You are on page 1of 1140

MARYLAND TRANSPORTATION AUTHORITY

Baltimore, Maryland
Invitation for Bids
WILLIAM PRESTON LANE, JR. MEMORIAL BRIDGE

Contract No. BB-2829-000-006


BAY BRIDGE FACILITY HVAC REPLACEMENT
Anne Arundel County
SMALL BUSINESS RESERVE
April 8, 2016
Prospective Bidders who have received this document from a source other than
https://emaryland.buyspeed.com/bso/ and wish to assure receipt of any changes or
additional materials to the IFB, should immediately log into the eMaryland
Marketplace website for this Solicitation so that amendments or other
communications are sent directly to them.

**Minority Business Enterprises are Encouraged to respond to this Solicitation.**

VERSION 11.9 October 20, 2015

INTENTIONALLY LEFT BLANK

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT
Contract No. BB-2829-000-006

TABLE OF CONTENTS
TABLE OF CONTENTS .......................................................................................................I
INVITATION FOR BIDS ...................................................................................................... 1
KEY INFORMATION SUMMARY SHEET ...................................................................................................... 1
PROJECT SCOPE OF WORK ............................................................................................................................. 3
QUALIFICATIONS AND EXPERIENCE REQUIREMENTS ........................................................................... 4

PART A ................................................................................................................................. 5
GENERAL INFORMATION ............................................................................................... 6
GI-1 SPECIFICATIONS ...................................................................................................................................... 6
GI-2 PROJECT DESCRIPTION .......................................................................................................................... 7
GI-3 PROJECT TIME .......................................................................................................................................... 7
GI-4 PROCUREMENT OFFICER ....................................................................................................................... 7
GI-5 CONTRACT MANAGER ........................................................................................................................... 7
GI-6 PRE-BID MEETING AND SITE VISIT ..................................................................................................... 8
GI-7 QUESTIONS DUE DATE .......................................................................................................................... 8
GI-8 EMARYLAND MARKET PLACE ............................................................................................................. 8
GI-9 BIDDERS LIST .......................................................................................................................................... 9
GI-10 ELECTRONIC COMMUNICATIONS ..................................................................................................... 9
GI-11 BID DUE DATE AND SUBMITTAL REQUIREMENTS ..................................................................... 10
GI-12 REVISIONS TO THE IFB ....................................................................................................................... 11
GI-13 CONTRACTORS RESPONSIBILITY .................................................................................................... 11
GI-14 BID GUARANTY AND BONDING REQUIREMENTS........................................................................ 12
GI-15 ELECTRONIC FUNDS TRANSFER ...................................................................................................... 14
GI-16 VERIFICATION OF REGISTRATION AND TAX PAYMENT ............................................................ 14
GI17 ARREARAGES ...................................................................................................................................... 15
GI-18 BID/PROPOSAL AFFIDAVIT ............................................................................................................... 15

CONTRACT PROVISIONS ............................................................................................... 16


CP-1 MINORITY BUSINESS ENTERPRISE/AFFIRMATIVE ACTION/CONTRACT COMPLIANCE...... 16
CP-2 SMALL BUSINESS RESERVE PROCUREMENT ................................................................................. 17
CP-3 IMPORTANT INFORMATION REGARDING VETERAN-OWNED SMALL BUSINESS
ENTERPRISE (VSBE) BIDDING AND REQUIREMENTS ................................................................... 18

PART B-1 ............................................................................................................................. 24


SPECIAL PROVISIONS .................................................................................................... 24
SP 1-1 TC-5.02 EARLY SUBMISSIONS .......................................................................................................... 24
SP 1-2 WORK HOURS ...................................................................................................................................... 24
SP 1-3 PROGRESS SCHEDULE REQUIREMENTS ....................................................................................... 25
SP 1-4 CONTRACTORS EMPLOYEE IDENTIFICATION ........................................................................... 25
SP 1-5 PROGRESS PHOTOGRAPHS ............................................................................................................... 26
SP 1-6 ACCESS TO PROJECT SITE................................................................................................................. 26
SP 1-7 REFERENCE DOCUMENTS ................................................................................................................ 26
SP1-8 RIGHT-OF-WAY STATUS .................................................................................................................... 26

GENERAL PROVISIONS .................................................................................................. 27


GP-1.03 ORGANIZATIONAL DEFINITIONS ................................................................................................ 28
GP-1.05 DEFINITIONS .................................................................................................................................... 29
I

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT
Contract No. BB-2829-000-006
GP-2.04 SITE INVESTIGATION ...................................................................................................................... 30
GP-2.23 BID PROTEST ..................................................................................................................................... 31
GP-4.10 WARRANTY OF CONSTRUCTION ................................................................................................. 32
GP-5.06 COOPERATION BETWEEN CONTRACTORS ................................................................................ 33
GP-5.12 FAILURE TO MAINTAIN ENTIRE PROJECT ................................................................................. 35
GP-7.05 CONSTRUCTION SAFETY AND HEALTH STANDARDS ............................................................ 36
GP-7.14 LIABILITY INSURANCE .................................................................................................................. 44
GP-8.01 SUBCONTRACTING ......................................................................................................................... 45
GP-8.09 LIQUIDATED DAMAGES ................................................................................................................ 46
GP-9.01 SCOPE OF PAYMENT....................................................................................................................... 47

TERMS AND CONDITIONS ............................................................................................. 49


TC-4.01 WORKING DRAWINGS .................................................................................................................... 50
TC-5.01 INSURANCE ...................................................................................................................................... 58
TC-5.02 NOTICE TO PROCEED AND PROJECT SCHEDULE ..................................................................... 61
TC-5.03 SUBCONTRACTING AND SUBCONTRACTORS.......................................................................... 62
TC-7.05 PROGRESS PAYMENT ..................................................................................................................... 65
TC-7.07 LATE PAYMENTS ............................................................................................................................. 67

