA 1 for installation requirements applicable to products specified in Part 2 except where requirements on Drawings or in this Article are stricter.

B. Keep raceways at least 6 inches away from parallel runs of flues and steam or hot-water pipes. Install horizontal raceway runs above water and steam piping.

C. Complete raceway installation before starting conductor installation.

D. Support raceways as specified in SP 851.04 Section "Hangers and Supports for Electrical Systems."

E. Arrange stub-ups so curved portions of bends are not visible above the finished slab.

F. Install no more than the equivalent of three 90-degree bends in any conduit run except for communications conduits, for which fewer bends are allowed. Conceal conduit and EMT within finished walls, ceilings, and floors, unless otherwise indicated. Exposed conduit runs shall be parallel or at right angles to walls, slabs, girders, etc. Locate conduit to minimize accumulation of dirt and to provide accessibility for painting. Attach conduit to steel, concrete, masonry, or timber using straps, clamps, or hangers of an approved type made of stainless steel or galvanized malleable iron. Space the attachments as specified. When specified, paint all exposed rigid steel conduit surfaces to match the color of adjacent material. Prepare all galvanized surfaces as specified in Section 435 before the application of approved paint.

G. Raceway Terminations at Locations Subject to Moisture or Vibration: Use insulating bushings to protect conductors, including conductors smaller than No. 4 AWG.

H. Install pull wires in empty raceways. Use polypropylene or monofilament plastic line with not less than 200-lb tensile strength. Leave at least 12 inches of slack at each end of pull wire.

I. Raceways for Communications Cable: Install as follows: 1. 3/4-Inch Trade Size and Smaller: Install raceways in maximum lengths of 50 feet. 2. 1-Inch Trade Size and Larger: Install raceways in maximum lengths of 75 feet. 3. Install with a maximum of two 90-degree bends or equivalent for each length of

raceway unless Drawings show stricter requirements. Separate lengths with pull or junction boxes or terminations at distribution frames or cabinets where necessary to comply with these requirements.

Page 207: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

194 4-20-12

5 of 6

J. Install raceway sealing fittings at suitable, approved, and accessible locations and fill them with listed sealing compound. For concealed raceways, install each fitting in a flush steel box with a blank cover plate having a finish similar to that of adjacent plates or surfaces. Install raceway sealing fittings at the following points: 1. Where conduits pass from warm to cold locations, such as boundaries of refrigerated

spaces. 2. Where otherwise required by NFPA 70: National Electrical Code 2008 Edition.

K. Flexible Conduit Connections: Use maximum of 72 inches of flexible conduit for equipment subject to vibration, noise transmission, or movement; and for motors. 1. Use LFMC in damp or wet locations subject to severe physical damage. 2. Use LFMC in damp or wet locations not subject to severe physical damage.

L. Connections to existing raceways and new junction boxes: Supply and install new junction boxes inside the tunnel as shown on the electrical plans. Disconnect existing toll booth connections and reconnect existing raceways to the new junction boxes with existing circuit wiring coiled and pulled inside for reconnection to the new toll booth structures. Check and verify the existing site conditions to locate and position the new junction boxes. Supply and install new raceway system (LFMC) from the new junction boxes inside the tunnel and connect to the toll booth manufacturer’s pre-installed junction boxes inside the booth.

M. Cleaning and Capping: Prior to installing conductors, remove all obstructions and debris by pulling a mandrel type device through each conduit run and all fittings in the presence of the Engineer. Cap conduit ends by using a manufactured cap or plug. Prior to the installation of wiring, remove manufactured caps or plugs and install an insulated bonding bushing on galvanized rigid conduit; install bell end fittings on PVC conduit.

N. Pull Wire: Install a pull wire or cord in all conduits left empty. Pull wire and cord shall be corrosion resistant material with a breaking strength of at least 200 lb.

O. Cable Tray: A conduit run in between a cable tray shall end between 3 and 6 inches from the cable tray. Ends of conduit shall have compression fittings and grommets.

P. Bend Radius: All conduits shall have a bend radius greater than the manufacturers recommended minimum bend radius of the cables inside the conduit.

Q. Conduit Ends: The Contractor shall seal all exposed conduit ends with an approved weather tight compression fitting.

Page 208: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

195 4-20-12

6 of 6

R. Conduit Color: Conduit used indoors (EMT) shall be color coded where exposed or within plenum ceilings. When the following systems are contained in the conduit, the color specified shall be used. The conduit color shall be continuous for the entire length (except fitting and hangers which may be colored to match or remain standard silver color) of conduit and may be factory applied or applied via spray paint in the field. If field applied, overspray onto other non-conduit surfaces shall not be permitted. 1. Dedicated Security System conduit shall be Blue. 2. Dedicated Fire Alarm System conduit shall be Red. 3. Dedicated telephone/Data System, including fiber optic cables conduit shall be

Yellow. 4. Dedicated low voltage signaling, SCADA, and related PLC I/O, shall be orange. 5. Dedicated radio system (police two way radio or other radio system) shall be green. 6. All other conduits shall be standard silver.

S. Conduit Support: Conduits shall be supported within 2 feet of the beginning, and on each side, of a 90 degree bend or offset. Conduits shall be supported within 3 feet of a conduit body, junction box, pull box, or cabinet. Each support shall be applied to the straight section of conduit and shall be firm fixed support. Loose supports are permitted ONLY at manufactured expansion joints as necessary to allow for the proper operation of the expansion joint.

T. A cabinet shall be box or enclosure that houses an electronic device. If the cabinet is located in a wet location as defined by the code, or located outside, or is exposed to rain then all conduit or fitting entries shall be made through the bottom of the cabinet. In such cases, conduits may enter the side or rear of the cabinet only if the entry point is below ALL enclosed electronic gear, exposed terminal strips, circuit breakers, heaters, non-water proof splices, or any other electrical connection or device that is not by itself water proof. If the cabinet is interior, conduits that rise above the cabinet at any point and are at any point exposed to an exterior, or unheated space, or wet or rain exposed space, shall also enter the cabinet as if the cabinet were an exterior cabinet.

3.3 FIRESTOPPING

A. Apply firestopping to electrical penetrations of fire-rated floor and wall assemblies to restore original fire-resistance rating of assembly.

851.05.04 MEASUREMENTS AND PAYMENT Raceway and Boxes for Electrical Systems shall not be measured but shall be incidental to the Contract price for Electrical Work.

Page 209: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

196 4-20-12

1 of 4

CATEGORY 800 TRAFFIC

SECTION 851.06 - IDENTIFICATION FOR ELECTRICAL SYSTEMS

851.06.01 GENERAL 1.1 SUMMARY

A. This Section includes the following: 1. Identification for conductors and communication and control cable. 2. Warning labels and signs. 3. Equipment identification labels.

1.2 SUBMITTALS

A. Product Data: For each electrical identification product indicated. 1.3 QUALITY ASSURANCE

A. Comply with ANSI A13.1. 1.4 COORDINATION

A. Coordinate identification names, abbreviations, colors, and other features with requirements in the Contract Documents, Shop Drawings, manufacturer's wiring diagrams, and the Operation and Maintenance Manual, and with those required by codes, standards, and 29 CFR 1910.145. Use consistent designations throughout Project.

851.060.02 MATERIALS 2.1 CONDUCTOR AND COMMUNICATION- AND CONTROL-CABLE IDENTIFICATION MATERIALS

A. Marker Tape: Vinyl or vinyl -cloth, self-adhesive wraparound type, with circuit identification legend machine printed by thermal transfer or equivalent process.

2.2 WARNING LABELS AND SIGNS

A. Comply with NFPA 70: National Electrical Code 2008 Edition and 29 CFR 1910.145.

Page 210: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

197 4-20-12

2 of 4

B. Self-Adhesive Warning Labels: Factory printed, multicolor, pressure-sensitive adhesive labels, configured for display on front cover, door, or other access to equipment, unless otherwise indicated.

C. Baked-Enamel Warning Signs: Preprinted aluminum signs, punched or drilled for fasteners, with colors, legend, and size required for application. 1/4-inch grommets in corners for mounting. Nominal size, 7 by 10 inches.

D. Metal-Backed, Butyrate Warning Signs: Weather-resistant, non-fading, preprinted, cellulose-acetate butyrate signs with 0.0396-inch galvanized-steel backing; and with colors, legend, and size required for application. 1/4-inch grommets in corners for mounting. Nominal size, 10 by 14 inches.

E. Fasteners for Signs: Self-tapping, stainless-steel screws or stainless-steel machine screws with nuts and flat and lock washers.

F. Warning label and sign shall include, but are not limited to, the following legends:

1. Workspace Clearance Warning: "WARNING - OSHA REGULATION - AREA IN

FRONT OF ELECTRICAL EQUIPMENT MUST BE KEPT CLEAR FOR 36 INCHES."

2.3 EQUIPMENT IDENTIFICATION LABELS

A. Engraved, Laminated Acrylic or Melamine Label: Punched or drilled for screw mounting with white letters on a dark-gray background. Minimum letter height shall be 3/8 inch.

851.06.03 CONSTRUCTION 3.1 APPLICATION

A. Auxiliary Electrical Systems Conductor and Cable Identification: Use marker tape to identify field-installed alarm, control, signal, sound, intercommunications, voice, and data wiring connections. 1. Identify conductors, cables, and terminals in enclosures and at junctions, terminals,

and cable pull points. Identify by system and circuit designation. 2. Use system of designations that is uniform and consistent with system used by

manufacturer for factory-installed connections.

Page 211: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

198 4-20-12

3 of 4

B. Warning Labels for Indoor Cabinets, Boxes, and Enclosures for Power and Lighting: Comply with 29 CFR 1910.145 and apply self-adhesive warning labels. Identify system voltage with black letters on an orange background. Apply to exterior of door, cover, or other access. 1. Equipment Requiring Workspace Clearance According to NFPA 70: National

Electrical Code 2008 Edition unless otherwise indicated, apply to door or cover of equipment but not on flush panelboards and similar equipment in finished spaces.

C. Equipment Identification Labels: On each unit of equipment, install unique designation label that is consistent with wiring diagrams, schedules, and Operation and Maintenance Manual. Apply labels to disconnect switches and protection equipment, central or master units, control panels, control stations, terminal cabinets, and racks of each system. Systems include power, lighting, control, communication, and alarm systems unless equipment is provided with its own identification. 1. Labeling Instructions:

a Indoor Equipment: Engraved, laminated acrylic or melamine label. Unless otherwise indicated, provide a single line of text with 1/2-inch high letters on 1-1/2-inch high label; where 2 lines of text are required, use labels 2 inches high.

b Outdoor Equipment: Engraved, laminated acrylic or melamine label, drilled for screw attachment.

c Elevated Components: Increase sizes of labels and legend to those appropriate for viewing from the floor.

2. Equipment to Be Labeled:

a Electrical cabinets, pull boxes, junction boxes and enclosures. b Disconnect switches. c Push-button stations. d Remote-controlled switches and control devices. e Monitoring and control equipment.

3.2 INSTALLATION

A. Verify identity of each item before installing identification products.

B. Location: Install identification materials and devices at locations for most convenient viewing without interference with operation and maintenance of equipment.

C. Apply identification devices to surfaces that require finish after completing finish work.

D. Self-Adhesive Identification Products: Clean surfaces before application, using materials and methods recommended by manufacturer of identification device.

Page 212: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

199 4-20-12

4 of 4

E. Attach non-adhesive signs and plastic labels with screws and auxiliary hardware appropriate to the location and substrate.

F. Color-Coding for Phase and Voltage Level Identification, 600 V and Less: Use the colors listed below for ungrounded service, feeder, and branch-circuit conductors. 1. Color shall be factory applied. 2. Colors for 208/120-V Circuits:

a Phase A: Black. b Phase B: Red. c Phase C: Blue. d Neutral: White

3. Colors for 480/277-V Circuits:

a Phase A: Brown. b Phase B: Orange. c Phase C: Yellow. d Neutral: Gray

4. Field-Applied, Color-Coding Conductor Tape: Apply in half-lapped turns for a

minimum distance of 6 inches from terminal points and in boxes where splices or taps are made. Apply last two turns of tape with no tension to prevent possible unwinding. Locate bands to avoid obscuring factory cable markings.

851.06.04 MEASUREMENTS AND PAYMENT Identification for Electrical Systems shall not be measured but shall be incidental to the Contract price for Electrical Work.

Page 213: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

200 4-20-12

1 of 3

CATEGORY 800 TRAFFIC

SECTION 851.07 - ENCLOSED SWITCHES AND CIRCUIT BREAKERS 851.07.01 GENERAL 1.1 SUMMARY

A. Section Includes: 1. Fusible switches. 2. Enclosures.

1.2 DEFINITIONS

A. NC: Normally closed.

B. NO: Normally open. 1.3 SUBMITTALS

A. Product Data: For each type of enclosed switch, circuit breaker, accessory, and component indicated.

B. Shop Drawings: For enclosed switches and circuit breakers. Include plans, elevations, sections, details, and attachments to other work. 1. Wiring Diagrams: For power, signal, and control wiring.

C. Field quality-control reports.

D. Operation and maintenance data. 1.4 QUALITY ASSURANCE

A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application.

B. Comply with NFPA 70.

Page 214: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

201 4-20-12

2 of 3 851.07.02 MATERIALS 2.1 FUSIBLE SWITCHES

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. Eaton Electrical Inc.; Cutler-Hammer Business Unit. 2. General Electric Company; GE Consumer & Industrial - Electrical Distribution. 3. Siemens Energy & Automation, Inc. 4. Square D; a brand of Schneider Electric. 5. ABB Group. 6. Or approved equal.

B. Type HD, Heavy Duty, Single Throw, 240 and 600-V ac, 1200 A and Smaller: UL 98 and NEMA KS 1, horsepower rated, with clips or bolt pads to accommodate specified fuses, lockable handle with capability to accept three padlocks, and interlocked with cover in closed position.

C. Accessories: 1. Equipment Ground Kit: Internally mounted and labeled for copper and aluminum

ground conductors. 2. Neutral Kit: Internally mounted; insulated, capable of being grounded and bonded;

labeled for copper and aluminum neutral conductors. 3. Class R Fuse Kit: Provides rejection of other fuse types when Class R fuses are

specified. 4. Lugs: Suitable for number, size, and conductor material. 5. Service-Rated Switches: Labeled for use as service equipment.

2.1 ENCLOSURES

A. Enclosed Switches and Circuit Breakers: NEMA AB 1, NEMA KS 1, NEMA 250, and UL 50, to comply with environmental conditions at installed location. 1. Outdoor Locations: NEMA 250, Type 4X, stainless steel. 2. Other Wet or Damp, Indoor Locations: NEMA 250, Type 4.

851.07.03 CONSTRUCTION 3.1 INSTALLATION

A. Install individual wall-mounted switches and circuit breakers with tops at uniform height unless otherwise indicated.

Page 215: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

202 4-20-12

3 of 3

B. Temporary Lifting Provisions: Remove temporary lifting eyes, channels, and brackets and temporary blocking of moving parts from enclosures and components.

C. Install fuses in fusible devices.

D. Comply with NECA 1. 3.2 IDENTIFICATION

A. Comply with requirements in SP 851.06 Section "Identification for Electrical Systems." 1. Identify field-installed conductors, interconnecting wiring, and components; provide

warning signs. 2. Label each enclosure with engraved metal or laminated-plastic nameplate.

3.3 FIELD QUALITY CONTROL

A. Perform tests and inspections.

B. Acceptance Testing Preparation: 1. Test insulation resistance for each enclosed switch and circuit breaker, component,

connecting supply, feeder, and control circuit. 2. Test continuity of each circuit.

C. 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.

D. Enclosed switches and circuit breakers will be considered defective if they do not pass tests and inspections.

E. Prepare test and inspection reports, including a certified report that identifies enclosed switches and circuit breakers and that describes scanning results. Include notation of deficiencies detected, remedial action taken, and observations after remedial action.

851.07.04 MEASUREMENTS AND PAYMENT Enclosed Switches and Circuit Breakers shall not be measured but shall be incidental to the Contract price for Electrical Work.

Page 216: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

203 4-20-12

1 of 4

CATEGORY 800 TRAFFIC

SECTION 851.08 - INTERCOMMUNICATIONS AND PROGRAM SYSTEMS 851.08.01 GENERAL 1.1 SUMMARY

A. The Contractor shall extend and modify the existing intercommunications system on site. The Contractor shall disconnect, reconnect and test the modified system for reuse purposes. Existing toll booth devices (e.g., handsets by COMMEND) shall be made safe, replaced and put back in operation.

B. Section Includes: Manually switched intercommunications and program systems with the following components: 1. Conductors and cables. 2. Raceways.

1.2 SUBMITTALS

A. Product Data: For each type of product indicated.

B. Shop Drawings: For intercommunications and program systems. Include plans, elevations, sections, details, and attachments to other work. 1. Wiring Diagrams: For power, signal, and control wiring.

a Identify terminals to facilitate installation, operation, and maintenance. b Single-line diagram showing interconnection of components. c Cabling diagram showing cable routing.

C. Field quality-control reports.

D. Operation and maintenance data. 1.3 QUALITY ASSURANCE

A. Installer Qualifications: Manufacturer's authorized representative who is trained and approved for installation of units required for this Project.

B. 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.

C. Comply with NFPA 70.

Page 217: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

204 4-20-12

2 of 4 851.08.02 MATERIALS 2.1 CONDUCTORS AND CABLES

A. Conductors: Jacketed, twisted pair and twisted multipair, untinned solid copper. Sizes as recommended by system manufacturer (COMMEND), but no smaller than No. 22 AWG.

B. Insulation: Thermoplastic, not less than 1/32 inch thick.

C. Shielding: For speaker-microphone leads and elsewhere where recommended by manufacturer; No. 34 AWG, tinned, soft-copper strands formed into a braid or equivalent foil. 1. Minimum Shielding Coverage on Conductors: 60 percent.

D. Plenum Cable: Listed and labeled for plenum installation. 2.2 RACEWAYS

A. Intercommunication and Program System Raceways and Boxes: Comply with requirements in SP 851.05 Section "Raceway and Boxes for Electrical Systems."

B. Intercommunication and Program System Raceways and Boxes: Same as required for electrical branch circuits specified in SP 851.05 Section "Raceway and Boxes for Electrical Systems."

C. Outlet boxes shall be not less than 2 inches wide, 3 inches high, and 2-1/2 inches deep.

D. Flexible metal conduit is prohibited. 851.08.03 CONSTRUCTION 3.1 WIRING METHODS

A. Wiring Method: Install cables in raceways. Conceal raceway and cables except in unfinished spaces. 1. Install plenum cable in environmental air spaces, including plenum ceilings. 2. Comply with requirements for raceways and boxes specified in SP 851.05 Section

"Raceway and Boxes for Electrical Systems."