CONTRACT SPECIFICATIONS...................................................................................... 68
SECTION 103 ENGINEERS OFFICE ........................................................................................................... 69
SECTION 109 CRITICAL PATH METHOD PROJECT SCHEDULE .......................................................... 73
SECTION 113 DIGITAL CAMERA ............................................................................................................... 74
SECTION 499 WORKING DRAWINGS ....................................................................................................... 76
SECTION 805 ELECTRICAL CONDUITS AND FITTINGS ........................................................................ 77
SECTION 809 TRENCHING AND BACKFILL ............................................................................................ 83
SECTION 810 ELECTRICAL CABLE, WIRE, AND CONNECTORS........................................................ 86
SECTION 811 ELECTRICAL HAND HOLES, MANHOLES, HANDBOXES, PULL AND JUNCTION
BOXES ...................................................................................................................................................... 91
SECTION 831 MISS UTILITY ....................................................................................................................... 94
SECTION 839 TELECOMMUNICATIONS AND DATA CABLING ......................................................... 107
SECTION 840 FIBER OPTIC CABLES ........................................................................................................ 110
SECTION 841 - FIBER OPTIC CABLE TERMINATIONS AND SPLICING ............................................... 114
SECTION 844 FIBER OPTIC PATCH CORDS ............................................................................................ 121
SECTION 875 UTILITIES STATEMENT ................................................................................................... 124
NATIONAL COOPERATIVE HIGHWAY RESEARCH PROGRAM (NCHRP) REPORT 350 AND THE
MANUAL FOR ASSESSING SAFETY HARDWARE (MASH) IMPLEMENTATION SCHEDULE
FOR DEVICES USED IN THE MAINTENANCE OF TRAFFIC ...... ERROR! BOOKMARK NOT DEFINED.
OCCUPYING WETLANDS ............................................................................................................................ 130
HIGH VISIBILITY SAFETY APPAREL POLICY ......................................................................................... 131
REQUIRED PERMITS .................................................................................................................................... 133
MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MDMUTCD) REQUIREMENTS ................. 134
ELECTRONIC DATA SUBMISSION REQUIREMENTS FOR GEOGRAPHICAL INFORMATION
SYSTEM ................................................................................................................................................. 135
APPENDIX 1 - ASBESTOS INSPECTION REPORT WILLIAM PRESTON LANE, JR. MEMORIAL BRIDGE
FACILITY .................................................................................................................................................. 141

TECHNICAL SECTIONS ................................................................................................ 205


SECTION 003129 - HVAC SPECIFICATIONS .............................................................................................. 207
SECTION 011000 MISCELLANEOUS CONSTRUCTION (ALLOWANCE) ............................................ 210
SECTION 011010 BUILDING UPGRADES ................................................................................................ 211
SECTION 014200 REFERENCES ................................................................................................................ 215
SECTION 015000 - TEMPORARY FACILITIES AND CONTROLS ............................................................ 234
SECTION 017329 CUTTING AND PATCHING ......................................................................................... 238
SECTION 017823 OPERATION AND MAINTENANCE DATA ............................................................... 243
II

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT
Contract No. BB-2829-000-006
SECTION 017900 DEMONSTRATION AND TRAINING ......................................................................... 254
SECTION 024119 - SELECTIVE STRUCTURE DEMOLITION .................................................................. 261
SECTION 033000 - CAST-IN-PLACE CONCRETE ...................................................................................... 269
SECTION 048100 UNIT MASONRY ASSEMBLIES ................................................................................. 284
SECTION 053100 - STEEL DECKING ........................................................................................................... 298
SECTION 055000 - METAL FABRICATIONS .............................................................................................. 305
SECTION 055213 - PIPE AND TUBE RAILINGS ......................................................................................... 313
SECTION 061000 - ROUGH CARPENTRY ................................................................................................... 321
SECTION 077200 - ROOF ACCESSORIES ................................................................................................... 329
SECTION 078413 - THROUGH-PENETRATION FIRESTOP SYSTEMS ................................................... 337
SECTION 079200 - JOINT SEALANTS ......................................................................................................... 349
SECTION 081113 - HOLLOW METAL DOORS AND FRAMES ................................................................. 360
SECTION 087111 - DOOR HARDWARE (DESCRIPTIVE SPECIFICATION) ........................................... 368
SECTION 089000 - LOUVERS AND VENTS ................................................................................................ 374
SECTION 092216 - NON-STRUCTURAL METAL FRAMING .................................................................... 381
SECTION 092900 - GYPSUM BOARD .......................................................................................................... 392
SECTION 095113 - ACOUSTICAL PANEL CEILINGS ................................................................................ 407
SECTION 099123 - INTERIOR PAINTING ................................................................................................... 419
SECTION 220519 - METERS AND GAGES FOR PLUMBING PIPING....................................................... 426
SECTION 220523 - GENERAL-DUTY VALVES FOR PLUMBING PIPING .............................................. 432
SECTION 220529 - HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT ............ 438
SECTION 220553 - IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT ............................. 447
SECTION 220700 - PLUMBING INSULATION ............................................................................................ 452
SECTION 221116 - DOMESTIC WATER PIPING......................................................................................... 472
SECTION 221119 - DOMESTIC WATER PIPING SPECIALTIES ............................................................... 482
SECTION 221123 - DOMESTIC WATER PUMPS ........................................................................................ 488
SECTION 231126 - FACILITY LIQUEFIED-PETROLEUM GAS ................................................................ 493
SECTION 223400 - FUEL-FIRED, DOMESTIC-WATER HEATERS .......................................................... 513
SECTION 230130.51 - HVAC AIR-DISTRIBUTION SYSTEM CLEANING ............................................... 522
SECTION 230500 - COMMON WORK RESULTS FOR HVAC.................................................................... 530
SECTION 230513 - COMMON MOTOR REQUIREMENTS FOR HVAC .................................................... 544
SECTION 230519 - METERS AND GAGES FOR HVAC PIPING ................................................................ 548
SECTION 230523 - GENERAL-DUTY VALVES FOR HVAC PIPING ........................................................ 558
SECTION 230529 - HANGERS AND SUPPORTS FOR HVAC PIPING AND EQUIPMENT ..................... 568
SECTION 230548.13 - VIBRATION CONTROLS FOR HVAC .................................................................... 580
SECTION 230553 - IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT ...................................... 589
SECTION 230593 - TESTING, ADJUSTING, AND BALANCING FOR HVAC .......................................... 598
SECTION 230700 - HVAC INSULATION ..................................................................................................... 621
SECTION 230900 - INSTRUMENTATION AND CONTROL FOR HVAC .................................................. 654
SECTION 231113 - FACILITY FUEL-OIL PIPING ....................................................................................... 681
SECTION 231213 - FACILITY FUEL-OIL PUMPS ....................................................................................... 692
SECTION 232113 - HYDRONIC PIPING ....................................................................................................... 698
SECTION 232116 - HYDRONIC PIPING SPECIALTIES.............................................................................. 708
SECTION 232123 - HYDRONIC PUMPS....................................................................................................... 717
SECTION 232300 - REFRIGERANT PIPING ................................................................................................ 724
SECTION 233113 - METAL DUCTS .............................................................................................................. 735
SECTION 233300 - AIR DUCT ACCESSORIES ............................................................................................ 757
SECTION 233423 - HVAC POWER VENTILATORS ................................................................................... 773
SECTION 233600 - AIR TERMINAL UNITS ................................................................................................. 787
SECTION 233713 - DIFFUSERS, REGISTERS, AND GRILLES .................................................................. 794
SECTION 233723 - HVAC GRAVITY VENTILATORS ............................................................................... 801
SECTION 235100 - BREECHINGS, CHIMNEYS, AND STACKS................................................................ 808
SECTION 235223 - CAST-IRON BOILERS ................................................................................................... 813
SECTION 237313 - MODULAR INDOOR CENTRAL-STATION AIR-HANDLING UNITS ..................... 832
SECTION 237333.16 - INDOOR, INDIRECT, GAS-FIRED HEATING AND VENTILATING UNITS ...... 845
III

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT
Contract No. BB-2829-000-006
SECTION 237433 - DEDICATED OUTDOOR-AIR UNITS .......................................................................... 857
SECTION 238123.13 - COMPUTER-ROOM AIR-CONDITIONERS, CEILING-MOUNTED UNITS ........ 870
SECTION 238236 - FINNED-TUBE RADIATION HEATERS...................................................................... 879
SECTION 238239 - UNIT HEATERS ............................................................................................................. 886
SECTION 260500 - COMMON WORK RESULTS FOR ELECTRICAL....................................................... 893
SECTION 260519 - LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES ............... 899
SECTION 260526 - GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS................................. 904
SECTION 260529 - HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS..................................... 908
SECTION 260533 - RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS .......................................... 915
SECTION 260543 - UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS ........ 924
SECTION 260544-SLEEVES AND SLEEVE SEALS FOR ELECTRICAL RACEWAYS AND CABLING 935
SECTION 260553 - IDENTIFICATION FOR ELECTRICAL SYSTEMS ..................................................... 941
SECTION 262200 - LOW-VOLTAGE TRANSFORMERS ............................................................................ 948
SECTION 262416 - PANELBOARDS ............................................................................................................ 955
SECTION 262726 - WIRING DEVICES ......................................................................................................... 969
SECTION 262816 - ENCLOSED SWITCHES ................................................................................................ 976
SECTION 262913 - ENCLOSED CONTROLLERS ....................................................................................... 983
SECTION 262923 VARIABLE-FREQUENCY MOTOR CONTROLLERS ............................................... 993
SECTION 265119 - LED INTERIOR LIGHTING......................................................................................... 1005

PART B-2 ......................................................................................................................... 1014


ATTACHMENTS ............................................................................................................ 1014
SCHEDULE OF PRICES ............................................................................................................................... 1015
EXPERIENCE QUESTIONNAIRE FORMS ................................................................................................ 1022

PART C ........................................................................................................................... 1026


ATTACHMENTS ............................................................................................................ 1027
BUY AMERICAN STEEL ACT .................................................................................................................... 1028
BID/PROPOSAL AFFIDAVIT ...................................................................................................................... 1051
BID GUARANTY .......................................................................................................................................... 1059
BID BOND ..................................................................................................................................................... 1062
ESCROW ACCOUNT FOR RETAINED FUNDS ........................................................................................ 1066
SITE VISIT RESPONSE FORM .................................................................................................................... 1067
CONTRACT AFFIDAVIT............................................................................................................................. 1068
VENDOR ELECTRONIC FUNDS TRANSFER (EFT) ............................................................................................. 1073
HIRING AGREEMENT................................................................................................................................. 1075
SMALL BUSINESS RESERVE AFFIDAVIT .............................................................................................. 1079
VETERAN-OWNED SMALL BUSINESS ENTERPRISE (VSBE) FORM ................................................. 1082
DEPARTMENT OF LABOR, LICENSING AND REGULATION DIVISION OF LABOR AND INDUSTRY
PREVAILING WAGE SECTION ......................................................................................................... 1085
NOTICE TO VENDORS/CONTRACTORS ................................................................................................. 1090
APPRENTICESHIP TRAINING FUND ....................................................................................................... 1091
WAGE RATES .............................................................................................................................................. 1097

CONTRACTOR AFFIRMATIVE ACTION PROGRAM .......................................... 1104


CONTRACTOR AFFIRMATIVE ACTION PROGRAM TABLE OF CONTENTS ................................. 1105
CONTRACTOR AFFIRMATIVE ACTION PROGRAM ............................................................................. 1107
CONTRACTOR AFFIRMATIVE ACTION/EQUAL EMPLOYMENT OPPORTUNITY PROGRAM ...... 1109
LEGAL MANDATES .................................................................................................................................... 1110
ASSIGNMENT OF RESPONSIBILITIES..................................................................................................... 1112
DISSEMINATION OF POLICY.................................................................................................................... 1113
RECRUITMENT ........................................................................................................................................... 1114
IV