B. Wiring Method: Conceal conductors and cables in accessible ceilings, walls, and floors where possible.

Page 218: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

205 4-20-12

3 of 4

C. Wiring within Enclosures: Bundle, lace, and train cables to terminal points with no excess and without exceeding manufacturer's limitations on bending radii. Provide and use lacing bars and distribution spools.

3.2 INSTALLATION OF RACEWAYS

A. Comply with requirements in SP 851.05 Section "Raceway and Boxes for Electrical Systems" for installation of conduits and wireways.

B. Install manufactured conduit sweeps and long-radius elbows whenever possible. 3.3 INSTALLATION OF CABLES

A. Comply with NECA 1.

B. General Requirements: 1. Terminate conductors; no cable shall contain unterminated elements. Make

terminations only at outlets and terminals. 2. Splices, Taps, and Terminations: Arrange on numbered terminal strips in junction,

pull, and outlet boxes; terminal cabinets; and equipment enclosures. Cables may not be spliced.

3. Secure and support cables at intervals not exceeding 30 inches and not more than 6 inches from cabinets, boxes, fittings, outlets, racks, frames, and terminals.

4. Bundle, lace, and train conductors to terminal points without exceeding manufacturer's limitations on bending radii. Install lacing bars and distribution spools.

5. Do not install bruised, kinked, scored, deformed, or abraded cable. Do not splice cable between termination, tap, or junction points. Remove and discard cable if damaged during installation and replace it with new cable.

6. Cold-Weather Installation: Bring cable to room temperature before dereeling. Heat lamps shall not be used.

C. Separation of Wires: Separate speaker-microphone, line-level, speaker-level, and power wiring runs. Install in separate raceways or, where exposed or in same enclosure, separate conductors at least 12 inches apart for speaker microphones and adjacent parallel power and telephone wiring. Separate other intercommunication equipment conductors as recommended by equipment manufacturer.

3.4 INSTALLATION

A. Match input and output impedances and signal levels at signal interfaces. Provide matching networks where required.

Page 219: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

206 4-20-12

4 of 4

B. Identification of Conductors and Cables: Color-code conductors and apply wire and cable marking tape to designate wires and cables so they identify media in coordination with system wiring diagrams.

C. Connect wiring according to SP 851.01 Section "Low-Voltage Electrical Power Conductors and Cables."

3.5 GROUNDING

A. Ground cable shields and equipment to eliminate shock hazard and to minimize ground loops, common-mode returns, noise pickup, cross talk, and other impairments.

3.6 FIELD QUALITY CONTROL

A. 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.

B. Tests and Inspections: 1. Schedule tests with at least seven days' advance notice of test performance. 2. After installing intercommunications and program systems and after electrical circuitry

has been energized, test for compliance with requirements. 3. Operational Test: Test originating station-to-station messages at each

intercommunication station. Verify proper routing and volume levels and that system is free of noise and distortion. Test each available message path from each station on system.

C. Inspection: Verify that units and controls are properly labeled and interconnecting wires and terminals are identified.

D. Intercommunications and program systems will be considered defective if they do not pass tests and inspections.

E. Prepare test and inspection reports. 851.08.04 MEASUREMENTS AND PAYMENT Intercommunication and Program Systems shall not be measured but shall be incidental to the Contract price for Electrical Work.

Page 220: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

207 4-20-12

1 of 14

CATEGORY 800 TRAFFIC

SECTION 851.09 - CONDUCTORS AND CABLES FOR ELECTRONIC SAFETY

AND SECURITY 851.09.01 GENERAL 1.1 SUMMARY

A. The Contractor shall involve the services of an AMAG Technology certified, licensed and qualified security contractor-specialist in Maryland to modify and extend the existing Security Systems (i.e., CCTV and Panic Alarm) for reuse purposes. Existing toll booth devices (e.g., CCTV cameras and panic alarm switches) shall be made safe, replaced and put back in operation.

B. Section Includes: 1. UTP cabling. 2. 50/125 and 62.5/125-micrometer, multimode optical fiber cabling. 3. Coaxial cabling. 4. RS-232 cabling. 5. RS-485 cabling. 6. Low-voltage control cabling. 7. Control-circuit conductors. 8. Identification products.

1.2 DEFINITIONS

A. BICSI: Building Industry Consulting Service International.

B. EMI: Electromagnetic interference.

C. IDC: Insulation displacement connector.

D. Open Cabling: Passing telecommunications cabling through open space (e.g., between the studs of a wall cavity).

E. RCDD: Registered Communications Distribution Designer.

Page 221: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

208 4-20-12

2 of 14 SUBMITTALS

A. Product Data: For each type of product indicated.

B. Qualification Data: For qualified layout technician, installation supervisor, and field inspector.

C. Source quality-control reports.

D. Field quality-control reports.

E. Operation and maintenance data. QUALITY ASSURANCE

A. Testing Agency Qualifications: An NRTL. 1. Testing Agency’s Field Supervisor: Currently certified by BICSI as an RCDD to

supervise on-site testing. 2. AMAG Technology Certified.

B. 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.

DELIVERY, STORAGE, AND HANDLING

A. Test cables upon receipt at Project site. 1. Test optical fiber cable on reels. Use an optical time domain reflectometer to verify

the cable length and locate cable defects, splices, and connector; include the loss value of each. Retain test data and include the record in maintenance data.

2. Test each pair of UTP cable for open and short circuits. PROJECT CONDITIONS

A. Do not install conductors and cables that are wet, moisture damaged, or mold damaged. 1. Indications that wire and cables are wet or moisture damaged include, but are not

limited to, discoloration and sagging of factory packing materials.

B. Environmental Limitations: Do not deliver or install UTP, optical fiber, and coaxial cables and connecting materials until wet work in spaces is complete and dry, and temporary HVAC system is operating and maintaining ambient temperature and humidity conditions at occupancy levels during the remainder of the construction period.

Page 222: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

209 4-20-12

3 of 14 851.09.02 MATERIALS 2.1 PATHWAYS

A. Support of Open Cabling: NRTL labeled for support of Category 5e and Category 6 cabling, designed to prevent degradation of cable performance and pinch points that could damage cable.

B. Conduit and Boxes: Comply with requirements in SP 851.05 Section "Raceway and Boxes for Electrical Systems." Flexible metal conduit shall not be used. 1. Outlet boxes shall be no smaller than 2 inches wide, 3 inches high, and 2-1/2 inches

deep. 2.2 UTP CABLE

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. ADC. 2. AMP Netconnect; a brand of Tyco Electronics Corporation. 3. Belden CDT Networking Division/NORDX. 4. Belden Inc. 5. Berk-Tek; a Nexans company. 6. CommScope, Inc. 7. Draka Cableteq USA. 8. Genesis Cable Products; Honeywell International, Inc. 9. Mohawk; a division of Belden. 10. Superior Essex Inc. 11. SYSTIMAX Solutions; a CommScope, Inc. brand. 12. 3M; Communication Markets Division. 13. Or approved equivalent as per existing.

B. Description: 100-ohm, 4-pair UTP, covered with a blue thermoplastic jacket. 1. Comply with ICEA S-90-661 for mechanical properties. 2. Comply with TIA/EIA-568-B.1 for performance specifications. 3. Comply with TIA/EIA-568-B.2, Category 5e and Category 6. 4. Listed and labeled by an NRTL acceptable to authorities having jurisdiction as

complying with UL 444 and NFPA 70 for the following types:

a Communications, General Purpose: Type CM or CMG; or MPP, CMP, MPR, CMR, MP, or MPG.

b Communications, Plenum Rated: Type CMP or MPP, complying with NFPA 262.

Page 223: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

210 4-20-12

4 of 14

c Communications, Riser Rated: Type CMR; or MPP, CMP, or MPR, complying with UL 1666.

d Communications, Limited Purpose: Type CMX; or MPP, CMP, MPR, CMR, MP, MPG, CM, or CMG.

e Multipurpose: Type MP or MPG; or MPP or MPR. f Multipurpose, Plenum Rated: Type MPP, complying with NFPA 262. g Multipurpose, Riser Rated: Type MPR or MPP, complying with UL 1666.

2.3 UTP CABLE HARDWARE

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. ADC. 2. American Technology Systems Industries, Inc. 3. AMP Netconnect; a brand of Tyco Electronics Corporation. 4. Belden CDT Networking Division/NORDX. 5. Dynacom Corporation. 6. Hubbell Incorporated; Hubbell Premise Wiring. 7. Leviton Voice & Data Division. 8. Molex Premise Networks; a division of Molex, Inc. 9. PANDUIT CORP. 10. Siemon. 11. Or approved equivalent as per existing.

B. UTP Cable Connecting Hardware: IDC type, using modules designed for punch-down caps or tools. Cables shall be terminated with connecting hardware of the same category or higher.

C. Connecting Blocks: 110-style for Category 5e, 110-style for Category 6, 66-style for Category 5e. Provide blocks for the number of cables terminated on the block, plus 25 percent spare. Integral with connector bodies, including plugs and jacks where indicated.

2.4 OPTICAL FIBER CABLE

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. AMP Netconnect; a brand of Tyco Electronics Corporation. 2. Belden CDT Networking Division/NORDX. 3. Berk-Tek; a Nexans company. 4. CommScope, Inc. 5. Corning Incorporated; Corning Cable Systems.

Page 224: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

211 4-20-12

5 of 14

6. CSI Technologies Inc. 7. General Cable Technologies Corporation. 8. Mohawk; a division of Belden. 9. Superior Essex Inc. 10. SYSTIMAX Solutions; a CommScope, Inc. brand. 11. 3M; Communication Markets Division. 12. Or approved equivalent as per existing.

B. Description: Multimode, 50/125 and 62.5/125]-micrometer, 24-fiber, nonconductive, tight buffer, optical fiber cable. 1. Comply with ICEA S-83-596 for mechanical properties. 2. Comply with TIA/EIA-568-B.3 for performance specifications. 3. Comply with TIA-492AAAB and TIA-492AAAA-A for detailed specifications. 4. Listed and labeled by an NRTL acceptable to authorities having jurisdiction as

complying with UL 444, UL 1651, and NFPA 70 for the following types:

a General Purpose, Nonconductive: Type OFN or OFNG, or OFNR, OFNP. b Plenum Rated, Nonconductive: Type OFNP, complying with NFPA 262. c Riser Rated, Nonconductive: Type OFNR or OFNP, complying with

UL 1666. 5. Maximum Attenuation: 3.50 dB/km at 850 nm; 1.5 dB/km at 1300 nm. 6. Minimum Modal Bandwidth: 160 MHz-km at 850 nm; 500 MHz-km at 1300 nm.

C. Jacket: 1. Jacket Color: Aqua for 50/125-micrometer cable and Orange for 62.5/125-micrometer

cable. 2. Cable cordage jacket, fiber, unit, and group color shall be according to TIA-598-C. 3. Imprinted with fiber count, fiber type, and aggregate length at regular intervals not to

exceed 40 inches. 2.5 OPTICAL FIBER CABLE HARDWARE

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. ADC. 2. American Technology Systems Industries, Inc. 3. Belden CDT Networking Division/NORDX. 4. Berk-Tek; a Nexans company. 5. Corning Incorporated; Corning Cable Systems. 6. CSI Technologies Inc. 7. Dynacom Corporation. 8. Hubbell Incorporated; Hubbell Premise Wiring.

Page 225: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

212 4-20-12

6 of 14

9. Molex Premise Networks; a division of Molex, Inc. 10. Siemon. 11. Or approved equivalent as per existing.

B. Cable Connecting Hardware: Meet the Optical Fiber Connector Intermateability Standards (FOCIS) specifications of TIA-604-2-B, TIA-604-3-B, and TIA/EIA-604-12. Comply with TIA/EIA-568-B.3. 1. Quick-connect, simplex and duplex connectors. Insertion loss not more than 0.75 dB. 2. Type SFF connectors may be used in termination racks, panels, and equipment

packages. 2.6 COAXIAL CABLE

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. Alpha Wire Company. 2. Belden CDT Networking Division/NORDX. 3. Coleman Cable, Inc. 4. CommScope, Inc. 5. Draka Cableteq USA. 6. Or approved equivalent as per existing.

B. General Coaxial Cable Requirements: Broadband type, recommended by cable manufacturer specifically for broadband data transmission applications. Coaxial cable and accessories shall have 75-ohm nominal impedance with a return loss of 20 dB maximum from 7 to 806 MHz.

C. RG-11/U: NFPA 70, Type CATV. 1. No. 14 AWG, solid, copper-covered steel conductor. 2. Gas-injected, foam-PE insulation. 3. Double shielded with 100 percent aluminum polyester tape and 60 percent aluminum

braid. 4. Jacketed with sunlight-resistant, black PVC or PE. 5. Suitable for outdoor installations in ambient temperatures ranging from minus 40 to

plus 85 deg C.

D. RG-6/U: NFPA 70, Type CATV or CM. 1. No. 16 AWG, solid, copper-covered steel conductor; gas-injected, foam-PE insulation. 2. Double shielded with 100 percent aluminum-foil shield and 60 percent aluminum

braid. 3. Jacketed with black PVC or PE. 4. Suitable for indoor installations.

Page 226: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

213 4-20-12

7 of 14

E. NFPA and UL Compliance: CATV Cable, Type CATV, or CATVP or CATVR shall be listed and labeled by an NRTL acceptable to authorities having jurisdiction as complying with UL 1655, and with NFPA 70 "Radio and Television Equipment" and "Community Antenna Television and Radio Distribution" Articles.

2.6 COAXIAL CABLE HARDWARE

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. Emerson Network Power Connectivity Solutions; AIM Electronics brand. 2. Leviton Voice & Data Division. 3. Siemon. 4. Or approved equivalent as per existing.

B. Coaxial-Cable Connectors: Type BNC, 75 ohms. 2.7 LOW-VOLTAGE CONTROL CABLE

A. Paired Cable: NFPA 70, Type CMG. 1. 1 pair, twisted, No. 16 AWG, stranded (19x29) and No. 18 AWG, stranded (19x30)

tinned copper conductors. 2. PVC insulation. 3. Unshielded. 4. PVC jacket. 5. Flame Resistance: Comply with UL 1581.

B. Plenum-Rated, Paired Cable: NFPA 70, Type CMP. 1. 1 pair, twisted, No. 16 AWG, stranded (19x29) and No. 18 AWG, stranded (19x30)

tinned copper conductors. 2. PVC insulation. 3. Unshielded. 4. PVC jacket. 5. Flame Resistance: Comply with NFPA 262.

2.8 CATEGORY 5E CABLE

A. All Cable shall meet or exceed the latest version, and all addendums to, ANSI/TIA/EIA-568-A, ISO/IEC 11801 and TIA draft SP-4195-A for Category 5e Cable.

Page 227: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

214 4-20-12

8 of 14

B. Patch cable shall be defined as cable connecting a device to a patch panel, wall outlet, or another device. The patch panel provides a connection to permanently installed cabling generally

C. Distribution cable shall be cable installed between patch panels, or from patch panel to wall outlet, floor outlet, or other outlet.

D. All Category 5e cables shall be Color coded as follows: 1. Pair 1 = White/Blue – Blue 2. Pair 2 = White/Orange – Orange 3. Pair 3 = White/Green – Green 4. Pair 4 = White Brown – Brown

2.9 CAT 5E PATCH CABLE

A. Patch cables shall be factory pre-assembled, terminated, and tested to assure a high level of quality control. Terminations shall be rated for CAT 5e use and shall be RJ45 type. Patch cables shall use stranded wires for improved flexibility and resistance to breakage due to frequent movement

B. Each CAT 5e Patch Cable shall be factory transmission tested using laboratory-grade network analyzers to ensure assembly exceeds category 5e channel performance and a copy of the test results shall be included. Performance test shall meet or exceeds the proposed SP-4195-A category 5e specifications. Factory terminated and tested CAT 5e Patch Cables are required to achieve consistent category 5e compatibility. Field termination of plug ends will not be accepted

C. Jacket color for CAT 5e patch cables shall be as defined below. The Contractor shall supply CAT5e patch cables in the lengths necessary, and with permanently colored outer jackets as described below. Where the Contractor desires any clarifications as to the color of specific cables, please consult the Engineer. 1. Yellow: Connection of workstations, personal computers, and similar devices to the

wall outlet or from patch panel to router, switch, or other networking device. 2. Red: inter-connection of network critical devices such routers, switches, hubs,

transceivers, etc. 3. Green: Connection of video over network devices such as encoders, decoders, codecs.

CCTV switches, terminal servers, etc. 4. Blue: Connection of auxiliary management devices, such as UPS management

console, SNMP management consoles, test and diagnostic equipment, etc.

D. All CAT 5e patch cables to be used as part of the project shall be rated for plenum (OFNP) rated unless specifically noted in the plans

Page 228: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

215 4-20-12

9 of 14

E. CAT 5e patch cables shall be factory assembled, using high performance category 5e stranded wire (7 strands @ 24 AWG) for longer bend fatigue life. Cables shall also have a copper conductor drain wire of 26 AWG or larger. Twisted-pair of the stranded wires shall be enclosed by an individual foil shield with an overall shield provided over the four-pairs. The twisted-pairs shall have 100-Ohm impedance.

F. CAT 5e Connectors - CAT 5e Patch Cable’s modular plugs shall exceed FCC CFR 47 part 68 subpart F and IEC 6060603-7 specifications and have 50 micro inches minimum of gold plating over nickel.

2.10 CAT 5E DISTRIBUTION CABLE

A. CAT 5e Distribution cable shall be constructed of solid copper conductors.

B. CAT 5e Distribution cable shall be plenum rated 2.11 CONTROL-CIRCUIT CONDUCTORS

A. Class 1 Control Circuits: Stranded copper, Type XHHW, complying with UL 83, in raceway.

B. Class 2 Control Circuits: Stranded copper, Type XHHW, complying with UL 83, in raceway.

C. Class 3 Remote-Control and Signal Circuits: Stranded copper, Type XHHW, complying with UL 83.

2.12 IDENTIFICATION PRODUCTS

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. Brady Corporation. 2. HellermannTyton. 3. Kroy LLC. 4. PANDUIT CORP. 5. Or approved equivalent as per existing.

B. Comply with UL 969 for a system of labeling materials, including label stocks, laminating adhesives, and inks used by label printers.

C. Comply with requirements in SP 851.06 Section "Identification for Electrical Systems."

Page 229: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

216 4-20-12

10 of 14

2.13 SOURCE QUALITY CONTROL

A. Testing Agency: Engage a qualified testing agency to evaluate cables.

B. Factory test UTP and optical fiber cables on reels according to TIA/EIA-568-B.1.

C. Factory test UTP cables according to TIA/EIA-568-B.2.

D. Factory test multimode optical fiber cables according to TIA-526-14-A and TIA/EIA-568-B.3.

E. Factory sweep test coaxial cables at frequencies from 5 MHz to 1 GHz. Sweep test shall test the frequency response, or attenuation over frequency, of a cable by generating a voltage whose frequency is varied through the specified frequency range and graphing the results.

F. Cable will be considered defective if it does not pass tests and inspections.

G. Prepare test and inspection reports. 851.09.03 CONSTRUCTION 3.1 INSTALLATION OF HANGERS AND SUPPORTS

A. Comply with requirements in SP 851.04 Section "Hangers and Supports for Electrical Systems." for installation of supports for pathways, conductors and cables.

3.2 WIRING METHOD

A. Install wiring in metal raceways and wireways. Conceal raceway except in unfinished spaces and as indicated. Minimum conduit size shall be 3/4 inch . Control and data transmission wiring shall not share conduit with other building wiring systems.

B. Install wiring in raceways except in accessible indoor ceiling spaces and in interior hollow gypsum board partitions where cable may be used. Conceal raceways and wiring except in unfinished spaces and as indicated. Minimum conduit size shall be 3/4 inch. Control and data transmission wiring shall not share conduit with other building wiring systems.

C. Install cable, concealed in accessible ceilings, walls, and floors when possible.

Page 230: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

217 4-20-12

11 of 14

D. Wiring within Enclosures: Bundle, lace, and train conductors to terminal points. Use lacing bars and distribution spools. Separate power-limited and non-power-limited conductors as recommended in writing by manufacturer. Install conductors parallel with or at right angles to sides and back of enclosure. Connect conductors that are terminated, spliced, or interrupted in any enclosure associated with intrusion system to terminal blocks. Mark each terminal according to system's wiring diagrams. Make all connections with approved crimp-on terminal spade lugs, pressure-type terminal blocks, or plug connectors.

3.3 INSTALLATION OF CONDUCTORS AND CABLES

A. Comply with NECA 1.

B. Conductors: Size according to system manufacturer's written instructions unless otherwise indicated.

C. General Requirements for Cabling: 1. Comply with TIA/EIA-568-B.1. 2. Comply with BICSI ITSIM, Ch. 6, "Cable Termination Practices." 3. Terminate all conductors; no cable shall contain unterminated elements. Make

terminations only at indicated outlets, terminals, and cross-connect and patch panels. 4. Cables may not be spliced. Secure and support cables at intervals not exceeding 30

inches and not more than 6 inches from cabinets, boxes, fittings, outlets, racks, frames, and terminals.

5. Bundle, lace, and train conductors to terminal points without exceeding manufacturer's limitations on bending radii, but not less than radii specified in BICSI ITSIM, "Cabling Termination Practices" Chapter. Install lacing bars and distribution spools.

6. Do not install bruised, kinked, scored, deformed, or abraded cable. Do not splice cable between termination, tap, or junction points. Remove and discard cable if damaged during installation and replace it with new cable.

7. Cold-Weather Installation: Bring cable to room temperature before dereeling. Heat lamps shall not be used for heating.

8. Pulling Cable: Comply with BICSI ITSIM, Ch. 4, "Pulling Cable." Monitor cable pull tensions.

D. UTP Cable Installation: 1. Comply with TIA/EIA-568-B.2. 2. Install 110-style IDC termination hardware unless otherwise indicated. 3. Do not untwist UTP cables more than 1/2 inch from the point of termination to

maintain cable geometry.

Page 231: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

218 4-20-12

12 of 14

E. Optical Fiber Cable Installation: 1. Comply with TIA/EIA-568-B.3. 2. Cable shall be terminated on connecting hardware that is rack or cabinet mounted.

F. Open-Cable Installation: 1. Install cabling with horizontal and vertical cable guides in telecommunications spaces

with terminating hardware and interconnection equipment. 2. Suspend copper cable not in a wireway or pathway a minimum of 8 inches above

ceilings by cable supports not more than 60 inches. 3. Cable shall not be run through structural members or in contact with pipes, ducts, or

other potentially damaging items.

G. Separation from EMI Sources: 1. Comply with BICSI TDMM and TIA-569-B recommendations for separating

unshielded copper voice and data communication cable from potential EMI sources, including electrical power lines and equipment.

2. Separation between communications cables in grounded metallic raceways and unshielded power lines or electrical equipment shall be as follows:

a Electrical Equipment Rating Less Than 2 kVA: A minimum of 2-1/2 inches . b Electrical Equipment Rating between 2 and 5 kVA: A minimum of 6 inches . c Electrical Equipment Rating More Than 5 kVA: A minimum of 12 inches .

3. Separation between communications cables in grounded metallic raceways and power lines and electrical equipment located in grounded metallic conduits or enclosures shall be as follows:

a Electrical Equipment Rating Less Than 2 kVA: No requirement. b Electrical Equipment Rating between 2 and 5 kVA: A minimum of 3 inches . c Electrical Equipment Rating More Than 5 kVA: A minimum of 6 inches .

4. Separation between Cables and Electrical Motors and Transformers, 5 kVA or HP and Larger: A minimum of 48 inches .

5. Separation between Cables and Fluorescent Fixtures: A minimum of 5 inches . 3.4 POWER AND CONTROL-CIRCUIT CONDUCTORS

A. 120-V Power Wiring: Install according to SP 851.01 Section "Low-Voltage Electrical Power Conductors and Cables" unless otherwise indicated.

B. Minimum Conductor Sizes: 1. Class 1 remote-control and signal circuits, No. 14 AWG. 2. Class 2 low-energy, remote-control and signal circuits, No. 16 AWG. 3. Class 3 low-energy, remote-control, alarm and signal circuits, No. 12 AWG.

Page 232: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

219 4-20-12

13 of 14

3.5 FIRESTOPPING

A. Comply with TIA-569-B, "Firestopping" Annex A.

B. Comply with BICSI TDMM, "Firestopping Systems" Article. 3.6 GROUNDING

A. For communications wiring, comply with ANSI-J-STD-607-A and with BICSI TDMM, "Grounding, Bonding, and Electrical Protection" Chapter.

B. For low-voltage wiring and cabling, comply with requirements in SP 851.03 Section "Grounding and Bonding for Electrical Systems."

3.7 IDENTIFICATION

A. Identify system components, wiring, and cabling complying with TIA/EIA-606-A. Comply with requirements for identification specified in SP 851.06 Section "Identification for Electrical Systems."

3.8 FIELD QUALITY CONTROL

A. Testing Agency: Engage a qualified testing agency to perform tests and inspections.

B. Perform tests and inspections.

C. Tests and Inspections: 1. Visually inspect UTP and optical fiber cable jacket materials for NRTL certification

markings. Inspect cabling terminations to confirm color-coding for pin assignments, and inspect cabling connections to confirm compliance with TIA/EIA-568-B.1.

2. Visually inspect cable placement, cable termination, grounding and bonding, equipment and patch cords, and labeling of all components.

3. Test UTP cabling for DC loop resistance, shorts, opens, intermittent faults, and polarity between conductors. Test operation of shorting bars in connection blocks. Test cables after termination but not cross connection.

a Test instruments shall meet or exceed applicable requirements in TIA/EIA-568-B.2. Perform tests with a tester that complies with performance requirements in "Test Instruments (Normative)" Annex, complying with measurement accuracy specified in "Measurement Accuracy (Informative)" Annex. Use only test cords and adapters that are qualified by test equipment manufacturer for channel or link test configuration.

Page 233: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

220 4-20-12

14 of 14

4. Optical Fiber Cable Tests:

a Test instruments shall meet or exceed applicable requirements in TIA/EIA-568-B.1. Use only test cords and adapters that are qualified by test equipment manufacturer for channel or link test configuration.

b Link End-to-End Attenuation Tests: 2) Multimode Link Measurements: Test at 850 or 1300 nm in 1 direction

according to TIA-526-14-A, Method B, One Reference Jumper. 3) Attenuation test results for links shall be less than 2.0 dB. Attenuation

test results shall be less than that calculated according to equation in TIA/EIA-568-B.1.

D. Document data for each measurement. Print data for submittals in a summary report that is formatted using Table 10.1 in BICSI TDMM as a guide, or transfer the data from the instrument to the computer, save as text files, print, and submit.

E. End-to-end cabling will be considered defective if it does not pass tests and inspections.

F. Prepare test and inspection reports. 851.09.04 MEASUREMENTS AND PAYMENT Conductors and Cables for Electronic Safety and Security shall not be measured but shall be incidental to the Contract price for Electrical Work.

Page 234: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

221 4-20-12

1 of 2

CATEGORY 800 TRAFFIC

SECTION 852.00 - SALVAGE AND REUSE EXISTING SECURITY AND

ELECTRONIC EQUIPMENT

852.00.01 GENERAL 1.1 SUMMARY

A. Salvage and reuse existing security and electronic devices including CCTV cameras, panic buttons, and intercoms.

B. This work shall include removal and re-installation if new doors, new door trim, or similar work requires removal and relocation.

1.2 SUBMITTALS

A. When devices are identified for salvage and reuse, the Contractor shall investigate the device and submit any compatibility or functionality concerns to the Engineer in writing. The Contractor shall disconnect the existing device and connect to new security system as necessary.

852.00.02 MATERIALS (NOT APPLICABLE) 852.00.03 CONSTRUCTION 2.1 ACCEPTANCE

A. Where directed by the MDTA to salvage devices for re-use, such devices shall be deemed acceptable by the MDTA.

B. The Contractor shall connect devices and assure that functional requirements of the contract are met and that the salvaged devices are functionally identical to similar devices supplied new.

2.2 WARRANTY

A. Devices salvaged and reused shall be covered under warranty as-if supplied new.

Page 235: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

222 4-20-12

2 of 2 852.00.03 MEASUREMENTS AND PAYMENT Salvaged security and electronic devices shall not be measured but shall be incidental to the Contract price for Electrical Work.

Page 236: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

223 4-20-12

1 of 5

CATEGORY 800 TRAFFIC

SECTION 860.00 – ELECTRONIC TOLL COLLECTION SYSTEM

860.00.01 GENERAL 1.1 SUMMARY

A. The scope of this project is to remove and replace the existing toll booths at the Fort McHenry Tunnel (FMT) and William Preston Lane Bridge (WPL). All equipment associated with the existing Electronic Toll Collection System (ETC) shall be removed, salvaged, reinstalled, and commissioned by the ETC contractor under the MA-549-000-006 contract. The Contractor shall coordinate as required with the ETC contractor to maintain ETC operations.

B. Exiting ETC components includes: 1. AVI Antenna Reader Equipment. 2. Photo Sensor for Violation Enforcement System (VES) Cameras. 3. Island Traffic Signal. 4. Violation Alarm. 5. Front VES Camera. 6. Rear VES Camera. 7. Patron Fare Display (PFD). 8. Radar. 9. Booth Loop. 10. VES Loop. 11. Exit Loop. 12. Axle Loop. 13. Lane Controller Equipment. 14. Canopy Over-Ride Switch 15. Overhead Vehicle Separator (OVS). 16. Receipt Printer. 17. Manual Lane Touch screen (MLT). 18. Gate Over-ride Switch 19. Booth Indicator. 20. Low voltage electrical power conductors and cables as required for ETC system.

1.2 EXISTING FMT TOLL ETC COMPONENTS

A. The existing ETC consists of three components described in 1.1.B.1.

Page 237: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

224 4-20-12

2 of 5

B. The existing ETC consists of two components described in 1.1.B.2.

C. For each Toll Booth, the existing ETC consists of one each of the components described in 1.1.B.3-20.

D. The Authority utilizes an existing proprietary solution for controlling the ETC provided under the MA-549-000-006 Contract.

E. The Contractor shall coordinate with the MA-549-000-006 Contractor to remove, salvage, reinstall, and commission all components associated with the existing ETC.

1.3 EXISTING WPL ETC COMPONENTS

A. The existing ETC consists of two components described in 1.1.B.1.

B. The existing ETC consists of two components described in 1.1.B.2.

C. For each Toll Booth, the existing ETC consists of one each of the components described in 1.1.B.3-20.

D. The Authority utilizes an existing proprietary solution for controlling the ETC provided under the MA-549-000-006 Contract.

E. The Contractor shall coordinate with the MA-549-000-006 Contractor to remove, salvage, reinstall, and commission all components associated with the existing ETC.

1.4 SUBMITTALS

A. The Contractor shall submit the construction schedule that details when each booth shall be removed 2 weeks prior to the removal of any and all toll booths for coordination with the ETC contractor.

1.5 REFERENCES

A. FMT ETC As-Built Drawings from MA-549-000-006.

B. WPL ETC As-Built Drawings from MA-549-000-006. 860.00.02 MATERIALS (Not Applicable) 860.00.03 CONSTRUCTION 3.1 ETC CONTRACTOR AVAILABILITY

Page 238: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

225 4-20-12

3 of 5

A. The ETC contractor shall be available on site with a minimum of 3 days notice.

B. The Contractor shall coordinate and ensure s a representative of the ETC contractor is on site throughout the entire process of removing and replacing each toll booth.

3.2 ETC COMPONENTS TO REMAIN OPERATIONAL

A. AVI antenna reader equipment support electronic tolling operations for multiple lanes: 1) The AVI equipment cabinet shall remain in place throughout the entire replacement

process of the toll booth and shall be protected from damage. 2) Prior to the removal of the existing toll booth through which the power and

communication cables run to AVI equipment cabinet, the Contractor shall coordinate with the ETC contractor and allow sufficient time for all cables to be temporarily re-routed through another toll booth with the temporary cables mounted to the canopy over the toll booths. The cables shall be mounted in a manner as to not impact the operations of the lanes.

3) 3. Prior to the removal of the existing toll booth and after the temporary re-routing of the AVI equipment cabinet cables, the Contractor shall coordinate with the ETC contractor to allow the temporary cable arrangement to be commissioned.

4) 4. After the existing toll booth through which the power and communication cables run to AVI equipment cabinet has been replaced, the Contractor shall coordinate with the ETC contractor to allow sufficient time for cables to be re-routed through the new toll booth, and once the permanent configuration has been commissioned, the temporary cables shall be removed.

B. Photo Sensors for VES Cameras: 1) 1. The photo sensors for VES cameras shall remain in place throughout the entire

replacement process of the toll booth and shall be protected from damage. 2) 2. Prior to the removal of the existing toll booth through which the power and

communication cables run to the photo sensors for VES cameras, the Contractor shall coordinate with the ETC contractor and allow sufficient time for all cables to be temporarily re-routed through another toll booth with the temporary cables mounted to the canopy over the toll booths.

3) 3. Prior to the removal of the existing toll booth and after the temporary re-routing of the photo sensors for VES cameras, the Contractor shall coordinate with the ETC contractor and allow sufficient time for the temporary cable arrangement to be commissioned.

4) 4. After the existing toll booth through which the power and communication cables run to photo sensors for VES cameras has been replaced, the Contractor shall coordinate with the ETC contractor and allow sufficient time for the cables to be re-routed through the new toll booth and remove the temporary cables.

Page 239: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

226 4-20-12

4 of 5

A. The existing Lane Controller Equipment is mounted in the access tunnel below the toll booths and shall be protected and remain operational throughout construction.

B. Toll booths shall be replaced one at a time. All ETC equipment for the toll booths that are not in the process of being replaced shall be protected and remain operational.

C. The type and size of existing cables to the components to remain operational are detailed in the documents listed in 1.5.

D. The locations of the components to remain operational are detailed in the documents listed in 1.5.

3.3 ETC COMPONENTS TO BE REMOVED, SALVAGED, AND REINSTALLED

A. The PFD, Receipt Printer, MLT, Canopy Over-Ride Switch, and Gate Over-ride Switch, Proximity Reader, and Booth Indicator are located in the existing toll booth.

B. The Contractor shall coordinate with the ETC contractor and allow sufficient time for the all components listed in 3.3.A shall be removed, salvaged, and re-installed

C. Prior to the removal of the existing toll booth, the Contractor shall coordinate with the ETC contractor and allow sufficient time for the cables to the components listed in 3.3.A to be disconnected and pulled to the tunnel below. The cables shall be temporarily stored in a safe and neat manner.

D. After the toll booth is replaced, the Contractor shall coordinate with the ETC contractor and allow sufficient time for the cables to be tested and re-installed to each component.

E. The type and size of existing cables to the components listed in 3.3.A are detailed in the documents listed in 1.5.

F. The locations of the components listed in 3.3.A are detailed in the documents listed in 1.5. 3.4 ETC COMPONENTS TO REMAIN AND BE REINSTALLED

A. The power and communications for Island Traffic Signal, Violation Alarm, Front and Rear VES Cameras, Radar, all Loops, Canopy Traffic Signal, OVS, Proximity Reader, and Booth Indicator run through the booth from the access tunnel below.

B. All components listed in 3.4.A shall remain in place throughout the construction process and shall be protected from damage.

Page 240: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

227 4-20-12

5 of 5

C. Prior to the removal of the existing toll booth, the Contractor shall coordinate with the ETC contractor and allow sufficient time for the cables to the components listed in 3.4.A to be disconnected and pulled to the tunnel below. The cables shall be temporarily stored in a safe and neat manner.

D. After the toll booth is replaced, the Contractor shall coordinate with the ETC contractor and allow sufficient time for the cables to be tested and re-installed to each component.

E. The type and size of existing cables to the components listed in 3.4.A are detailed in the documents listed in 1.5.

F. The locations of the components listed in 3.4.A are detailed in the documents listed in 1.5. 3.5 EXISTING CONDUIT SERVICEABILITY

A. Prior to and after the installation of the toll booth structure, the Contractor shall be on site when the ETC contractor is pulling cables through existing and new conduit.

B. If it is determined that any conduit is non-serviceable, the Contractor shall take immediate measures to repair the conduit.

C. Repairs to conduit shall not delay the installation schedule of the toll booth which shall stay within the work time restrictions defined in 104.01.

D. Existing conduit includes structure mounted conduit on the canopy and embedded conduit in the concrete island outside the toll booth.

3.6 EXISTING CONDUIT SERVICEABILITY

A. Each conduit from the booth to the various pieces of equipment outside shall be checked for serviceability.

B. If any conduits are found to be unserviceable, the Contractor shall take immediate action repair the conduit.

860.00.04 MEASUREMENTS AND PAYMENT A. Payment for coordination with the Electronic Tolling System contractor will not be measured, but will be incidental to pay item 404, Prefabricated Toll Booth Structures.