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT
Contract No. BB-2829-000-006
PERSONNEL ACTIONS ............................................................................................................................... 1115
TRAINING AND PROMOTION ................................................................................................................... 1116
UTILIZATION OF UNIONS ......................................................................................................................... 1117
UTILIZATION OF SUBCONTRACTORS ................................................................................................... 1118
RECORDS AND REPORTS .......................................................................................................................... 1119
MONITORING .............................................................................................................................................. 1120
AFFIRMATIVE ACTION REQUIREMENTS UTILIZATION OF MINORITY BUSINESS ENTERPRISES
FOR STRAIGHT STATE CONTRACTS ............................................................................................. 1121

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT
Contract No. BB-2829-000-006

Invitation for Bids


KEY INFORMATION SUMMARY SHEET
CONTRACT NO.:

BB-2829-000-006

eMM SOLICITATION:

MDJ0731025906

TITLE:

Bay Bridge Facility HVAC Replacement

FACILITY:

William Preston Lane, Jr. Memorial Bridge

COUNTY:

Anne Arundel County and Queen Annes County

ADVERTISED:

April 8, 2016

PRE-BID MEETING:

April 22, 2016 @ 10:00 a.m.at the

Maryland Transportation Authority, William Preston Lane, Jr. Mem.


Bridge (WPL) Bay Bridge
Authority Police and Automotive Building
2nd Floor Conference Room
881 Oceanic Drive, Annapolis, MD 21409
SITE VISIT:

A Site Visit will be held immediately following the Pre-Bid

QUESTIONS DUE DATE

April 29, 2016@ 3:00 p.m. Local Time GI-7

PROCUREMENT OFFICER:

Janet Fleming
Phone # 410-537-7510
Fax # 410-537-7801
Email jfleming@mdta.state.md.us

BIDS ARE TO BE SENT TO: Maryland Transportation Authority - Division of Procurement


ATTN: BID BOX
2310 Broening Highway
Baltimore, MD 21222
BID DUE DATE AND TIME: May 20, 2016 @ 1:00 pm Local Time
CLASSIFICATION:

Class - E ($2,500,001 to $5,000,000)

PROJECT TIME:

365 calendar days

LIQUIDATED DAMAGES:

Project Liquidated Damages See Section GP-8.09 Liquidated Damages

MINIMUM VSBE GOAL:

1%

SBR:

Small Business Reserve ONLY

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT
Contract No. BB-2829-000-006
BID DOCUMENTS:

Bid documents can be downloaded from


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

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT
Contract No. BB-2829-000-006
PROJECT SCOPE OF WORK
This project, located in Anne Arundel County, is for the replacement of Heating, Ventilation and Air
Conditioning (HVAC) systems at the Administration and Police Buildings at the Bay Bridge facility.
The work will generally consist of the following:
1)
Demolition and construction of new ceilings
2)
Painting and patching of walls
3)
Roof system demolition
4)
Roof framing
5)
Installation of new LED light fixtures
6)
Installation of conduits and exhaust fans
7)
Installation of new boilers and unit heaters
8)
Installation of new exhaust fans and terminal units
9)
Installation of new copper tubing and insulation
10)
Installation of new duct work
11)
Installation of temporary trailers
12)
Installation of sewer, piping, lighting and conduits for temporary trailers
13)
Construction of pavement, curbing, and landscaping around trailers

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT
Contract No. BB-2829-000-006
QUALIFICATIONS AND EXPERIENCE REQUIREMENTS
The Contractor, as a prime, shall have at least 3 years of experience in performing replacements of
large scale heating, ventilation and air conditioning (HVAC) systems of buildings of a similar size
and nature as required in this Scope of Work. Examples of similar size projects shall have project
values at least $500,000 in cost. Experience of individual personnel in the company shall not count
towards meeting the required experience of the firm. Evidence of required experience shall be
furnished at time of bid on the Experience Questionnaire.

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

PART A

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


GENERAL INFORMATION
GI-1 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. You can access the SHAs Standard Specifications for Construction and
Materials at the following web site link: www.roads.maryland.gov
All reference to the Maryland State Highway Administrations offices and/or positions shall
be construed to mean the Maryland Transportation Authoritys 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.

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


GI-2 PROJECT DESCRIPTION
This project, located in Anne Arundel County, is for the replacement of Heating, Ventilation and Air
Conditioning (HVAC) systems at the Administration and Police Buildings at the Bay Bridge facility.
The work will generally consist of the following:
Demolition and construction of new ceilings
Painting and patching of walls
Roof system demolition
Roof framing
Installation of new LED light fixtures
Installation of conduits and exhaust fans
Installation of new boilers and unit heaters
Installation of new exhaust fans and terminal units
Installation of new copper tubing and insulation
Installation of new duct work
Installation of temporary trailers
Installation of sewer, piping, lighting and conduits for temporary trailers
Construction of pavement, curbing, and landscaping around trailers.

GI-3 PROJECT TIME


The time to complete the Project resulting from this IFB shall be for a period of 365 Calendar
Days
GI-4 PROCUREMENT OFFICER
The sole point of contact for this IFB prior to the award of any contract is the Procurement
Officer at the address listed below:
Janet Fleming
Division of Procurement
Maryland Transportation Authority
2310 Broening Highway
Baltimore, MD 21224
E-mail: jfleming@mdta.state.md.us

Phone No. 410-537-7510


Fax No. 410-537-7801

The MDTA may change the Procurement Officer at any time by written notice to the
Contractor.
GI-5 CONTRACT MANAGER
The Contract Manager monitors the daily activities of the Contract and provides guidance to
the Contractor. The State Contract Manager is:
7

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


Dave LaBella P.E. Engineer
Office of Engineering and Construction
Maryland Transportation Authority
8019 Corporate Drive, Suite F
Baltimore, MD 21236
E-mail: dlabella@mdta.state.md.us