Page 241: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

228 04-06-07

1 of 1

CATEGORY 900 MATERIALS

SECTION 950 – TRAFFIC MATERIALS

SECTION 950.03 REFLECTORIZATION OF SIGNS AND CHANNELIZING DEVICES. DELETE: 950.03.03 Type IX Retroreflective Sheeting in its entirety. INSERT: The following. 950.03.03 Permanent Signs Retroreflective Sheeting. Retroreflective sheeting for permanent signs shall conform to ASTM D 4956-05, except as modified below:

MINIMUM REFLECTIVE INTENSITY VALUES FOR RETROREFLECTIVE SHEETING

Minimum Coefficient of Retroreflection·(RA) cd/(lx · m2) Per ASTM E-810 (Average of 0 and 90 degree orientation)

Observation Entrance Angle° Angle° White Yellow Fluor.

Yellow

Fluor. Yellow-Green

Red Green Blue Fluor. Orange

0.2 -4 570 425 340 455 114 57 26 170 0.2 30 215 160 130 170 43 21 10 64 0.5 -4 400 300 240 320 80 40 18 120 0.5 30 150 112 90 120 30 15 6.8 45 1 -4 120 90 72 96 24 12 5.4 36 1 30 45 34 27 36 9 4.5 2 14

INSERT: 950.03.07 Permanent Traffic Signs (PTS). Unless otherwise specified in the Contract Documents, retroreflective sheeting for permanent signs shall conform to 950.03.03.

Page 242: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

229

1 of 7

WAGE RATES Minimum Wage Rates for "Class A" or "Class B" Projects

For contracts with a low bid amount of less than $500,000, the Contractor shall pay at least the minimum wage to all labor in accordance with Sections 3-413, 3-415 and 3-420 of the Labor and Employment Article of the Annotated Code of Maryland. The Contractor's attention is also directed to the provision of the Federal Fair Labor Standards Act (29 U.S.C. 201-219) and the Fair Minimum Wage Act of 2007 (Pub L. 110-28). Prevailing Wage Rates for "Class B" through "Class H” Projects

For contracts with a low bid amount of $500,000 or more, the contract will be subject to the attached "Wage Rate Schedule," in accordance with Annotated Code of Maryland, State Finance and Procurement Article, Sections 17-201 to 17-216. A review has been made of the wage conditions in the locality and, based on the information available, the wage rates and fringe payments listed are determined by the Commissioner of the Department of Labor and Industry to be prevailing for the contract for the described classes of labor in accordance with the law. It shall be the responsibility of the Contractor to comply fully with the law and to contact the Office of the Commissioner for interpretation of the provisions of the law.

Page 243: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

230

2 of 7

Page 244: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

231

3 of 7

Page 245: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

232

4 of 7

Page 246: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

233

5 of 7

Page 247: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

234

6 of 7

Page 248: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

235

7 of 7

Page 249: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

236

1 of 17

MARYLAND TRANSPORTATION AUTHORITY

CONTRACTOR AFFIRMATIVE ACTION PROGRAM

Page 250: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

237

2 of 17

CONTRACTOR AFFIRMATIVE ACTION PROGRAM – TABLE OF CONTENTS

Maryland Transportation Authority Contractor Affirmative Action Program

Page Contractor Affirmative Action Program General Information.........................................................…….……………………..4 Contractor Affirmative Action Program Applicability.....................................................................…………………………..4 Section I Contractor Affirmative Action/Equal Employment Opportunity Program..........................................................…………………………5 Contractor Affirmative Action/Equal Employment Opportunity Program - Definitions.........................................………………………6 Contractor Affirmative Action/Equal Employment Opportunity Program - Legal Mandates...................................……………………...7 Contractor Affirmative Action/Equal Employment Opportunity Program - Assignment of Responsibilities..............................................9 Contractor Affirmative Action/Equal Employment Opportunity Program - Dissemination of Policy.........................……………………10 Contractor Affirmative Action/Equal Employment Opportunity Program - Recruitment........................................………………………11 Contractor Affirmative Action/Equal Employment Opportunity Program - Personnel Actions................................……………………..12 Contractor Affirmative Action/Equal Employment Opportunity Program - Training and Promotion.........................……………………13 Contractor Affirmative Action/Equal Employment Opportunity Program - Utilization of Unions.............................……………………14 Contractor Affirmative Action/Equal Employment Opportunity Program - Utilization of Subcontractors................................................15

Page 251: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

238

3 of 17 Contractor Affirmative Action/Equal Employment Opportunity Program - Records and Reports.............................……………………...16 Contractor Affirmative Action/Equal Employment Opportunity Monitoring.....................................................……………………………17

Page 252: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

239

4 of 17

MARYLAND TRANSPORTATION AUTHORITY CONTRACTOR AFFIRMATIVE ACTION PROGRAM

I. General

A. The Contractor shall cooperate with the Maryland Department of Transportation in carrying out its equal opportunity obligations and in the Department's review of the Contractor's activities performed under this contractual agreement.

B. All Contractors shall comply with the Governor's Code of Fair Employment

Practices, Promulgated July, 1976. (Exec. Order No. 01.01.2007.16, COMAR 01.01.2007.16) The Contractor shall include these requirements in every subcontract with such modifications of language as is necessary to make these provisions binding on the subcontractor.

C. All Contractors shall comply with Maryland Department of Transportation Minority

Business Enterprise Program requirements. II. Applicability

A. The Maryland Department of Transportation Contractor Affirmative Action/Equal Employment Opportunity Program requirements are applicable to all Contractors doing business with the Maryland Transportation Authority.

Page 253: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

240

5 of 17

CONTRACTOR AFFIRMATIVE ACTION PROGRAM

Page 254: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

241

6 of 17

CONTRACTOR AFFIRMATIVE ACTION/EQUAL EMPLOYMENT OPPORTUNITY PROGRAM

DEFINITIONS

Affirmative Actions - The efforts exerted toward achieving equal employment opportunity through positive, aggressive and continuous result - oriented measures to correct past and present discriminating practices and their effects on the conditions and privileges of employment. Contractor/Subcontractor - The individual, partnership, firm or corporation undertaking the execution of work under the terms of a contract and acting directly or through its agents or employees. Corrective Action - A Contractor's written and signed commitment outlining specific actions to be taken with time limits, goals, etc., to correct a violation of applicable EEO regulations. Discrimination - A distinction in treatment, whether intentional or unintentional, based on: political or religious opinion or affiliation; race; color; creed; marital status; national origin; ancestry; sex; physical or mental handicap; age, except where sex, handicap or age involves a bona fide job requirement. Equal Employment Opportunity Officer - A designated employee of the Contractor whose responsibility it shall be to implement and maintain the Affirmative Action Plan. Good Faith Effort - A results-oriented positive action designed to achieve Affirmative Action objectives or goals. Personnel Actions - All decisions respecting employment including, but not limited to hiring, upgrading, demotion, transfer, recruitment or advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training to include apprenticeship, pre-apprenticeship or on-the-job training.

Page 255: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

242

7 of 17

LEGAL MANDATES A. Title VI, Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq.) prohibits discrimination based on

race, color, or national origin in all programs and activities which receive Federal financial assistance. Employment discrimination is prohibited if a primary purpose of Federal assistance is a provision of employment, e.g., apprenticeship, training, work study, or similar programs. Revised guidelines in 1973 prohibit discriminatory employment practices in all programs if such practices cause discrimination in services provided to beneficiaries of the program.

B. Title VII, Civil Rights Act of 1964 (as amended) (42 U.S.C. § 2000e et seq.). Title VII

prohibits employment discrimination based on race, color, religion, sex, or national origin. C. Executive Order 11246 (as amended). This order, issued by the President on September 24,

1965, requires Equal Employment Opportunity/Affirmative Action Program by all Federal Contractors and subcontractors; it is administered and enforced by the U.S. Department of Labor’s Office of Federal Contract Compliance Programs (“OFCCP”). It also requires that firms with contracts over $50,000.00 and 50 or more employees develop and implement written programs, which are to be monitored by the OFCCP. Specific requirements for such result-oriented programs are identified in the Revised Order #4 (41 C.F.R. pt. 60-2) issued by the OFCCP. These requirements include identifying areas of minority and female under-utilization, numerical promotional and hiring goals, and other actions to increase minority employment in classifications where they are currently under-utilized.

D. The Age Discrimination in Employment Act of 1967 (as amended) (29 U.S.C. §§ 621-34 )

prohibits employers of 20 or more persons from discriminating against persons who are at least 40 years of age in any area of employment based on their age.

E. National Labor Relations Act of 1935. It shall be unlawful for employers to participate with

unions in the commission of any discriminatory practices under this Act, or to practice discrimination in a manner which gives rise to racial or other division amongst employees to the detriment of organized union activity. It shall be unlawful for unions to exclude individuals discriminatorily from union memberships, thereby causing them to lose job opportunities, to discriminate in the representation of union members or non-members in collective bargaining, in the processing or grievance, or in any other respect which may cause or attempt to cause employers to enter into discriminatory agreements, or otherwise discriminate against members and non-members.

Page 256: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

243

8 of 17 F. Governor's Code of Fair Employment Practices For The State Of Maryland (amended) (Exec.

Order No. 01.01.2007.16, COMAR 01.01.2007.16). This amended executive order provides an Equal Employment Opportunity Program in Maryland State Government allowing for personnel matters to be taken on the basis of merit and fitness and without regard to age; ancestry; color; creed; gender identity and expression; genetic information; marital status; mental or physical disability; national origin; race; religious affiliation, belief or opinion; sex; or sexual orientation. This code was amended so as to be in compliance with Federal mandates regulating laws pertinent to Equal Employment Opportunity/Affirmative Action.

G. Rehabilitation Act of 1973 (Pub. L. 93-112) (as amended) (29 U.S.C. § 701 et seq.). This law

provides a statutory basis for the Rehabilitation Services Administration and to authorize programs to promote and expand employment opportunities in the public and private sectors for handicapped individuals.

H. Section 13-219 of the State Finance and Procurement Article of the Annotated Code of

Maryland. This law provides for non-discrimination in State construction contracts and sub-contracts. This provision obligates the Contractor not to discriminate in any manner against any employee or applicant for employment because of sex, race, age, color, creed, or national origin and obligates subcontractors to the same.

I. Other Laws. Employment discrimination has also been ruled by courts to be prohibited by the

Civil Rights Acts of 1866 and 1870, the Equal Protection Clause of the Fourteenth Amendment of the Constitution of the United States, and the Equal Pay Act of 1963 (29 U.S.C. 206(d)). Action under these laws on behalf of individuals or groups may be taken by individuals, private organizations, trade unions or other groups.

Page 257: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

244

9 of 17

ASSIGNMENT OF RESPONSIBILITIES

The Contractor will designate an Equal Employment Opportunity Officer. He/she will have the responsibility of implementing the Contractors Affirmative Action Plan. He/she will coordinate, advice and assist management and other key officials. He/she will render periodic reports to the responsible executives relative to the state of progress and make appropriate recommendations along these lines to the executives of this project.

The name of the EEO Officer, telephone number and address where he/she can be reached concerning any acts or alleged acts of discrimination, will be posted on the bulletin board at the home office as well as on the bulletin boards at all job-sites.

Page 258: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

245

10 of 17

DISSEMINATION OF POLICY

The Contractor will take appropriate steps to ensure that all employees are advised of its policy of non-discrimination and of its interest in actively and affirmatively providing equal employment opportunity for all citizens. The steps include:

1. Meetings of supervisory and personnel office employees are to be conducted at least every six (6) months so that the Contractor's EEO policy and plan may be revised and explained.

2. All new supervisory and personnel office employees are to be made aware of the

Contractor's EEO policy and plan as soon as practicable, but certainly within thirty (30) days following the date of first reporting for duty.

3. The Contractor will make its EEO policy known to all employees, prospective

employees, and potential sources of employees, through schools, employment agencies, labor unions, college placement officers, etc., by taking the following actions:

a. Notice and posters setting forth the Contractor's EEO policy will be placed in

areas readily accessible to employees and applicants for employment.

b. The Contractor's EEO policy and the procedures for implementing the EEO policy will be brought to the attention of employees through meetings, employee handbooks, or other appropriate means.

Page 259: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

246

11 of 17

RECRUITMENT A. The Contractor will include in all advertising the following notation: "An Equal

Opportunity Employer". The Contractor will insert such advertisement in newspapers or other publications having large circulation among minorities and females in the area from which the project work is derived.

B. The Contractor will, unless precluded by a valid collective bargaining agreement, conduct

systematic and direct recruitment through public and private employee referral sources likely to yield qualified minority and female applicants, including, but not limited to, State Employment agencies, school, college and minority/female organizations, i.e., The Urban League, NAACP, etc. To meet this requirement, the Contractor shall identify sources of potential minority/female employees and establish with such sources procedures whereby minority/female applicants may be referred to it for employment consideration.

C. The Contractor will develop procedures for promoting the employment of minority/female

youth on an after-school, summer and vacation basis. D. The Contractor will encourage its employees to refer minority/female applicants for

employment by posting appropriate notices or bulletins in areas accessible to all such employees. In addition, information and procedures with regard to referring minority/female applicants will be discussed with employees.

Page 260: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

247

12 of 17

PERSONNEL ACTIONS

To avoid discrimination in any of the Contractors personnel actions, the following will be done:

A. Periodic inspections of project sites to ensure that working conditions and employee facilities do not indicate discriminatory practices.

B. Periodic evaluations of the spread of wages paid within each classification to

determine whether there is any evidence of discriminatory wage practices.

C. Periodic reviews of personnel actions in depth to determine whether there is any evidence of discrimination. Where evidence is found, the Contractor will promptly take corrective action.

D. Investigations of all complaints of alleged discrimination attempts I order to resolve

such complaints. Additionally, if the investigation indicates that the discrimination may affect persons other than the complainant, then appropriate corrective actions will include those other persons. Upon completion of each investigation, the Contractor will inform every complainant of all avenues of appeal.

Page 261: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

248

13 of 17

TRAINING AND PROMOTION

To eliminate any discrimination in training and promotion, the following actions will be taken:

A. Contractor will assist in locating, qualifying, and increasing the skills of minority/female employees and applicants for employment.

B. Consistent with Contractor's employment requirements and as permissible under

State regulations, contractor will make full use of training programs, i.e., on-the-job training programs for the geographical area of contract performance.

C. Contractor will advise both employees and applicants for employment of available

training programs and entrance requirements for the program. D. Contractor will periodically review the training and promotion potential of

minority/female employees and shall encourage eligible employees to apply for such training and promotions.

Page 262: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

249

14 of 17

UTILIZATION OF UNIONS

In carrying out its Affirmative Action Plan, the Contractor will use good faith efforts to obtain the cooperation from unions it relies on, in whole or part, as a source of employees, to increase opportunities for minority/female groups. The Contractor, either directly or through a contractor's association acting as its agent, will;

A. Use good faith efforts to develop, in cooperation with the unions, joint training programs aimed at qualifying more minorities/females for membership in the unions and increasing their skills so they may qualify for higher paying employment; and

B. Incorporate an Equal Employment Opportunity clause into all union agreements so

that unions shall be contractually obligated not to discriminate in the referral of job applicants.

Page 263: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

250

15 of 17

UTILIZATION OF SUBCONTRACTORS

A. The Contractor will use good faith efforts to employ subcontractors whose employees reflect minority/female groups approximately equal to the number available in the current labor pool populations, or owned by minority/female.

B. The Contractor will use good faith efforts to assure that all subcontractors comply

with equal employment obligations as defined in the amended Governor’s Code of Fair Employment Practices. (Exec. Order No. 01.01.2007.16 COMAR 01.01.2007.16)

Page 264: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

251

16 of 17

RECORDS AND REPORTS

In accordance with the Governor's Code, of Fair Employment Practice (Exec. Order No. 01.01.2007.16 COMAR 01.01.2007.16), the Contractor will keep such records as are necessary to determine compliance with its equal opportunity obligations. The records kept shall be designed to indicate:

1. The number of minority/female and other persons employed in each work classification of the project.

2. The progress and efforts being made in cooperation with unions, if any, to increase

minority/female employment opportunities.

3. The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minority/female employees.

4. The progress and efforts being made in securing the services of minority/female

subcontractors.

All such records will be retained for a period of three (3) years following completion of the Contract work and shall be available at reasonable times and places for inspection by authorized representatives of the Maryland Transportation Authority.

The Contractor will submit to the Authority a monthly report for the first three months after construction begins and, and thereafter, upon request for the duration of the project. This report shall indicate the number of minority/female employees currently engaged in each work classification.

Page 265: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

252

17 of 17

MONITORING

The Contractor will periodically evaluate its Affirmative Action Plan and the results achieved to ensure that the plan is in compliance with its commitments.

Page 266: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

253

1 of 9

AFFIRMATIVE ACTION REQUIREMENTS UTILIZATION OF MINORITY BUSINESS ENTERPRISES FOR STRAIGHT STATE CONTRACTS

(Where the Contractor’s bid exceeds $50,000) A. General

For the purpose of these requirements, the following terms as defined below shall apply: Administration Representative – A Minority Business Enterprise (MBE) Officer of an Administration who enforces the laws and regulations pertaining to minority business enterprise and Contract compliance. Affirmative Actions – Specific steps taken to eliminate discrimination and its effects, to ensure nondiscriminatory results and practices in the future, and to involve minority businesses fully in contracts and programs. Business Enterprises – A legal entity which is organized in any form other than as a joint venture (e.g., sole proprietorship, partnership, corporation, etc.) to engage in lawful commercial transactions. Certified Business – A business which by order of the Chair/MBE Advisory Council or his/her designee, has been certified as a bona fide MBE. Director, Office of Equal Opportunity – The individual designated for the Administration’s overall MBE compliance. Joint Venture – An association of a MBE firm and one or more other firms to carry out a single, for profit business enterprise, for which the parties combine their property, capital, efforts, skills and knowledge, and in which the MBE is responsible for a distinct, clearly defined portion of the work of the Contract and whose share in the capital contribution, control, management, risks, and profits of the joint venture are commensurate with its ownership interest. Minority Business Enterprise (MBE) – Any legal entity, other than a joint venture, organized to engage in commercial transactions which is at least 51 percent owned and controlled by one or more minority persons, or a nonprofit entity organized to promote interests of the physically or mentally disabled. MBE Directory – A compilation of businesses certified by MDOT as minority or socially and economically disadvantaged businesses. The directory will be published annually with quarterly supplements. It will also be provided in automated format and on the Internet to be updated as changes are made. MBE Program – A program developed by MDOT to implement the requirements of Title 14, Subtitle 3 of the State Finance Procurement Article, Annotated Code of Maryland and Title 10, Subtitle 3 of the State Finance Procurement Article of the Annotated Code of Maryland for Leases of State-Owned Property.

Page 267: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

254

2 of 9 MBE Participation Packet – The documents submitted by the bidder or proposer pursuant to the appropriate special bid provisions. The MBE Participation Packet shall consist of the MBE Utilization Affidavit and the MBE Participation Schedule, both of which must be submitted with your bid or initial price proposal. The MBE Participation Packet also includes the following documents which are submitted after bids or proposals are opened: MDOT Outreach Efforts Compliance Statement (Form MDOT-OP-014-2), the MDOT MBE Subcontractor Project Participation Affidavit (Form MDOT-OP-015-2), the MDOT Joint Venture Disclosure Affidavit (Form D-EEO-006) and the Minority Contractor Unavailability Certificate (Form OOC46). Minority or Minority Person for Straight State Contracts - Member of one of the following socially and economically disadvantaged groups: 1. African American – An individual having origins in any of the Black racial groups of

Africa; 2. American Indian/Native American – An individual having origins in any of the original

peoples of North America and who is a documented member of a North American tribe, band, or otherwise organized group of native people who are indigenous to the continental United States or who otherwise have a special relationship with the United States or a state through treaty, agreement, or some other form of recognition. This includes an individual who claims to be an American Indian/Native American and who is regarded as such by the American Indian/Native American community of which he/she claims to be a part, but does not include and individual of Eskimo or Aleutian origin;

3. Asian – An individual having origins in the far East, Southeast Asia, or the Indian

Subcontinent and who is regarded as such by the community of which the person claims to be a part;

4. Hispanic – An individual of Mexican, Puerto Rican, Cuban, Central or South American,

Portuguese or other Spanish culture or origin regardless of race, and who is regarded as such by the community or which the person claims to be a part;

5. Women – This category shall include all women, regardless of race or ethnicity, although a

woman who is also a member of an ethnic or racial minority group may elect that category in lieu of the gender category; or

6. Physically or Mentally Disabled – An individual who has an impairment that substantially

limits one or more major life activity, who is regarded generally by the community as having such a disability, and whose disability has substantially limited his or her ability to engage in competitive business.

B. MBE and Good Faith Effort Requirements This contract includes an MBE participation goal for subcontracting, and/or procurement of materials, and/or services. Bidders/Offerors must make a good faith effort to meet the MBE participation goal before bids or proposals are due, including outreach efforts. A bid or initial proposal must include both a completed and executed Certified MBE Utilization and Fair Solicitation Affidavit and MBE Participation Schedule. The failure of a bidder to complete and submit the Certified MBE Utilization and Fair Solicitation.

Page 268: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

255

3 of 9 1. Affidavit and MBE Participation Schedule shall result in a determination that the bid is not

responsive. The failure of an offeror to complete and submit the Certified MBE Utilization and Fair Solicitation Affidavit and MBE Participation Schedule shall result in a determination that the proposal is not susceptible of being selected for award.

2. In making a good faith effort to achieve the MBE goal, prior to completing the Certified MBE Utilization and Fair Solicitation Affidavit and MBE Participation Schedule and prior to submitting a bid or initial proposal bidders (or offerors) including those bidders or offerors that are certified MBEs must: a. Identify specific work categories within the scope of the procurement appropriate for

subcontracting and/or procurement of materials and/or services; b. Solicit certified MBEs in writing at least 10 days before bids or initial proposals are

due, describing the identified work categories and providing instructions on how to bid on the subcontracts and/or procurement of materials and/or services;

c. Attempt to make personal contact with the certified MBEs solicited and to document

these attempts; d. Assist certified MBEs to fulfill, or to seek waiver of, bonding requirements; and e. Attend prebid or other meetings the procurement agency schedules to publicize

contracting opportunities to certified MBEs.

3. The bidder shall seek commitments from minority business enterprises by subcontracting and/or procurement of materials and/or services, the combined value of which equals or exceeds the established Contract goal of 17 percent of the total value of the prime Contract. The Administration has further established that, within this Contract goal, there shall be a sub-goal of a minimum of 7 percent participation by firms classified as African American-owned firms, a sub-goal of 0 percent participation by firms classified as Other-owned firms, and a sub-goal of a minimum of 4 percent participation by firms classified as Asian American-owned firms. A bidder may count toward its MBE goals expenditures for materials and supplies obtained from MBE regular dealers and/or manufactures provided that the MBE assume the actual and contractual responsibility for the provision of the materials and supplies. The bidder may count its entire expenditure to a MBE manufacturer (i.e., a supplier that produces goods from raw materials or substantially alters them before resale). The bidder may count sixty (60) percent of its expenditures to a MBE regular dealer, that is not a manufacturer, provided that the MBE supplier performs a commercially useful function in the supply process. The apparent low bidder shall submit to the Administration, within ten (10) business days after notification that it is the apparent low bidder, an acceptable Affirmative Action Plan for the utilization of Minority Business Enterprises in this Contract. The Contract will not be awarded without the bidder’s Affirmative Action Plan being approved by the Administration.

4. The Affirmative Action Plan shall include as a minimum:

Page 269: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

256

4 of 9

a. The name of an employee designated as the bidder’s Minority Business Liaison Officer. b. A complete MBE Subcontractor Project Participation Affidavit (MDOT-OP 015-2), of minority business enterprises, from among those whose names appear in the MDOT MBE Directory or who are otherwise certified by MDOT as being minority business enterprises. Except as permitted by law and approved by the Administration, the MBE Subcontractor Project Participation Affidavit (MDOT-OP 015-2) submitted after the opening of bids or proposals shall include all MBE firms identified on the MBE participation schedule submitted with the bid or initial proposal with a percentage of participation that meets or exceeds the percentage of participation indicated in the bid or initial proposal. The MBE Subcontractor Project Participation Affidavit (MDOT-OP 015-2) shall be completed and signed by the Bidder and MBE for each business listed in the MBE Participation Schedule. c. A completed Outreach Efforts Compliance Statement (MDOT-OP 014-2).

5. When a bidder intends to attain the appropriate goal for minority business enterprise participation by use of a joint venture, the bidder shall submit a Joint Venture Disclosure Affidavit (MDOT D-EEO-006-A) showing the extent of the MBE participation. If a bidder intends to use a joint venture as a subcontractor to meet its goal, the affidavit shall be submitted through the bidder by the proposed subcontractor and signed by all parties.

6. When the proposed MBE participation does not meet the MBE Contract goals, information sufficient to demonstrate that the bidder has made good faith efforts to meet these goals shall be required.

7. Request for Exception to the MBE Goal If the bidder is unable to secure from MBEs by subcontracting and/or by procurement of materials and/or services, commitments which at least equal the appropriate percent of the value of the prime Contract at time of bid, the bidder shall request, in writing, waiver of the unmet portion of the goal. This request must be initiated by checking the appropriate box on the Certified MBE Utilization and Fair Solicitation Affidavit submitted with the bid or initial proposal. The waiver may be granted by the Administrator. To obtain approval of a waiver, the bidder shall submit the following: a. A detailed statement of efforts made prior to bid to contact and negotiate with MBEs

including the dates, names, addresses, and telephone numbers of MBEs who were contacted; a description of the information provided to the MBEs regarding the work to be performed, anticipated schedule for portions of the work to be performed; and a detailed statement of the reasons why additional prospective agreements with MBEs were not reached;

b. A detailed statement of the efforts made to select portions of the work proposed to be

performed by MBEs in order to increase the likelihood of achieving the stated goals.

Page 270: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

257

5 of 9 c. For each MBE that the Contractor considers not qualified, but from which a bid has been

received, a detailed statement of the reasons for the bidder’s conclusion; and d. For each MBE contacted but unavailable, a Minority Contractor Unavailability

Certificate, (OOC46), signed by the minority business enterprise, or a statement from the bidder stating that the MBE refused to sign the Certificate.

8. Guidance concerning good faith efforts The following is a list of the types of actions and factors that will be used to determine the

bidder's or offeror’s good faith efforts to obtain MBE participation. It is not intended to be a mandatory checklist, nor is it intended to be exclusive or exhaustive. Other factors or types of efforts may be relevant in appropriate cases.

(1) Soliciting through all reasonable and available means (e.g. attendance at pre-bid

meetings, advertising and/or written notices) the interest of certified MBEs who have the capability to perform the work of the contract. The bidder must solicit this interest within sufficient time to allow the MBEs to respond to the solicitation. The bidder must determine with certainty if the MBEs are interested by taking appropriate steps to follow up initial solicitations.

(2) Selecting portions of the work to be performed by MBEs in order to increase the likelihood that the MBE goals will be achieved. This includes, where appropriate, breaking out contract work items into economically feasible units to facilitate MBE participation, even when the bidder or offeror might otherwise prefer to perform these work items with its own forces.

(3) Providing interested MBEs with adequate information about the plans, specifications, and requirements of the contract in a timely manner to assist them in responding to a solicitation.

(4) (a) Negotiating in good faith with interested MBEs. It is the bidder's or offeror’s responsibility to make a portion of the work available to MBE subcontractors and suppliers and to select those portions of the work or material needs consistent with the available MBE subcontractors and suppliers, so as to facilitate MBE participation. Evidence of such negotiation includes the names, addresses, and telephone numbers of MBEs that were considered; a description of the information provided regarding the plans and specifications for the work selected for subcontracting; and evidence as to why additional agreements could not be reached for MBEs to perform the work. (b) A bidder using good business judgment would consider a number of factors in negotiating with subcontractors, including MBE subcontractors, and would take a firm's price and capabilities as well as contract goals into consideration. However, the fact that there may be some additional costs involved in finding and using MBEs is not in itself sufficient reason for a bidder's failure to meet the contract MBE goal, as long as such costs are reasonable. Also, the ability or desire of a prime contractor to

Page 271: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

258

6 of 9

perform the work of a contract with its own organization does not relieve the bidder of the responsibility to make good faith efforts. Bidders and offerors are not, however, required to accept higher quotes from MBEs if the price difference is excessive or unreasonable.

(5) Not rejecting MBEs as being unqualified without sound reasons based on a thorough

investigation of their capabilities. The contractor's standing within its industry, membership in specific groups, organizations, or associations and political or social affiliations (for example union vs. non-union employee status) are not legitimate causes for the rejection or non-solicitation of bids in the contractor's efforts to meet the project goal.

(6) Making efforts to assist interested MBEs in obtaining bonding, lines of credit, or insurance as required by the recipient or contractor.

(7) Making efforts to assist interested MBEs in obtaining necessary equipment, supplies, materials, or related assistance or services.

(8) Effectively using the services of available minority/women community organizations;

minority/women contractors' groups; local, state, and Federal minority/women business assistance offices; and other organizations as allowed on a case-by-case basis to provide assistance in the recruitment and placement of MBEs.

(9) In determining whether a bidder or offeror has made good faith efforts, the Administration may take into account the performance of other bidders or offerors in meeting the contract goal. For example, when the apparent successful bidder or offeror fails to meet the contract goal, but others meet it, the Administration may reasonably raise the question of whether, with additional reasonable efforts, the apparent successful bidder or offeror could have met the goal. If the apparent successful bidder or offeror fails to meet the goal, but meets or exceeds the average MBE participation obtained by other bidders or offerors, the Administration may view this, in conjunction with other factors, as evidence of the apparent successful bidder or offeror having made good faith efforts.

9. Bidder Use of MBE Special Services

The bidder shall consider, whenever possible, utilizing the services of minority-owned banks. Most minority banks are full-service corporations that can provide an array of financial services such as Treasury and Tax Loan fund accounts, time and demand deposit accounts, payroll services and if needed, organization investment counseling. It is the policy of MDOT to encourage its Contractors to utilize, on a continuing basis, MBE banks.

Page 272: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

259

7 of 9

10. Bidder Records

The bidder shall maintain records showing actions which have been taken to comply with procedures set forth herein.

11. Bidders Cooperation

The bidder shall cooperate with the Administration representative in any review of the Contractor’s procedures and practices, with respect to the MBEs, which the Administration’s representative may, from time to time, conduct.

12. Bidder MBE Modifications During the life of the Contract, all plans to modify the approved MBE participation program will require the approval of the Administrator or his authorized representative. This will include any changes to items of work to be sublet or materials and services to be obtained which differs from those in the original MBE participation program. All requests for revisions shall be directed to the appropriate District Engineer for disposition.

The low bidder’s failure to participate in any of the above proceedings or failure to furnish information after written request may result in rejecting the bid and non-award of the Contract.

C. RECORDS AND REPORTS

1. The Contractor shall keep such records as are necessary to determine compliance with its Minority Business Enterprise utilization obligations. The records kept by the Contractor shall be designed to include:

a. The name of minority and non-minority subcontractors and suppliers, the type of work

materials or services being performed on or incorporated in this project, the monetary value of such work materials or services, the terms of performance and/or delivery, copies of all cancelled checks paid to subcontractors and suppliers and a record of all payments made to subcontractors and suppliers.

b. Documentation of all correspondence, contacts, telephone calls, etc., to obtain the services of minority business enterprises on this project.

c. The progress and efforts made in seeking out minority contractor organizations and individual minority contractors for work on this project.

2. The Contractor shall submit reports, on a quarterly basis, of those contracts and other

business transactions executed with minority business enterprises, with respect to the records referred to in C. 1., above, in such form, manner and content as prescribed by the Administration. The quarterly reports shall be due on the 15th calendar day of January, April, July, and October. If the Contractor cannot submit their report on time, the Contractor shall notify the Administration’s representative and request additional time to submit the report. Failure of the Contractor to report in a time manner may result in a

Page 273: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

260

8 of 9

finding of noncompliance. Additional report may be required by the Administration upon request.

3. To insure compliance with the certified MBE Contract participation goal, the Contractor shall: a. Submit monthly reports listing all unpaid invoices over 30 days, from certified MBE

subcontractors, and the reason payment has not been made. b. Include in its agreement, with certified MBE subcontractors a, requirement that MBE

subcontractors are to submit monthly, to the Administration, a report identifying the prime Contractor and listing the following: (1) Payment received from the prime Contractor, in the proceeding 30 days; (2) Invoices for which the subcontractor has not been paid.

4. All such records and reports shall be retained for a period of three years following acceptance of final payment and shall be available for inspection by the Maryland Department of Transportation and this Administration.

D. ADMINISTRATIVE PROCEDURES FOR ENFORCEMENT

1. Whenever the Administration believes the prime Contractor or any subcontractor may not be operating in compliance with the terms of these provisions, the Administration’s representative will conduct an investigation. If the Administration representative finds the prime Contractor or any subcontractor is not in compliance with these provisions, the representative will make a report of noncompliance and notify such Contractor in writing of the steps that will, in the judgement of the Administration, bring the Contractor into compliance. If the Contractor fails or refuses to comply fully with such steps, the Administration’s representative will make a final report of the noncompliance to the Administrator, who may direct the imposition of one or more of the sanctions listed below: a. Suspension of work on the project, pending correction; b. Withholding payment or a percentage thereof, pending correction; c. Referral of MBEs to the MDOT office of MBE, for review for decertification, for

review/referral to the Attorney General’s Office for review/initiation of debarment or for review for criminal prosecution through the MDOT Office of General Counsel;

d. Initiation of suspension in accordance with COMAR regulations; e. Referral to the Attorney General’s Office for review for debarment or for criminal

prosecution through the MDOT Office of General Counsel; f. Any other action as appropriate, within the discretion of the Administrator.

Page 274: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

261

If the documents used to determine the status of a MBE contains false, or misleading or misrepresenting information, the matter will be referred to the MDOT Office of the General Counsel for appropriate action. In addition, when directed by the Administrator, the

9 of 9

Contractor shall terminate, without liability to the Administration, its contract with a firm, which for any reason, is either no longer certified or no longer eligible to do business in the State. The Contractor shall promptly submit plans for maintaining the required MBE participation on the project or appropriate request for waiver of all or part of the Contract goal with appropriate documentation to support Good Faith Efforts (as established by COMAR including the MDOT MBE/MBE Program Manual). The program and all revisions require the Administrator’s approval.

E. SUBCONTRACTING.

Subcontracting by the Prime Contractor. Form B Request for Approval of Subcontractor shall be used by the Prime Contractor to request approval of a Subcontractor and also to ensure that a formal Subcontract has been or will be written and kept on file by the Prime Contractor. Completion and submittal of the form by the Prime Contractor acknowledges that the Administration’s Contracting Officer may require the submission of the written Subcontract for review by the Administration and/or FHWA. Lower Tier Subcontracting by an Approved Subcontractor. Form B Subcontractor’s Request for Approval of Lower Tier Subcontractor shall be used by an Approved Subcontractor to request approval of a Lower Tier Subcontractor and also to ensure that a formal Subcontract has been or will be written and kept on file by the Subcontractor. Completion and submittal of the form by the Subcontractor acknowledges that the Administration’s Contracting Officer may require the submission of the written Subcontract for review by the Administration and/or FHWA. Form Acquisitions. Maryland State Highway Administration Form B may be acquired through the Administration’s Contracts Award Team or District Office. All questions should be directed to the Office of Construction, Contracts Award Team.

It is the Administration’s intention to randomly select during each calendar quarter a representative sample of written Subcontracts for review. This review will be conducted by the Office of Construction's Contracts Award Team.