Phone No. 410-931-0808


Fax No. 410-931-4110

The MDTA may change the Contract Manager at any time by written notice to the
Contractor.
GI-6 PRE-BID MEETING AND SITE VISIT
A Pre-Bid Meeting will be held on April 22, 2016, beginning at 10:00 am, Local Time,
Maryland Transportation Authority, William Preston Lane Mem. Bridge (WPL) Bay Bridge
Police and Automotive Building, 2nd Floor Conference Room, 881 Oceanic Drive,
Annapolis, MD 21409. Attendance at the Pre-Bid Conference is not mandatory, but all
interested Bidders are encouraged to attend to raise questions and/or issues of concern
regarding this IFB, gain an understanding of the bidding process, and facilitate better
preparation of their bids. In addition, attendance may facilitate the Bidders understanding of
the IFB requirements.
A Site Visit will be held immediately following the Pre-Bid Meeting. Attendance at the Site
Visit is not mandatory. All interested Bidders are encouraged to attend in order to become
familiar with the project environment.
It is the sole responsibility of the Bidders to familiarize themselves fully with the scope of
work and the contents of these specifications. Failure to attend the pre bid conference or site
visit does not relieve the successful Bidder from their obligations to comply with all aspects
of this bid package for the amount specified in their bid.
As promptly as feasible after the Pre-Bid Meeting, a written summary of the Meeting and all
questions and answers known will be distributed electronically via eMaryland Marketplace
at https://emaryland.buyspeed.com/bso/.
GI-7 QUESTIONS DUE DATE
Please submit all questions in writing to the Procurement Officer: Janet Fleming via email
at: MDTAPROCUREMENT@mdta.state.md.us. and cc: jfleming@mdta.state.md.us.
Questions will be received until April 29, 2016 @ 3:00 pm Local Time. Oral questions will
not be entertained. All questions and responses will be published as an Addendum to the
solicitation on eMM.
GI-8 eMARYLAND MARKET PLACE

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


eMaryland Marketplace (eMM) is an electronic commerce system administered by the
Maryland Department of General Services. All associated materials, the solicitation, the
summary of the Pre-Bid meeting, bidders questions and the Procurement Officers
responses, addenda, and other solicitation related information will be provided via
eMaryland Marketplace.
A Bidder must be registered on eMM in order to receive a Contract award. Registration is
free; should you have any questions regarding registration, please call the eMM Help Desk
at 410-767-1492.
GI-9 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 (DO NOT LOG IN to eMaryland);
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 eMaryland Helpdesk at (410) 767-1492.
GI-10 ELECTRONIC COMMUNICATIONS
With the exception of questions received prior to the Questions Due date as indicated in GI
7, the MDTA will not accept bids, protests, notices of claim, or claims by any electronic
means (including by facsimile or email).

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


GI-11 BID DUE DATE AND SUBMITTAL REQUIREMENTS
Bids are due no later than 1:00 pm Local Time, May 20, 2016. Bids received after the time
deadline will be considered late and returned unopened to the Bidder.
A. 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
B. When submitting your completed bid, the following documents must be submitted:
All Addenda Acknowledgment Pages
Bid Form
Schedule of Prices
Buy American Steel Act
VSBE Utilization Affidavit and Participation - Schedule Form A
Bid Affidavit
Bid Guaranty
Bid Bond
Experience Questionnaire
Small Business Reserve Affidavit (SBR)
C. If the Bid document package is too large for the bid box, you should alert the Security
Guard on duty in the building Lobby, who will notify the Division of Procurement to
come to the Lobby and physically receive the Bid.
D. 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.
E. Please note that all information submitted with your bid is considered public information
and will be available for review by the public at time of bid opening or otherwise upon
request. Therefore, a Bidder shall identify any portion of its Bid that the Bidder considers
to be confidential or proprietary information, and shall provide any justification as to
why these materials should not be disclosed by the MDTA. Any information believed to
be confidential or proprietary should be placed in a separate envelope and submitted at
time of Bid with the bid documents. The separate envelope should be clearly labeled or
marked Confidential.
The MDTA will make the final determination as to whether or not the documents are
10

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


confidential in accordance with the provisions of the Maryland Public Information Act,
which may be found in the General Provisions Article, Title 4 Annotated Code of
Maryland.
F. 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, dont leave any items blank. If a specific line item is priced at Zero Dollars
($0.00), it must be written as such.
G. When tabulating your final price, make sure all your calculations are correct.
H. Each Bidder shall submit with its bid, a fully executed bid bond on the MDTA Bid Bond
form provided or any other form of Bid Guaranty offered.
GI-12 REVISIONS TO THE IFB
In the event it becomes necessary to revise any part of the IFB, or if any additional
information is required to enable potential Bidders to interpret the provisions of the IFB, an
addendum 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
ADDENDUM TO THIS IFB. MDTA is not responsible for notifying Bidders of
addendums to the IFB other than by posting addendums on eMaryland Marketplace.
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.
GI-13 CONTRACTORS RESPONSIBILITY
A. This IFB is to be read and construed as a whole.
B. Bidders agree to comply with each and every section, subsection and addendum of this
solicitation. Failure to comply will result in the rejection of the Bid. Bidders shall not
change or alter any Attachment or alter any other State attachments or the Bid will
be rejected.
C. Each Bidder is responsible for fully reading and understanding the terms and conditions
of this IFB. Any Bidder finding any discrepancy in or omission from the IFB, or who is
in doubt as to the meaning of any provision of this IFB, must direct questions or requests
for clarification in writing to the Procurement Officer at the earliest possible time.
D. If the Bid submitted for this contract is $100,000 or more, the Awardee shall 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,
11

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


Specifications and Special Provisions. (Refer to COMAR 21.07.02.10 for a sample of
forms.)
E. The Awardee shall begin work as specified in the "Notice to Proceed".
F. Awardee shall 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.
G. Awardee shall 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, Awardee agrees to perform such work
on a "Force Account" basis, as provided by the General Provisions.
H. Awardee shall supply such additional information as may be required by the
Specifications.
GI-14 BID GUARANTY AND BONDING REQUIREMENTS
A Bid Security totaling five percent (5%) of the bid amount will be required on bids of
$100,000 or more.
No bid will be considered for any Contract in excess of $100,000 unless accompanied by a
guaranty in the amount not less than five percent (5%) of the amount bid.
A Bidder who elects to furnish a Bid Bond is requested to use the form provided with this
IFB. 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 blank check as security shall complete the Bid Guaranty
Form provided with this IFB.
A. Acceptable security for bid, performance, and payment bonds is limited to:
1. A bond in a form satisfactory to the State underwritten by a surety company
authorized to do business in this State;
2. A bank certified check, bank cashier's check, bank treasurer's check, cash, or trust
account;
3. Pledge of securities backed by the full faith and credit of the United States
government or bonds issued by the State of Maryland;
12