Page 275: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

262

BID / PROPOSAL FORM

Contract No. MA 2597-000-006 Bid/ Proposal Of_________________________________________________________

(Name) _______________________________________________________________________

(Address) _______________________________________________________________________

(Phone Number) To furnish and deliver all materials and to perform all work in accordance with the Specifications and the other Contract Documents except as specifically stated otherwise in the Special Provisions relating to Contract No. MA 2597-000-006 for FMT and WPL Toll Booth Replacement in Baltimore City and Anne Arundel County. As defined in the Special Provisions on which bid/proposal will be received until twelve (12) Noon on __September 19, 2012__ in the Bid Box on the 2nd floor of the Maryland Transportation Authority, Division of Procurement and Statutory Program Compliance Building, 303 Authority Drive, Baltimore, MD 21222 (Please use side entrance closest to Key Bridge). Bids will be opened publicly at 12:00 Noon on the Bid Date in the Division of Procurement and Statutory Program Compliance Conference Room of the Transportation Authority which is located directly adjacent to the Bid Box. To the Maryland Transportation Authority, Baltimore, MD:

In accordance with the published "Notice to Contractors" of the Maryland Transportation Authority, inviting proposals for the work; identified above, I/We certify; that I/We am/are the only person or persons interested in this Proposal as principals; that it is made without collusion with any person, firm or corporation; that an examination has been made of the Contract Documents and of the work site; that I/We certify have the equipment, labor, supervision and financial capacity to perform this contract either with my/our organization or with subcontractors; that I/We propose to furnish all necessary machinery, equipment, tools, labor and other means of construction and to furnish all materials specified in the manner and at the time prescribed; that I/We understand that the quantities of work as indicated herein are to be determined by me/us; that I/We further understand that all work required by this contract is to be performed in accordance with the following Schedule of Prices:

Page 276: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

263

SCHEDULE OF PRICES

Page 277: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL

BOOTH REPLACEMENTS SPECIAL PROVISIONS Contract No. MA 2597-000-006

SCHEDULE OF PRICES NOTE: This proposal shall be filled in by the bidder, with the prices written in words and numerals. The extension amounts of unit costs shall also be filled in. For complete information concerning these items, see Specifications, Special Provisions and Contract Form.

264

UNIT PRICE AMOUNTS ITEM

NOS. CATEGORY

CODE APPROXIMATE

QUANTITIES DESCRIPTION OF ITEM AND PRICE BID

(IN WRITTEN WORDS) DOLLARS CTS. DOLLARS CTS.

101 130850 LUMP SUM

MOBILIZATION AT ________________________________________

PER LUMP SUM

102 110370 LUMP SUM

ENGINEERS OFFICE AT ________________________________________

PER LUMP SUM

103 131000 LUMP SUM

CPM TYPE A AT ________________________________________

PER LUMP SUM

104 120500 LUMP SUM

MAINTENANCE OF TRAFFIC AT ________________________________________

PER LUMP SUM

105 120890 418

UNIT DAYS OF PROTECTION VEHICLE AT ________________________________________

PER UNIT DAY

Page 278: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL

BOOTH REPLACEMENTS SPECIAL PROVISIONS Contract No. MA 2597-000-006

SCHEDULE OF PRICES NOTE: This proposal shall be filled in by the bidder, with the prices written in words and numerals. The extension amounts of unit costs shall also be filled in. For complete information concerning these items, see Specifications, Special Provisions and Contract Form.

265

UNIT PRICE AMOUNTS ITEM NOS.

CATEGORY CODE

APPROXIMATE QUANTITIES

DESCRIPTION OF ITEM AND PRICE BID (IN WRITTEN WORDS) DOLLARS CTS. DOLLARS CTS.

1006 100000 650

LINEAR FEET OF TEMPORARY ORANGE CONSTRUCTION FENCE AT ________________________________________

PER LINEAR FEET

1007 100000 LUMP SUM

SELECTIVE DEMOLITION AT ________________________________________

PER LUMP SUM

1008 100000 167

EACH OF DRUMS FOR MAINTENANCE OF TRAFFIC AT ________________________________________

PER EACH

1009 100000 175

UNIT DAYS OF PORTABLE VARIABLE MESSAGE SIGN AT ________________________________________

PER UNIT DAY

Page 279: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL

BOOTH REPLACEMENTS SPECIAL PROVISIONS Contract No. MA 2597-000-006

SCHEDULE OF PRICES NOTE: This proposal shall be filled in by the bidder, with the prices written in words and numerals. The extension amounts of unit costs shall also be filled in. For complete information concerning these items, see Specifications, Special Provisions and Contract Form.

266

UNIT PRICE AMOUNTS ITEM NOS.

CATEGORY CODES

APPROXIMATE QUANTITIES

DESCRIPTION OF ITEM AND PRICE BID (IN WRITTEN WORDS) DOLLARS CTS. DOLLARS CTS.

4001 492586 1

CUBIC YARD OF CAST-IN-PLACE CONCRETE AT ________________________________________

PER CUBIC YARD

4002 400000 LUMP SUM

JOINT SEALANT AT ________________________________________

PER LUMP SUM

4003 400000 LUMP SUM

HIGH PERFORMANCE COATINGS AT ________________________________________

PER LUMP SUM

4004 400000 26

EACH OF PREFABRICATED TOLL BOOTH STRUCTURES AT ________________________________________

PER EACH

4005 400000 20

EACH OF CANOPIES AT ________________________________________

PER EACH

Page 280: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL

BOOTH REPLACEMENTS SPECIAL PROVISIONS Contract No. MA 2597-000-006

SCHEDULE OF PRICES NOTE: This proposal shall be filled in by the bidder, with the prices written in words and numerals. The extension amounts of unit costs shall also be filled in. For complete information concerning these items, see Specifications, Special Provisions and Contract Form.

267

UNIT PRICE AMOUNTS ITEM NOS.

CATEGORY CODES

APPROXIMATE QUANTITIES

DESCRIPTION OF ITEM AND PRICE BID (IN WRITTEN WORDS) DOLLARS CTS. DOLLARS CTS.

8001 800000 LUMP SUM

MECHANCIAL WORK AT ________________________________________

PER LUMP SUM

8002 800000 LUMP SUM

ELECTRICAL WORK AT ________________________________________

PER LUMP SUM

8003 800000 LUMP SUM

WPL TOLL BOOTH SIGNANGE AT ________________________________________

PER LUMP SUM

8004 800000 LUMP SUM

FMT TOLL BOOTH SIGNANGE AT ________________________________________

PER LUMP SUM

AT ________________________________________

Page 281: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL

BOOTH REPLACEMENTS SPECIAL PROVISIONS Contract No. MA 2597-000-006

SCHEDULE OF PRICES NOTE: This proposal shall be filled in by the bidder, with the prices written in words and numerals. The extension amounts of unit costs shall also be filled in. For complete information concerning these items, see Specifications, Special Provisions and Contract Form.

268

UNIT PRICE AMOUNTS ITEM

NOS. CATEGORY

CODES APPROXIMATE

QUANTITIES DESCRIPTION OF ITEM AND PRICE BID

(IN WRITTEN WORDS) DOLLARS CTS. DOLLARS CTS.

AT ________________________________________

AGGREGATE AMOUNTS AT UNIT PRICES USING ITEMS 1001-1009, 4001-4005, 8001-8004 AT ________________________________________

AT ________________________________________

AT ________________________________________

AT ________________________________________

Page 282: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL

BOOTH REPLACEMENTS SPECIAL PROVISIONS Contract No. MA 2597-000-006

269

CONTRACT TIME AND BONDING IT IS FURTHER PROPOSED: A) To do all "Extra Work" required to complete the work contemplated at unit prices or lump

sums to be agreed upon in writing prior to starting such extra work. If unit prices or lump sums cannot be agreed upon, to perform such work on a "Force Account" basis, as provided by the General Provisions.

B) To begin work as specified in the "Notice to Proceed" and to prosecute said work so as to

complete the Contract by: 365 Calendar Days C) If the Bid submitted for this contract is $100,000 or more, to furnish both a Payment Bond

and also a Performance Bond in the full amount of Contract Award as security for the completion of the Contract, in accordance with the Plans, Specifications and Special Provisions.

D) To guarantee that all work performed under this contract will be done in accordance with the

Specifications and Special Provisions and in a good workmanlike manner and to guarantee to renew or repair any work which may be rejected due to defective materials or workmanship prior to final acceptance of the work.

E) To supply such additional information as may be required by the Specifications. F) It is hereby acknowledged that liquidated damages in the amount of Nine Hundred Ten

Dollars and Zero Cents ($910.00)/Calendar Day will be assessed for unauthorized extensions beyond the contracted time of completion.

Page 283: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL

BOOTH REPLACEMENTS SPECIAL PROVISIONS Contract No. MA 2597-000-006

270

BUY AMERICAN STEEL ACT

The steel products used or supplied in the performance of work under this contract shall be from steel made in the United States in accordance with the requirements of Annotated Code of Maryland, State Finance and Procurement Article, Sections 17-301 through 17-306 and COMAR 21.11.02.

In accordance with COMAR 21.11.02.06, if any steel products proposed for use or supply are not of domestic origin, bidders must, in their bid proposals:

1. Identify by name, type, or otherwise, those steel products that are proposed to be of foreign origin and indicate the proposed source of supply of those products.

2. Certify that the bid or offered price of similar domestic steel products is unreasonable pursuant to COMAR 21.11.02.

The use or supply of foreign steel products will only be allowed in accordance with State Finance and Procurement Article, Sections 17-301 through 17-306 and COMAR 21.11.02.

The bidder who elects to supply Domestic Steel Products need not complete this form.

However, the bidder who elects to supply steel of Foreign Manufacture must complete this form. When steel of Foreign Manufacture is proposed, the Contractor must include the costs of Domestic Steel.

American Steel must be utilized if the total cost of Domestic Steel (D) is less than the amount of a twenty percent (20%) increase to the total cost of Foreign Steel (F).

In reference to Section 21.11.02:

A) Buy American Steel if the total cost of Domestic Steel (D) is less than the amount of a twenty percent (20%) increase to the total cost of Foreign Steel (F).

total cost (D) 1.2 x total cost (F); and

B) In a Substantial Labor Surplus Area, Buy American Steel if the total cost of Domestic Steel (D) is less than the amount of a thirty percent (30%) increase to the total cost of Foreign Steel (F).

total cost (D) 1.3 x total cost (F)

Page 284: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL

BOOTH REPLACEMENTS SPECIAL PROVISIONS Contract No. MA 2597-000-006

271

Structural Steel Items Domestic (D) Foreign (F) Category Item No. Description

Costs: Furnishing

Erection/Placement Inspection Cost Duties Transportation Other Costs

Total Item Cost

Structural Steel Items Domestic (D) Foreign (F)

Category Item No. Description

Costs: Furnishing

Erection/Placement Inspection Cost Duties ___ Transportation ___ Other Costs

Total Item Cost

Structural Steel Items Domestic (D) Foreign (F)

Category Item No. Description

Costs: Furnishing

Erection/Placement Inspection Cost

Duties Transportation

Other Costs

Total Item Cost

Page 285: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL

BOOTH REPLACEMENTS SPECIAL PROVISIONS Contract No. MA 2597-000-006

272

Other Than Structural Domestic (D) Foreign (F) Steel Items

Category Item No. Description

Costs: Furnishing

Erection/Placement Inspection Cost Duties Transportation Other Costs

Total Cost of All Steel Items D) F) ________

I hereby certify that the bid or offered price of domestic steel products similar to those listed above is unreasonable pursuant to COMAR 21.11.02.

__________________________ ______________________________ Date Signature

Title

Page 286: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

273 MDOT-OP 015-2 (9/11)

1 of 9

MDOT MBE FORM A STATE-FUNDED CONTRACTS

CERTIFIED MBE UTILIZATION AND FAIR SOLICITATION AFFIDAVIT PAGE 1 OF 2

This affidavit must be included with the bid/proposal. If the bidder/offeror fails to accurately complete and submit this affidavit as required, the bid shall be deemed not responsive or the proposal not susceptible of being selected for award. In connection with the bid/proposal submitted in response to Solicitation No. , I affirm the following: 1. MBE Participation (PLEASE CHECK ONLY ONE)

I have met the overall certified Minority Business Enterprise (MBE) participation goal of Seventeen percent (17%) and the following subgoals, if applicable: Seven percent (7%) for African American-owned MBE firms percent ( %) for Hispanic American-owned MBE firms Four percent (4%) for Asian American-owned MBE firms percent ( %) for Women-owned MBE firms I agree that these percentages of the total dollar amount of the Contract, for the MBE goal and subgoals (if any), will be performed by certified MBE firms as set forth in the MBE Participation Schedule - Part 2 of the MDOT MBE Form B (State-Funded Contracts).

OR

I conclude that I am unable to achieve the MBE participation goal and/or subgoals. I hereby request a waiver, in whole or in part, of the overall goal and/or subgoals. Within 10 business days of receiving notice that our firm is the apparent awardee or as requested by the Procurement Officer, I will submit a written waiver request and all required documentation in accordance with COMAR 21.11.03.11. For a partial waiver request, I agree that certified MBE firms will be used to accomplish the percentages of the total dollar amount of the Contract, for the MBE goal and subgoals (if any), as set forth in the MBE Participation Schedule - Part 2 of the MDOT MBE Form B (State-Funded Contracts). 2. Additional MBE Documentation I understand that if I am notified that I am the apparent awardee or as requested by the Procurement Officer, I must submit the following documentation within 10 business days of receiving such notice: (a) Outreach Efforts Compliance Statement (MDOT MBE Form C - State-Funded Contracts); (b) Subcontractor Project Participation Statement (MDOT MBE Form D - State-Funded Contracts); (c) MBE Waiver Request documentation per COMAR 21.11.03.11 (if waiver was requested); and (d) Any other documentation required by the Procurement Officer to ascertain bidder’s responsibility/ offeror’s susceptibility of being selected for award in connection with the certified MBE participation goal and subgoals, if any. I acknowledge that if I fail to return each completed document (in 2 (a) through (d)) within the required time, the Procurement Officer may determine that I am not responsible and therefore not eligible for contract award or that the proposal is not susceptible of being selected for award.

Page 287: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL

BOOTH REPLACEMENTS SPECIAL PROVISIONS Contract No. MA 2597-000-006

274

2 of 9

MDOT MBE FORM A STATE-FUNDED CONTRACTS

CERTIFIED MBE UTILIZATION AND FAIR SOLICITATION AFFIDAVIT PAGE 2 OF 2

3. Information Provided to MBE firms In the solicitation of subcontract quotations or offers, MBE firms were provided not less than the same information and amount of time to respond as were non-MBE firms. 4. Products and Services Provided by MBE firms I hereby affirm that the MBEs are only providing those products and services for which they are MDOT certified. I solemnly affirm under the penalties of perjury that the information in this affidavit is true to the best of my knowledge, information and belief. _________________________ ________________________ Company Name Signature of Representative _________________________ ________________________ Address Printed Name and Title _________________________ ________________________ City, State and Zip Code Date

MDOT-OP 015-2 (9/11)

Page 288: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL

BOOTH REPLACEMENTS SPECIAL PROVISIONS Contract No. MA 2597-000-006

275

3 of 9

MDOT MBE FORM B STATE-FUNDED CONTRACTS

MBE PARTICIPATION SCHEDULE PART 1 – INSTRUCTIONS FOR MBE PARTICIPATION SCHEDULE PARTS 2 AND 3 MUST BE INCLUDED WITH THE BID/PROPOSAL. IF THE BIDDER/OFFEROR FAILS TO ACCURATELY COMPLETE AND SUBMIT PART 2 WITH THE BID/PROPOSAL AS REQUIRED, THE BID SHALL BE DEEMED NOT RESPONSIVE OR THE PROPOSAL SHALL BE DEEMED NOT SUSCEPTIBLE OF BEING SELECTED FOR AWARD. PAGE 1 OF 2

*** STOP *** FORM INSTRUCTIONS

PLEASE READ BEFORE COMPLETING THIS FORM 1. Please refer to the Maryland Department of Transportation (MDOT) MBE Directory at www.mdot.state.md.us to determine if a

firm is certified for the appropriate North American Industry Classification System (“NAICS”) Code and the product/services description (specific product that a firm is certified to provide or specific areas of work that a firm is certified to perform). For more general information about NAICS, please visit www.naics.com. Only those specific products and/or services for which a firm is certified in the MDOT Directory can be used for purposes of achieving the MBE participation goals.

2. In order to be counted for purposes of achieving the MBE participation goals, the firm must be certified for that specific NAICS

(“MBE” for State-funded projects designation after NAICS Code). WARNING: If the firm’s NAICS Code is in graduated status, such services/products will not be counted for purposes of achieving the MBE participation goals. Graduated status is clearly identified in the MDOT Directory (such graduated codes are designated with the word graduated after the appropriate NAICS Code).

3. Examining the NAICS Code is the first step in determining whether an MBE firm is certified and eligible to receive MBE

participation credit for the specific products/services to be supplied or performed under the contract. The second step is to determine whether a firm’s Products/Services Description in the MBE Directory includes the products to be supplied and/or services to be performed that are being used to achieve the MBE participation goals.

4. If you have any questions as to whether a firm is certified to perform the specific services or provide specific products, please

contact MDOT’s Office of Minority Business Enterprise at 1-800-544-6056 or via email at [email protected].

5. The Contractor’s subcontractors are considered second-tier subcontractors. Third-tier contracting used to meet an MBE goal is to be considered the exception and not the rule. The following two conditions must be met before MDOT, its Modal Administrations and the Maryland Transportation Authority may approve a third-tier contracting agreement: (a) the bidder/offeror must request in writing approval of each third-tier contract arrangement, and (b) the request must contain specifics as to why a third-tier contracting arrangement should be approved. These documents must be submitted with the bid/proposal in Part 2 of this MBE Participation Schedule.

6. For each MBE firm that is being used as a supplier/wholesaler/regular dealer/broker/manufacturer, please follow these

instructions for calculating the amount of the subcontract for purposes of achieving the MBE participation goals:

A. Is the firm certified as a broker of the products/supplies? If the answer is YES, please continue to Item C. If the answer is NO, please continue to Item B.

B. Is the firm certified as a supplier, wholesaler, regular dealer, or manufacturer of such products/supplies? If the answer is

YES, continue to Item D. If the answer is NO, continue to Item C only if the MBE firm is certified to perform trucking/hauling services under NAICS Codes 484110, 484121, 484122, 484210, 484220 and 484230. If the answer is NO and the firm is not certified under these NAICS Codes, then no MBE participation credit will be given for the supply of these products.

C. For purposes of achieving the MBE participation goal, you may count only the amount of any reasonable fee that the MBE

firm will receive for the provision of such products/supplies - not the total subcontract amount or the value (or a percentage thereof) of such products and/or supplies. For Column 3 of the MBE Participation Schedule, please divide the amount of any reasonable fee that the MBE firm will receive for the provision of such products/services by the total Contract value and insert the percentage in Line 3.1.

MDOT-OP 015-2 (9/11)

Page 289: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL

BOOTH REPLACEMENTS SPECIAL PROVISIONS Contract No. MA 2597-000-006

276

4 of 9 PART 1 – INSTRUCTIONS FOR MBE PARTICIPATION SCHEDULE PAGE 2 OF 2 D. Is the firm certified as a manufacturer (refer to the firm’s NAICS Code and specific description of products/services) of the

products/supplies to be provided? If the answer is NO, please continue to Item E. If the answer is YES, for purposes of achieving the MBE participation goal, you may count the total amount of the subcontract. For Column 3 of the MBE Participation Schedule, please divide the total amount of the subcontract by the total Contract value and insert the percentage in Line 3.1.