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


4. An irrevocable letter of credit in a form satisfactory to the Attorney General and
issued by a financial institution approved by the State Treasurer. or
5. For performance security, on construction contracts, the grant of a mortgage or deed
of trust on real property located in the State of Maryland when:
a. The face amount of the instrument does not exceed seventy-five percent (75%) of
the contractors equity interest in the property, and
b. The assignment of the mortgage or deed of trust is recorded in the county land
records pursuant to Real Property Article, Annotated Code of Maryland.
c. The assignment of the mortgage or deed of trust is recorded in the county land
records pursuant to Real Property Article, 3-103, Annotated Code of Maryland.
B. When a bidder elects to use cash as security for bid, performance and payment bonds the
acceptance of the cash security shall be acknowledged by a written receipt signed by the
head of the General Accounting Division or his designee, and included in the Bidders
bid package at the time of bid opening.
C. Surety Bond Assistance Program
Small businesses may qualify for assistance in obtaining bid, performance and payment
bonds through the Maryland Small Business Development Financing Authority
(MSBDFA). MSBDFA can directly issue bid, performance or payment bonds up to $5
million. MSBDFA may also guarantee upt to 90% of a suretys losses resulting from a
contractors breach of bid, performance or payment bond or $1,350,000, whichever is
less. Bonds issued directly by the MSBDFA Surety Bond Program (Program) will
remain in effect for the term of the contract. Bond guarantees will remain in effect for
the term of the bond.
To be eligible for bonding assistance, an applicant must:
1. Have its principal place of business in Maryland or be a Maryland resident;
2. First be denied bonding by at least one surety in both the standard and specialty
markets within 90 days of submitting a bond application to MSBDFA;
3. Employ fewer than 500 full-time employees or have gross sales of less than $50
million annually;
4. Not subcontract more than 75 percent of the work;
5. Have good moral character and a history of financial responsibility;
6. Demonstrate that the contract will have a substantial economic impact; and
13

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


7. Never have defaulted on any loan or financial assistance made or guaranteed by
MSBDFA.
Applicants are encouraged to apply for loan assistance under the Program through their
respective bonding agents. Questions regarding the bonding assistance program shall be
referred to:

Maryland Small Business Development Financing Authority


c/o Meridian Management Group, Inc.
826 East Baltimore Street
Baltimore, Maryland 21202
Phone: 410-333-2548
Fax: 410-333-2552
Email: mmgdeal@mmggroup.com
GI-15 ELECTRONIC FUNDS TRANSFER
By submitting a response to this IFB, the Bidder agrees to accept payments by electronic
funds transfer unless the MDTA grants an exemption. The selected Bidder shall register
using the Maryland Transportation Authority, Vendor Electronic Funds Transfer (EFT)
Registration Request Form. Any request for exemption must be submitted to the MDTAs
Office of Finance for approval at the address specified on the EFT Registration Request
Form and must include the business identification information as stated on the form and the
reason for the exemption.
GI-16 VERIFICATION OF REGISTRATION AND TAX PAYMENT
Before a corporation can do business in the State of Maryland it must be registered with the
Department of Assessments and Taxation, State Office Building, Room 803, 301 West
Preston Street, Baltimore, Maryland 21201. It is strongly recommended that any potential
Bidder complete registration prior to the due date for receipt of Bids. A Bidders failure to
complete registration with the Department of Assessments and Taxation may disqualify an
otherwise successful Bidder from final consideration and recommendation for Contract
award.
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 MDTA, 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.

14

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


Forms can be obtained via the Maryland Department of Assessments and Taxation web site
at: www.dat.state.md.us.
GI17 ARREARAGES
By submitting a response to this Invitation For Bids, a Bidder shall be deemed to represent
that it is not in arrears in the payment of any obligation due and owing the State of
Maryland, including the payment of taxes and employee benefits, and that it shall not
become so in arrears during the term of the contract if selected for contract award.
GI-18 BID/PROPOSAL AFFIDAVIT
The Bid/Proposal Affidavit must be completely filled out and signed by all the parties as
indicated. Bidders shall affirm to each item by entering the word none in the space
provided. The Bid/Proposal Affidavit shall be signed by an authorized representative of the
Company, 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.

15

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


CONTRACT PROVISIONS
CP-1 MINORITY BUSINESS ENTERPRISE/AFFIRMATIVE ACTION/CONTRACT
COMPLIANCE
A.

This Contract is subject to Executive Order 01.01.1995.19, July 17, 1995 (Code of
Fair Practices). This Contract is subject to the applicable provisions of Title 14,
Subtitle 3 of State Finance and Procurement Article 21.11.03, Minority Business
Enterprises Policies; and COMAR 21.11.04, Contractor Affirmative Action Program
Manual, MDTA; and the provisions of COMAR 11.01.10 which incorporates by
reference the Minority Business Enterprise Program Manual. Copies of the Minority
Business Enterprise Program Manual may be requested from the Maryland
Department of Transportation (MDOT), Office of Minority Business Enterprise
Office, located at 7201 Corporate Center Drive, Hanover, MD 21076 or can be found
on the MDOT website at
http://www.mdot.maryland.gov/Office%20of%20Minority%20Business%20Enterpri
se/Resources%20Information. This Contract is also subject to all applicable federal
and State laws and regulations pertaining to Minority Business Enterprise and
Affirmative Action.