E. Is the firm certified as a supplier, wholesaler and/or regular dealer? If the answer is YES and the MBE firm is furnishing

and installing the materials and is certified to perform these services, please divide the total subcontract amount (including full value of supplies) by the total Contract value and insert the percentage in Line 3.1. If the answer is YES and the MBE firm is only being used as a supplier, wholesaler and/or regular dealer or is not certified to install the supplies/materials, for purposes of achieving the MBE participation goal, you may only count sixty percent (60%) of the value of the subcontract for these supplies/products (60% Rule). To apply the 60% Rule, first divide the amount of the subcontract for these supplies/products only (not installation) by the total Contract value. Then, multiply the result by sixty percent (60%) and insert the percentage in Line 3.2.

7. For each MBE firm that is not being used as a supplier/wholesaler/regular dealer/broker/manufacturer, to calculate the

amount of the subcontract for purposes of achieving the MBE participation goals, divide the total amount of the subcontract by the total Contract value and insert the percentage in Line 3.1.

Example: $ 2,500 (Total Subcontract Amount) ÷ $10,000 (Total Contract Value) x 100 = 25%

8. WARNING: The percentage of MBE participation, computed using the percentage amounts in Column 3 for all of the MBE firms listed in Part 2, MUST at least equal the MBE participation goal and subgoals (if applicable) as set forth in MDOT MBE Form A – State-Funded Contracts for this solicitation. If a bidder/offeror is unable to achieve the MBE participation goal and/or any subgoals (if applicable), then the bidder/offeror must request a waiver in Form A or the bid will be deemed not responsive, or the proposal not susceptible of being selected for award. You may wish to use the Goal/Subgoal Worksheet shown below to assist you in calculating the percentages and confirming that you have met the applicable MBE participation goal and subgoals (if any).

GOAL/SUBGOAL WORKSHEET

Total African American Firm Participation (Add percentages listed for African American-Owned Firms in Column 3 of MBE Participation Schedule)

(A) ____________________%

Total Hispanic American Firm Participation (Add percentages listed for Hispanic American-Owned Firms in Column 3 of MBE Participation Schedule)

(B) ____________________%

Total Asian American Firm Participation (Add percentages listed for Asian American-Owned Firms in Column 3 of MBE Participation Schedule)

(C) ____________________%

Total Women-Owned Firm Participation (Add percentages listed for Women-Owned Firms in Column 3 of MBE Participation Schedule)

(D) ____________________%

Total for all other MBE Firms (Add percentages for firms listed as Other MBE Classification in Column 3 of the MBE Participation Schedule)

(E) ____________________%

Total MBE Firm Participation (Add percentages listed for all MBE Firms in Column 3 of MBE Participation Schedule)

(F) ____________________%

The percentage amount in Box F should be equal to the sum of the percentage amounts in Boxes A through E.

MDOT-OP 015-2 (9/11)

Page 290: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL

BOOTH REPLACEMENTS SPECIAL PROVISIONS Contract No. MA 2597-000-006

277

5 of 9 MDOT MBE FORM B

STATE-FUNDED CONTRACTS MBE PARTICIPATION SCHEDULE

PART 2 – MBE PARTICIPATION SCHEDULE PARTS 2 AND 3 MUST BE INCLUDED WITH THE BID/PROPOSAL. IF THE BIDDER/OFFEROR FAILS TO ACCURATELY COMPLETE AND SUBMIT PART 2 WITH THE BID/PROPOSAL AS REQUIRED, THE BID SHALL BE DEEMED NOT RESPONSIVE OR THE PROPOSAL SHALL BE DEEMED NOT SUSCEPTIBLE OF BEING SELECTED FOR AWARD. PAGE __ OF ___

Prime Contractor Project Description Solicitation Number

LIST INFORMATION FOR EACH CERTIFIED MBE SUBCONTRACTOR YOU AGREE TO USE TO ACHIEVE THE MBE PARTICIPATION GOAL AND SUBGOALS, IF ANY. COLUMN 1 COLUMN 2 COLUMN 3

Unless the bidder/offeror requested a waiver in MDOT MBE Form A – State Funded Contracts for this solicitation, the cumulative MBE participation for all MBE firms listed herein must equal at least the MBE participation goal and subgoals set forth in Form A.

NAME OF MBE SUBCONTRACTOR AND TIER

CERTIFICATION NO. AND MBE CLASSIFICATION

FOR PURPOSES OF ACHIEVING THE MBE PARTICIPATION GOAL AND SUBGOALS, refer to sections 6 and 7 in Part 1 - Instructions. State the percentage amount of the products/services in Line 3.1, except for those products or services where the MBE firm is being used as a wholesaler, supplier, or regular dealer. For items of work where the MBE firm is being used as a supplier, wholesaler and/or regular dealer, complete Line 3.2 using the 60% Rule.

Please check if MBE firm is a third-tier contractor (if applicable). Please submit written documents in accordance with Section 5 of Part 1 - Instructions

Certification Number: (If dually certified, check only one box.)

African American-Owned

Hispanic American- Owned

Asian American-Owned

Women-Owned

Other MBE Classification

______________________

3.1. TOTAL PERCENTAGE TO BE PAID TO THE SUBCONTRACTOR (STATE THIS PERCENTAGE AS A PERCENTAGE OF THE TOTAL CONTRACT VALUE- EXCLUDING PRODUCTS/SERVICES FROM SUPPLIERS, WHOLESALERS OR REGULAR DEALERS).

__________% (Percentage for purposes of calculating achievement of MBE Participation goal and subgoals, if any) 3.2 TOTAL PERCENTAGE TO BE PAID TO THE SUBCONTRACTOR FOR ITEMS OF WORK WHERE THE MBE FIRM IS BEING USED AS A SUPPLIER, WHOLESALER AND/OR REGULAR DEALER) (STATE THE PERCENTAGE AS A PERCENTAGE OF THE TOTAL CONTRACT VALUE AND THEN APPLY THE 60% RULE PER SECTION 6(E) IN PART 1 - INSTRUCTIONS). _____________% Total percentage of Supplies/Products x _________60% (60% Rule) __________% (Percentage for purposes of calculating achievement of MBE Participation goal and subgoals, if any)

Please check if Continuation Sheets are attached.

MDOT-OP 015-2 (9/11)

Page 291: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL

BOOTH REPLACEMENTS SPECIAL PROVISIONS Contract No. MA 2597-000-006

278

6 of 9 MDOT MBE FORM B

STATE-FUNDED CONTRACTS MBE PARTICIPATION SCHEDULE

CONTINUATION SHEET

PAGE __ OF ___

Prime Contractor Project Description Solicitation Number

LIST INFORMATION FOR EACH CERTIFIED MBE SUBCONTRACTOR YOU AGREE TO USE TO ACHIEVE THE MBE PARTICIPATION GOAL AND SUBGOALS, IF ANY. COLUMN 1 COLUMN 2 COLUMN 3

Unless the bidder/offeror requested a waiver in MDOT MBE Form A – State Funded Contracts for this solicitation, the cumulative MBE participation for all MBE firms listed herein must equal at least the MBE participation goal and subgoals set forth in Form A.

NAME OF MBE SUBCONTRACTOR AND TIER

CERTIFICATION NO. AND MBE CLASSIFICATION

FOR PURPOSES OF ACHIEVING THE MBE PARTICIPATION GOAL AND SUBGOALS, refer to Sections 6 and 7 in Part 1 - Instructions. State the percentage amount of the products/services in Line 3.1, except for those products or services where the MBE firm is being used as a wholesaler, supplier, or regular dealer. For items of work where the MBE firm is being used as a supplier, wholesaler and/or regular dealer, complete Line 3.2 using the 60% Rule.

Please check if MBE firm is a third-tier contractor (if applicable). Please submit written documents in accordance with Section 5 of Part 1 - Instructions

Certification Number: (If dually certified, check only one box.)

African American-Owned

Hispanic American- Owned

Asian American-Owned

Women-Owned

Other MBE Classification

_______________

3.1. TOTAL PERCENTAGE TO BE PAID TO THE SUBCONTRACTOR (STATE THIS PERCENTAGE AS A PERCENTAGE OF THE TOTAL CONTRACT VALUE- EXCLUDING PRODUCTS/SERVICES FROM SUPPLIERS, WHOLESALERS OR REGULAR DEALERS).

__________% (Percentage for purposes of calculating achievement of MBE Participation goal and subgoals, if any) 3.2 TOTAL PERCENTAGE TO BE PAID TO THE SUBCONTRACTOR FOR ITEMS OF WORK WHERE THE MBE FIRM IS BEING USED AS A SUPPLIER, WHOLESALER AND/OR REGULAR DEALER) (STATE THE PERCENTAGE AS A PERCENTAGE OF THE TOTAL CONTRACT VALUE AND THEN APPLY THE 60% RULE PER SECTION 6(E) IN PART 1 - INSTRUCTIONS). _____________% Total percentage of Supplies/Products x _________60% (60% Rule) __________% (Percentage for purposes of calculating achievement of MBE Participation goal and subgoals, if any)

Please check if Continuation Sheets are attached.

MDOT-OP 015-2 (9/11)

Page 292: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL

BOOTH REPLACEMENTS SPECIAL PROVISIONS Contract No. MA 2597-000-006

279 MDOT-OP 015-2 (9/11)

7 of 9 MDOT MBE FORM B

STATE-FUNDED CONTRACTS MBE PARTICIPATION SCHEDULE

PART 3 – CERTIFICATION FOR MBE PARTICIPATION SCHEDULE

PARTS 2 AND 3 MUST BE INCLUDED WITH THE BID/PROPOSAL AS DIRECTED IN THE INVITATION TO BID/ REQUEST FOR PROPOSALS. I hereby affirm that I have reviewed the Products and Services Description (specific product that a firm is certified to provide or areas of work that a firm is certified to perform) set forth in the MDOT MBE Directory for each of the MBE firms listed in Part 2 of this MBE Form B for purposes of achieving the MBE participation goals and subgoals that were identified in the MBE Form A that I submitted with this solicitation, and that the MBE firms listed are only performing those products/services/areas of work for which they are certified. I also hereby affirm that I have read and understand the form instructions set forth in Part 1 of this MBE Form B. The undersigned Prime Contractor hereby certifies and agrees that they have fully complied with the State Minority Business Enterprise law, State Finance and Procurement Article §14-308(a)(2), Annotated Code of Maryland which provides that, except as otherwise provided by law, a contractor may not identify a certified minority business enterprise in a bid or proposal and:

(1) fail to request, receive, or otherwise obtain authorization from the certified minority business enterprise to identify the certified minority business enterprise in its bid or proposal; (2) fail to notify the certified minority business enterprise before execution of the contract of its inclusion of the bid or proposal; (3) fail to use the certified minority business enterprise in the performance of the contract; or (4) pay the certified minority business enterprise solely for the use of its name in the bid or proposal.

I solemnly affirm under the penalties of perjury that the contents of Parts 2 and 3 of MDOT MBE Form B are true to the best of my knowledge, information and belief. ____________________________________ _______________________________________ Company Name Signature of Representative ____________________________________ _______________________________________ Address Printed Name and Title

____________________________________ _______________________________________ City, State and Zip Code Date

Page 293: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

280 MDOT-OP 015-2 (9/11)

8 of 9

MDOT MBE FORM C STATE-FUNDED CONTRACTS

OUTREACH EFFORTS COMPLIANCE STATEMENT In conjunction with the offer/proposal submitted in response to Solicitation No.___________, I state the following: 1. Bidder/Offeror took the following efforts to identify subcontracting opportunities in these specific work categories: 2. Attached to this form are copies of written solicitations (with bidding/proposal instructions) used to solicit certified MBE firms for these subcontract opportunities. 3. Bidder/Offeror made the following attempts to personally contact the solicited MBE firms: 4. Please Check One:

□ This project does not involve bonding requirements.

□ Bidder/Offeror assisted MBE firms to fulfill or seek waiver of bonding requirements. (DESCRIBE EFFORTS) 5. Please Check One: □ Bidder/Offeror did attend the pre-bid/pre-proposal meeting/conference.

□ No pre-bid/pre-proposal meeting/conference was held.

□ Bidder/Offeror did not attend the pre-bid/pre-proposal meeting/conference. _________________________ ________________________ Company Name Signature of Representative _________________________ ________________________ Address Printed Name and Title _________________________ ________________________ City, State and Zip Code Date

Page 294: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL

BOOTH REPLACEMENTS SPECIAL PROVISIONS Contract No. MA 2597-000-006

281 MDOT-OP 015-2 (9/11)

9 of 9

MDOT MBE FORM D STATE-FUNDED CONTRACTS

MBE SUBCONTRACTOR PROJECT PARTICIPATION AFFIDAVIT IF THE BIDDER/OFFEROR FAILS TO RETURN THIS AFFIDAVIT WITHIN THE REQUIRED TIME, THE PROCUREMENT OFFICER MAY DETERMINE THAT THE BIDDER/OFFEROR IS NOT RESPONSIBLE AND THEREFORE NOT ELIGIBLE FOR CONTRACT AWARD OR THAT THE PROPOSAL IS NOT SUSCEPTIBLE OF BEING SELECTED FOR AWARD. SUBMIT ONE FORM FOR EACH CERTIFIED MBE FIRM LISTED IN THE MBE PARTICIPATION SCHEDULE. BIDDERS/OFFERORS ARE HIGHLY ENCOURAGED TO SUBMIT FORM D PRIOR TO THE TEN (10) DAY DEADLINE. Provided that _________________________________________________ (Prime Contractor’s Name) is awarded the State contract in conjunction with Solicitation No. _______________________, such Prime Contractor will enter into a subcontract with ____________________(Subcontractor’s Name) committing to participation by the MBE firm ___________________ (MBE Name) with MDOT Certification Number _______________ (if subcontractor previously listed is also the MBE firm, please restate name and provide MBE Certification Number) which will receive at least $___________ or ___% (Total Subcontract Amount/ Percentage) for performing the following products/services for the Contract:

NAICS CODE WORK ITEM, SPECIFICATION NUMBER, LINE ITEMS OR WORK CATEGORIES (IF APPLICABLE)

DESCRIPTION OF SPECIFIC PRODUCTS AND/OR SERVICES

I solemnly affirm under the penalties of perjury that the information provided in this MBE Subcontractor Project Participation Affidavit is true to the best of my knowledge, information and belief. I acknowledge that, for purposes of determining the accuracy of the information provided herein, the Procurement Officer may request additional information, including, without limitation, copies of the subcontract agreements and quotes.

PRIME CONTRACTOR Signature of Representative: __________________________________ Printed Name and Title:________________ ___________________________________ Firm’s Name: _______________________ Federal Identification Number: __________ Address: ___________________________ ___________________________________ Telephone: _________________________ Date: _____________________________

SUBCONTRACTOR (SECOND-TIER) Signature of Representative: ___________________________________ Printed Name and Title:________________ ___________________________________ Firm’s Name: ________________________ Federal Identification Number: __________ Address: ___________________________ ___________________________________ Telephone: _________________________ Date: ______________________________

SUBCONTRACTOR (THIRD-TIER) Signature of Representative: ___________________________________ Printed Name and Title:________________ ___________________________________ Firm’s Name: ________________________ Federal Identification Number: __________ Address: ___________________________ ___________________________________ Telephone: _________________________ Date: ______________________________

IF MBE FIRM IS A THIRD-TIER SUBCONTRACTOR, THIS FORM MUST ALSO BE EXECUTED BY THE SECOND-TIER SUBCONTRACTOR THAT HAS THE SUBCONTRACT AGREEMENT WITH THE MBE FIRM.

Page 295: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

282 MDOT-OP 015-2 (9/11)

1 of 5

Bid/Proposal Affidavit

A. AUTHORITY

I HEREBY AFFIRM THAT: I, ___________________ (name of affiant) am the __________________ (title) and duly authorized representative of ____________________ (name of business entity) and that I possess the legal authority to make this affidavit on behalf of the business for which I am acting.

B. CERTIFICATION REGARDING COMMERCIAL NONDISCRIMINATION

The undersigned bidder hereby certifies and agrees that the following information is correct: In preparing its bid on this project, the bidder has considered all proposals submitted from qualified, potential subcontractors and suppliers, and has not engaged in "discrimination" as defined in §19-103 of the State Finance and Procurement Article of the Annotated Code of Maryland. "Discrimination" means any disadvantage, difference, distinction, or preference in the solicitation, selection, hiring, or commercial treatment of a vendor, subcontractor, or commercial customer on the basis of race, color, religion, ancestry, or national origin, sex, age, marital status, sexual orientation, or on the basis of disability or any otherwise unlawful use of characteristics regarding the vendor's, supplier's, or commercial customer's employees or owners. "Discrimination" also includes retaliating against any person or other entity for reporting any incident of "discrimination". Without limiting any other provision of the solicitation on this project, it is understood that, if the certification is false, such false certification constitutes grounds for the State to reject the bid submitted by the bidder on this project, and terminate any contract awarded based on the bid. As part of its bid or proposal, the bidder herewith submits a list of all instances within the past 4 years where there has been a final adjudicated determination in a legal or administrative proceeding in the State of Maryland that the bidder discriminated against subcontractors, vendors, suppliers, or commercial customers, and a description of the status or resolution of that determination, including any remedial action taken. Bidder agrees to comply in all respects with the State's Commercial Nondiscrimination Policy as described under Title 19 of the State Finance and Procurement Article of the Annotated Code of Maryland.

B-1. CERTIFICATION REGARDING MINORITY BUSINESS ENTERPRISES.

The undersigned bidder hereby certifies and agrees that it has fully complied with the State Minority Business Enterprise Law, State Finance and Procurement Article, §14-308(a)(2), Annotated Code of Maryland, which provides that, except as otherwise provided by law, a contractor may not identify a certified minority business enterprise in a bid or proposal and:

(1) Fail to request, receive, or otherwise obtain authorization from the certified minority business enterprise to identify the certified minority proposal;

(2) Fail to notify the certified minority business enterprise before execution of the contract of its inclusion in the bid or proposal;

(3) Fail to use the certified minority business enterprise in the performance of the contract; or

(4) Pay the certified minority business enterprise solely for the use of its name in the bid or proposal.

Page 296: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL

BOOTH REPLACEMENTS SPECIAL PROVISIONS Contract No. MA 2597-000-006

283

Without limiting any other provision of the solicitation on this project, it is understood that if the certification is false, such false certification constitutes grounds for the State to reject the bid submitted by the bidder on this project, and terminate any contract awarded based on the bid.