B. An overall MBE subcontract participation goal of 0% (Zero percent) of the total


contract dollar amount has been established for this procurement.
This dollar amount includes sub-goals of:
0% (Zero percent) of the total contract dollar amount to be allocated to certified
minority business enterprises classified by the certification agency as African Americanowned businesses; and
0% (Zero percent) of the total contract dollar amount to be allocated to certified
minority business enterprises classified by the certification agency as Hispanic Americanowned businesses; and
0% (Zero percent) of the total contract dollar amount to be allocated to certified
minority business enterprises classified by the certification agency as Asian Americanowned businesses; and
0% (Zero percent) of the total contract dollar amount to be allocated to certified
minority business enterprises classified by the certification agency as women-owned
businesses.
By submitting a response to this solicitation, the Bidder agrees that these dollar amounts of
the contract shall be performed by certified minority business enterprises, including the
MBE classifications specified herein.
16

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


NOTE: New Guidelines Regarding MBE Prime Self-Performance. Please note that when
a certified MBE firm participates as a prime contractor on a contract, a procurement agency
may count the distinct, clearly defined portion of the work of the contract that the certified
MBE firm performs with its own forces toward fulfilling up to fifty-percent (50%) of the
MBE participation goal (overall) and up to one hundred percent (100%) of not more than one
of the MBE participation subgoals, if any, established for the contract..
CP-2 SMALL BUSINESS RESERVE PROCUREMENT
This is a Small Business Reserve procurement for which award is limited to certified small
business vendors. Only businesses that meet the requirements set forth in State Finance and
Procurement Article, 14-501 - 14-505, Annotated Code of Maryland, and who are
registered with the Maryland Department of General Services Small Business Reserve
Program are eligible for award. For the purposes of a Small Business Reserve procurement,
a small business is a for profit business, other than a broker, that meets the following criteria:

Independently owned and operated.


Not a subsidiary of another business.
Not dominant in its field of operation.

AND

Its wholesale operations did not employ more than 50 persons.


Its retail operations did not employ more than 25 persons.
Its manufacturing operations did not employ more than 100 persons.
Its service operations did not employ more than 100 persons.
Its construction operations did not employ more than 50 persons.
The architectural and engineering services of the business did not employ more than 100
persons.
OR

The gross sales of the wholesale operations of the business did not exceed an average of
$4,000,000 in its most recently completed three fiscal years.
The gross sales of the retail operations of the business did not exceed an average of
$3,000,000 in its most recently completed three fiscal years.
The gross sales of the manufacturing operations of the business did not exceed an average of
$2,000,000 in its most recently completed three fiscal years.
The gross sales of the service operations of the business did not exceed an average of
$10,000,000 in its most recently completed three fiscal years.
The gross sales of the construction operations of the business did not exceed an average of
$7,000,000 in its most recently completed three fiscal years.
The gross sales of the architectural and engineering services of the business did not exceed
an average of $4,500,000 in its most recently completed 3 fiscal years.
17

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


If a business has not existed for three (3) years, the employment and gross sales average(s) is
the average for each year or part of a year during which the business has been in existence
CP-3 IMPORTANT INFORMATION REGARDING VETERAN-OWNED SMALL
BUSINESS ENTERPRISE (VSBE) BIDDING AND REQUIREMENTS
Veteran-owned Small Business Enterprises, or VSBEs, MUST be verified by the Center for
Veterans Enterprise of the United States Department of Veterans Affairs. The VSBE list can be
found at http://www.vetbiz.gov.
Questions or concerns regarding the VSBE requirements of this IFB must be raised before the
opening of bids.
NOTE: New Guidelines Regarding VSBE Prime Self-Performance. Please note that when a
certified VSBE firm participates as a prime contractor on a contract, a procurement agency may
count the distinct, clearly defined portion of the work of the contract that the certified VSBE firm
performs with its own forces toward fulfilling up to one hundred percent (100%) of the VSBE
participation goal.
PURPOSE
Contractor shall structure its procedures for the performance of work required in this contract to
attempt to achieve the VSBE goal stated in the Invitation for Bids. VSBE performance must be in
accordance with this Section and as authorized by Code of Maryland Regulations (COMAR)
21.11.13. Contractor agrees to exercise all good faith efforts to carry out the requirements set forth
in this Section.
VSBE GOALS
A VSBE contract participation goal of _One Percent_ (1%) of the total contract dollar amount has
been established for this procurement. By submitting a response to this solicitation, the Bidder
agrees that this percentage of the total dollar amount of the contract will be performed by verified
VSBEs.
SOLICITATION AND CONTRACT FORMATION
A Bidder must include with its bid a completed VSBE Utilization Affidavit whereby:
(1) the Bidder acknowledges it a) intends to meet the VSBE participation goal; or b) requests a full
or partial waiver. If the Bidder commits to the full VSBE goal or requests a partial waiver, they
shall commit to making a good faith effort to achieve the stated goal.
(2) the Bidder responds to the expected degree of VSBE participation as stated in the solicitation,
18

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


by identifying the specific commitment to VSBEs at the time of submission. The Bidder shall
specify the percentage of contract value associated with each VSBE subcontractor identified on
the VSBE Participation Schedule.
If a Bidder fails to submit the VSBE Utilization Affidavit with the bid as required, the Procurement
Officer may determine that the bid is non-responsive.
Within ten (10) working days from notification that it is the apparent awardee, the awardee must
provide the following documentation to the Procurement Officer:
(1)

VSBE Participation Schedule;

(2)

If the apparent awardee believes a full or partial waiver of the overall VSBE goal is
necessary, it must submit a fully documented waiver request that complies with COMAR
21.11.13.07; and

(3)

Any other documentation required by the Procurement Officer to ascertain Bidder


responsibility in connection with the VSBE participation goal.

If the apparent awardee fails to return each completed document within the required time, the
Procurement Officer may determine that the apparent awardee is not responsible and therefore not
eligible for contract award.
CONTRACT ADMINISTRATION REQUIREMENTS
Contractor shall:
1. Submit monthly to the MDTA a report listing any unpaid invoices, over 45 days old, received
from any VSBE subcontractor, the amount of each invoice and the reason payment has not been
made.
2. Include in its agreements with its VSBE subcontractors a requirement that those subcontractors
submit monthly to the MDTA a report that identifies the prime contract and lists all payments
received from Contractor in the preceding 30 days, as well as any outstanding invoices, and the
amount of those invoices.
3. Maintain such records as are necessary to confirm compliance with its VSBE participation
obligations. These records must indicate the identity of VSBE and non-VSBE subcontractors
employed on the contract, the type of work performed by each, and the actual dollar value of
work performed. Subcontract agreements documenting the work performed by all VSBE
participants must be retained by the Contractor and furnished to the Procurement Officer on
request.
4. Consent to provide such documentation as reasonably requested and to provide right-of-entry at
reasonable times for purposes of the States representatives verifying compliance with the
19

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


VSBE participation obligations. Contractor must retain all records concerning VSBE
participation and make them available for State inspection for three years after final completion
of the contract.
5. At the option of the procurement agency, upon completion of the contract and before final
payment and/or release of retainage, submit a final report in affidavit form and under penalty of
perjury, of all payments made to, or withheld from VSBE subcontractors.