B-2. CERTIFICATION REGARDING VETERAN-OWNED SMALL BUSINESS ENTERPRISES.

The undersigned bidder hereby certifies and agrees that it has fully complied with the State veteran-owned small business enterprise law, State Finance and Procurement Article, §14-605, Annotated Code of Maryland, which provides that a person may not:

(1) Knowingly and with intent to defraud, fraudulently obtain, attempt to obtain, or aid another person in fraudulently obtaining or attempting to obtain public money, procurement contracts, or funds expended under a procurement contract to which the person is not entitled under this title;

(2) Knowingly and with intent to defraud, fraudulently represent participation of a veteran–owned small business enterprise in order to obtain or retain a bid preference or a procurement contract;

(3) Willfully and knowingly make or subscribe to any statement, declaration, or other document that is fraudulent or false as to any material matter, whether or not that falsity or fraud is committed with the knowledge or consent of the person authorized or required to present the declaration, statement, or document;

(4) Willfully and knowingly aid, assist in, procure, counsel, or advise the preparation or presentation of a declaration, statement, or other document that is fraudulent or false as to any material matter, regardless of whether that falsity or fraud is committed with the knowledge or consent of the person authorized or required to present the declaration, statement, or document;

(5) Willfully and knowingly fail to file any declaration or notice with the unit that is required by COMAR 21.11.12; or

(6) Establish, knowingly aid in the establishment of, or exercise control over a business found to have violated a provision of §B-2(1)—(5) of this regulation.

C. AFFIRMATION REGARDING BRIBERY CONVICTIONS

I FURTHER AFFIRM THAT:

Neither I, nor to the best of my knowledge, information, and belief, the above business (as is defined in Section 16-101(b) of the State Finance and Procurement Article of the Annotated Code of Maryland), or any of its officers, directors, partners, controlling stockholders, or any of its employees directly involved in the business's contracting activities including obtaining or performing contracts with public bodies has been convicted of, or has had probation before judgment imposed pursuant to Criminal Procedure Article, §6-220, Annotated Code of Maryland, or has pleaded nolo contendere to a charge of, bribery, attempted bribery, or conspiracy to bribe in violation of Maryland law, or of the law of any other state or federal law, except as follows (indicate the reasons why the affirmation cannot be given and list any conviction, plea, or imposition of probation before judgment with the date, court, official or administrative body, the sentence or disposition, the name(s) of person(s) involved, and their current positions and responsibilities with the business):

____________________________________________________________

____________________________________________________________

Page 297: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL

BOOTH REPLACEMENTS SPECIAL PROVISIONS Contract No. MA 2597-000-006

284

___________________________________________________________.

D. AFFIRMATION REGARDING OTHER CONVICTIONS

I FURTHER AFFIRM THAT:

Neither I, nor to the best of my knowledge, information, and belief, the above business, or any of its officers, directors, partners, controlling stockholders, or any of its employees directly involved in the business's contracting activities including obtaining or performing contracts with public bodies, has:

(1) Been convicted under state or federal statute of:

(a) A criminal offense incident to obtaining, attempting to obtain, or performing a public or private contract; or

(b) Fraud, embezzlement, theft, forgery, falsification or destruction of records or receiving stolen property;

(2) Been convicted of any criminal violation of a state or federal antitrust statute;

(3) Been convicted under the provisions of Title 18 of the United States Code for violation of the Racketeer Influenced and Corrupt Organization Act, 18 U.S.C. §1961 et seq., or the Mail Fraud Act, 18 U.S.C. §1341 et seq., for acts in connection with the submission of bids or proposals for a public or private contract;

(4) Been convicted of a violation of the State Minority Business Enterprise Law, §14-308 of the State Finance and Procurement Article of the Annotated Code of Maryland;

(5) Been convicted of a violation of §11-205.1 of the State Finance and Procurement Article of the Annotated Code of Maryland;

(6) Been convicted of conspiracy to commit any act or omission that would constitute grounds for conviction or liability under any law or statute described in subsections (1)—(5) above;

(7) Been found civilly liable under a state or federal antitrust statute for acts or omissions in connection with the submission of bids or proposals for a public or private contract;

(8) Been found in a final adjudicated decision to have violated the Commercial Nondiscrimination Policy under Title 19 of the State Finance and Procurement Article of the Annotated Code of Maryland with regard to a public or private contract; or

(9) Admitted in writing or under oath, during the course of an official investigation or other proceedings, acts or omissions that would constitute grounds for conviction or liability under any law or statute described in §§B and C and subsections D(1)—(8) above, except as follows (indicate reasons why the affirmations cannot be given, and list any conviction, plea, or imposition of probation before judgment with the date, court, official or administrative body, the sentence or disposition, the name(s) of the person(s) involved and their current positions and responsibilities with the business, and the status of any debarment):

____________________________________________________________

____________________________________________________________

Page 298: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL

BOOTH REPLACEMENTS SPECIAL PROVISIONS Contract No. MA 2597-000-006

285

___________________________________________________________.

E. AFFIRMATION REGARDING DEBARMENT

I FURTHER AFFIRM THAT:

Neither I, nor to the best of my knowledge, information, and belief, the above business, or any of its officers, directors, partners, controlling stockholders, or any of its employees directly involved in the business's contracting activities, including obtaining or performing contracts with public bodies, has ever been suspended or debarred (including being issued a limited denial of participation) by any public entity, except as follows (list each debarment or suspension providing the dates of the suspension or debarment, the name of the public entity and the status of the proceedings, the name(s) of the person(s) involved and their current positions and responsibilities with the business, the grounds of the debarment or suspension, and the details of each person's involvement in any activity that formed the grounds of the debarment or suspension).

____________________________________________________________

____________________________________________________________

___________________________________________________________.

F. AFFIRMATION REGARDING DEBARMENT OF RELATED ENTITIES

I FURTHER AFFIRM THAT:

(1) The business was not established and it does not operate in a manner designed to evade the application of or defeat the purpose of debarment pursuant to Sections 16-101, et seq., of the State Finance and Procurement Article of the Annotated Code of Maryland; and

(2) The business is not a successor, assignee, subsidiary, or affiliate of a suspended or debarred business, except as follows (you must indicate the reasons why the affirmations cannot be given without qualification):

___________________________________________________________

____________________________________________________________

___________________________________________________________.

G. SUB-CONTRACT AFFIRMATION

I FURTHER AFFIRM THAT:

Neither I, nor to the best of my knowledge, information, and belief, the above business, has knowingly entered into a contract with a public body under which a person debarred or suspended under Title 16 of the State Finance and Procurement Article of the Annotated Code of Maryland will provide, directly or indirectly, supplies, services, architectural services, construction related services, leases of real property, or construction.

Page 299: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL

BOOTH REPLACEMENTS SPECIAL PROVISIONS Contract No. MA 2597-000-006

286

H. AFFIRMATION REGARDING COLLUSION

I FURTHER AFFIRM THAT:

Neither I, nor to the best of my knowledge, information, and belief, the above business has:

(1) Agreed, conspired, connived, or colluded to produce a deceptive show of competition in the compilation of the accompanying bid or offer that is being submitted;

(2) In any manner, directly or indirectly, entered into any agreement of any kind to fix the bid price or price proposal of the bidder or offeror or of any competitor, or otherwise taken any action in restraint of free competitive bidding in connection with the contract for which the accompanying bid or offer is submitted.

I. CERTIFICATION OF TAX PAYMENT

I FURTHER AFFIRM THAT:

Except as validly contested, the business has paid, or has arranged for payment of, all taxes due the State of Maryland and has filed all required returns and reports with the Comptroller of the Treasury, the State Department of Assessments and Taxation, and the Department of Labor, Licensing, and Regulation, as applicable, and will have paid all withholding taxes due the State of Maryland prior to final settlement.

J. CONTINGENT FEES

I FURTHER AFFIRM THAT:

The business has not employed or retained any person, partnership, corporation, or other entity, other than a bona fide employee, bona fide agent, bona fide salesperson, or commercial selling agency working for the business, to solicit or secure the Contract, and that the business has not paid or agreed to pay any person, partnership, corporation, or other entity, other than a bona fide employee, bona fide agent, bona fide salesperson, or commercial selling agency, any fee or any other consideration contingent on the making of the Contract.

K. ACKNOWLEDGEMENT

I ACKNOWLEDGE THAT this Affidavit is to be furnished to the Procurement Officer and may be distributed to units of: (1) the State of Maryland; (2) counties or other subdivisions of the State of Maryland; (3) other states; and (4) the federal government. I further acknowledge that this Affidavit is subject to applicable laws of the United States and the State of Maryland, both criminal and civil, and that nothing in this Affidavit or any contract resulting from the submission of this bid or proposal shall be construed to supersede, amend, modify or waive, on behalf of the State of Maryland, or any unit of the State of Maryland having jurisdiction, the exercise of any statutory right or remedy conferred by the Constitution and the laws of Maryland with respect to any misrepresentation made or any violation of the obligations, terms and covenants undertaken by the above business with respect to (1) this Affidavit, (2) the contract, and (3) other Affidavits comprising part of the contract.

I DO SOLEMNLY DECLARE AND AFFIRM UNDER THE PENALTIES OF PERJURY THAT THE CONTENTS OF THIS AFFIDAVIT ARE TRUE AND CORRECT TO THE BEST OF MY KNOWLEDGE, INFORMATION, AND BELIEF.

Date: _______________________

Page 300: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL

BOOTH REPLACEMENTS SPECIAL PROVISIONS Contract No. MA 2597-000-006

287

By: __________________________________ (print name of Authorized Representative and Affiant)

___________________________________ (signature of Authorized Representative and Affiant)

Page 301: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL BOOTH REPLACEMENTS

SPECIAL PROVISIONS Contract No. MA 2597-000-006

288 MDOT-OP 015-2 (9/11)

PROPOSAL GUARANTY

A Bid Security will not be required on Contract Proposals under $100,000.

A Bid Security totaling 5% of the bid amount will be required on bids of $100,000 or more.

Acceptable security for bids shall be as follows:

1) A bond in a form satisfactory to the State underwritten by a company licensed to issue bonds in this State.

2) A bank certified check, bank cashier's check, bank treasurer's check, or cash; or

3) Pledge of securities backed by the full faith and credit of the United States

government or bonds issued by the State of Maryland.

A bidder who elects to furnish a Bid Bond is requested to use the form provided with this Proposal. On all Bid Bonds, the amount should be specified in dollars, both in words and in figures, or in percentages. A bidder who elects to furnish a bank check as security shall complete the Bid Guarantee Form provided with this Proposal.

Page 302: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL

BOOTH REPLACEMENTS SPECIAL PROVISIONS Contract No. MA 2597-000-006

289

1 of 2

BID GUARANTEE (For use with bank certified, bank cashiers or bank treasurer’s checks)

KNOW ALL MEN BY THESE PRESENTS, That

(Bidding Company) hereinafter called the Principal is held and firmly bound unto the State of Maryland, by and through the Maryland Transportation Authority, for the sum of ______________________________________________________________________ ($ _____________________) for payment of which sum the Principal binds itself, its heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.

WHEREAS, the Principal has submitted a bid for MDTA Contract No. MA 2597-000-006 , FMT and WPL Toll Booth Replacements_ ____________________________________________________________________; and

WHEREAS, as security for said bid the Principal has elected to provide a bank certified check, bank cashier’s check, or bank treasurer’s check in the sum stated above; and

WHEREAS, said bank certified check, bank cashier’s check, or bank treasurer’s check is attached hereto and incorporated herein in the sum stated above as security for this bid guarantee.

NOW, THEREFORE, if the Principal, upon acceptance by the State of its bid identified above, within the period specified for acceptance (ninety (90) days if no period is specified) fails to execute such further contractual documents and give such payment and performance guarantees as may be required by the terms of the bid within the time specified (ten 10) days if no period is specified), then the State may recover from the security provided for this bid guarantee any cost of procuring the work which exceeds the amount of the Principal’s bid, to the limits of the sum stated above.

Page 303: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL

BOOTH REPLACEMENTS SPECIAL PROVISIONS Contract No. MA 2597-000-006

290

2 of 2

FOR INDIVIDUALS

In Presence Of: Individual Principal

Witness ______________________________ as to __________________________________ _____________________________________________________________________

FOR PARTNERSHIPS In Presence Of: Co-Partnership Principal

Witness _________________________________________ (Name of Co-Partnership)

____________________________ By: _________________________________ ____________________________ as to __________________________________ ____________________________ as to ___________________________________ ____________________________________________________________________ SP 801

FOR CORPORATIONS

Corporate Principal Attest: _____________________________________ (Name of Corporation)

AFFIX ____________________________ By ________________ CORPORATE

President SEAL _____________________________________________________________________

Page 304: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL

BOOTH REPLACEMENTS SPECIAL PROVISIONS Contract No. MA 2597-000-006

291

1 of 3

BID BOND Bond No.____________________________ We, __________________________________________ as Principal, hereinafter called the “Principal”, and _________________________________________________a corporation duly organized under the laws of the State of ________________________ or an individual surety qualified in accordance with State Finance and Procurement Article, Section 13-207 or Section 17-104, Annotated Code of Maryland, as Surety, hereinafter called the “Surety”, are held and firmly bound unto the State of Maryland, hereinafter called “State” for the sum of ___________________________________________________________________________ ($ _______________________________),for the payment of which sum, the Principal and the Surety bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for _______________________________ _____________________________________________________________________________ _____________________________________________________________________________ NOW, THEREFORE, if the Principal, upon acceptance by the State of its bid identified above, within the period specified therein for acceptance (ninety (90) days, if no period is specified), shall execute such further contractual documents, if any, and give such bond(s) as may be required by the terms of the bid as accepted within the time specified (ten (10) days if no period is specified) after receipt of the forms, or in the event of failure so to execute such further contractual documents and give such bonds, if the Principal shall pay the State the difference not to exceed the penalty hereof between the amount specified in Principal’s bid and such larger amount for which the State may in good faith contract with another party to perform the work covered by said bid, then the above obligation shall be void and of no effect. The Surety executing this instrument hereby agrees that its obligation shall not be impaired by any extension(s) of the time for acceptance of the bid that the Principal may grant to the State, notice of which extension(s) to the Surety being hereby waived; provided that such waiver of notice shall apply only with respect to extensions aggregating not more than ninety (90) calendar days in addition to the period originally allowed for acceptance of the bid. .

Page 305: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL

BOOTH REPLACEMENTS SPECIAL PROVISIONS Contract No. MA 2597-000-006

292

2 of 3

FOR INDIVIDUALS In Presence of: Individual Principal Witness __________________________________ (Name) _____________________________ as to ________________________________ (SEAL) FOR PARTNERSHIPS In Presence of: Partnership Principal Witness __________________________________ (Name) _____________________________ as to ________________________________ (SEAL) Partner _____________________________ as to ________________________________ (SEAL) Partner _____________________________ as to ________________________________ (SEAL) Partner FOR CORPORATIONS Attest: Corporate Principal __________________________________ (Name of Corporation) _____________________________ By: ______________________________

AFFIX SEAL

Secretary President

Page 306: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL

BOOTH REPLACEMENTS SPECIAL PROVISIONS Contract No. MA 2597-000-006

293

3 of 3

SURETY Name of Surety: ______________________________________________________ Business Address: ____________________________________________________ ____________________________________________________ Attest: ______________________________ By: __________________________________ Attorney-in-fact

AFFIX SEAL

Bonding Agent’s Name __________________________________________________ Agent’s Address ________________________________________________________ Approved as to form and legal sufficiency this _____ day of _____________________ 20 _____ ______________________________ Assistant Attorney General

Page 307: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL

BOOTH REPLACEMENTS SPECIAL PROVISIONS Contract No. MA 2597-000-006

294

1 of 4

EXPERIENCE QUESTIONNAIRE Contract No._____________________

I. General a. Legal Title and Address of Organization

b. Maryland Representative's Name, Title and Address

c. Corporation Co-Partnership Individual (Check One)

II. Experience

a. Indicate type of contracting undertaken by your organization and years' experience General Sub Type ____________________ Years Years

b. State construction experience of principle members of your organization

Construction Experience

Name Title Years Experience

Type of Work Highway, Etc. In What Capacity

Foreman, Etc.

c. Give any special qualifications of firm members (Registered Engineer, Surveyors, etc.)

Page 308: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL

BOOTH REPLACEMENTS SPECIAL PROVISIONS Contract No. MA 2597-000-006

295

2 of 4 d. List some principal projects completed by your organization.

Description General or Sub (If Sub, what

Type of Work)

Your Contract Amount

Year Contract

Name/Number

Page 309: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL

BOOTH REPLACEMENTS SPECIAL PROVISIONS Contract No. MA 2597-000-006

296

3 of 4

e. Have you ever performed work for the U.S Government? ________; any State Government? __________ (List State); any County or City Government?________

(List). If yes to any of above please list references.

f. Have you ever failed to complete any work awarded to you?__________________ If so, where and why?

g. Has any officer or partner of your organization ever been an officer or partner of

some other organization that failed to complete a construction contract? ______ If so, state name of individual, other organization and reason therefore.

h. Has any officer or partner of your organization ever failed to complete a construction contract handled in his own name? ________________________________________

If so, state name of individual, name of Owner and reason therefore.

Ill. Award of Contract a. If awarded this contract, do you intend to sublet any portion of the work? If so,

state item numbers or description, and if known, the name and address of the subcontractor.

Page 310: MARYLAND TRANSPORTATION AUTHORITY …...2012/10/08  · MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland Invitation for Bids FORT MCHENRY AND BAY BRIDGE FACILITIES Contract No.

Maryland Transportation Authority

FMT AND WPL TOLL

BOOTH REPLACEMENTS SPECIAL PROVISIONS Contract No. MA 2597-000-006

297

4 of 4 b. Work presently under contract to, or pending award to your organization.

Contract No. Or Description

Total Cost of Project

Amount of Work Completed

Amount to be

Completed Probable Date of

Completion

IV. Bidder Certification The above statements are certified to be true and accurate and we have the equipment, labor, supervision and financial capacity to perform this contract, either with our organization or with subcontractors, as provided in Section GP-8.01. Dated at _____________________ this _________________ day of___________ 20_______ By ________________________________ ___________________________________ Title of Person Signing ___________________________________ Name of Organization State of ______________________ County of ____________________ ___________________________________________ being duly sworn states that he is ____________________________ of __________________________ and that the answers to the foregoing questions and all statements therein contained are true an Sworn to before me this _________________ day of ________________ 20_______ ________________________________ Notary Public My Commission expires: _________________