20

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


CP-6 APPRENTICESHIP TRAINING FUND
The State Apprenticeship and Training Fund (Fund) Law provides that contractors and certain
subcontractors performing work on certain public work contracts are required to make contributions
toward apprenticeship. See 17-601 through 17-606, State Finance and Procurement Article,
Annotated Code of Maryland. Contractors and subcontractors have three options where they can
choose to make their contributions: (1) participate in a registered apprenticeship training program;
(2) contribute to an organization that has a registered apprenticeship training program; or (3)
contribute to the State Apprenticeship and Training Fund.

21

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


CP-7 INVESTMENT ACTIVITIES IN IRAN ACT
Companies appearing on the Investment Activities in Iran list are ineligible for Award. This list can be
found at www.bpw.state.md.us.
A Company listed on the Investment Activities in Iran list is ineligible to bid on, submit a proposal for, or
renew a contract for goods and services with a State agency or any public body of the State. Also ineligible
are any parent, successor, subunit, direct or indirect subsidiary of, or any entity under common ownership or
control of, any listed company.
In addition, all bidders must complete the Certification Regarding Investment Activities in Iran included
herein and submit at time of bid.

22

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

PART B

23

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


PART B-1
SPECIAL PROVISIONS
SP 1-1 TC-5.02 EARLY SUBMISSIONS
NOTICE TO CONTRACTOR

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 Authority 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 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.
SP 1-2 WORK HOURS
Normal work hours shall be Monday through Friday between 7:30 AM to 4:00 PM. Night time
only hours will be required for some tasks in facilities occupied by employees during normal
working hours.
Any work required to be performed at other than normal working hours (nights, holidays,
weekends, etc.) shall be taken into consideration by the Contractor when computing his bid. Extra
compensation shall not be allowed to the Contractor for any work performed at other than normal
working hours.
24

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


Weekend hours and After hours: Prior approval shall be obtained by the MDTA Project
Engineer in collaboration with the Chief Facility Maintenance Officer.
SP 1-3 PROGRESS SCHEDULE REQUIREMENTS
Refer to Section 109 of the Standard Specifications.
SP 1-4 CONTRACTORS 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 Contractors 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 Authoritys buildings, said employees identification shall be
displayed at all times.
While working in the Tunnels or on one of the major bridges of the Authority, Contractors
personnel shall have an ID decal displayed on their hardhat. These decals will be provided
by the Authority. All Contractors 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 before start of construction and should include the number required of
each type.
All costs associated with IDs will not be paid for separately and shall be incorporated under
other items of payment in the contract.

25

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


SP 1-5 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.
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 1-6 ACCESS TO PROJECT SITE
Contractors will be required to be key coded Coordinate with Security
SP 1-7 REFERENCE DOCUMENTS
Project reference documents, which include available as-built drawings, cross-section
drawings, geotechnical data, and permits can be obtained by submitting a formal request to the
Contract Manager referenced in GI-5. All such reference documents shall be considered as
supplemental information to the Contract Documents, the governing order of which shall be as
described in TC-3.01.
SP1-8 RIGHT-OF-WAY STATUS
All right-of-way and easements are currently in possession of the Maryland Transportation
Authority.
The Maryland Transportation Authority will not honor any claims arising from the lack of clear
right-of-way. Contractor(s) are to refer to the clear right of way certificate for Right-of-Way
Status and may make entry only when notified the right-of-way for a parcel is cleared for
construction.

26

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

GENERAL PROVISIONS

27

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


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 (OMT), all references to the Maryland State Highway
Administrations offices and positions shall mean the Authoritys 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
Environmental Programs Division
District Office

Gordon Garrettson Facility Administrator


Peter Mattejat Environmental Manager
William Preston Lane, Jr. Memorial Bridge
Facility 850 Revell Highway, Sandy
Point, MD 21401
Brian Wolfe 300 Authority Drive,
Baltimore, MD 21222
Serena Liu 300 Authority Drive,
Baltimore, MD 21222

Office of Structures
Office of Traffic & Safety

28

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


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.

29

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


1 of 1
GENERAL PROVISIONS
GP-SECTION 2
BIDDING REQUIREMENTS AND CONDITIONS
GP-2.04 SITE INVESTIGATION
DELETE: Section GP-2.04 in its entirety.
INSERT: The following.
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 Railroad impact, Utility Impact, 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 and referenced 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.

30

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


1 of 1
GENERAL PROVISIONS
GP-SECTION 2
BIDDING REQUIREMENTS AND CONDITIONS

GP-2.23 BID PROTEST


GP18 ADD: After the last paragraph, the following:
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 Authoritys 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.

31

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


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.

32

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


1 of 2
GENERAL PROVISIONS
GP - SECTION 5
CONTROL OF WORK
GP-5.06 COOPERATION BETWEEN CONTRACTORS
DELETE: Section GP-5.06 in its entirety
INSERT: The following.

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 Authoritys 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, except when
such a delay is not due to any fault or negligence of the Contractor. 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.

33

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


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 Contractors 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 this 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.

34

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


1 of 1
GENERAL PROVISIONS
GP - SECTION 5
CONTROL OF WORK
GP-5.12 FAILURE TO MAINTAIN ENTIRE PROJECT
DELETE: Section GP-5.12 in its entirety
INSERT: The following.
Failure on the part of the Contractor, at any time, to comply with the provisions of GP 5.11 above,
will result in the Procurement Officer immediately notifying the Contractor to comply with the
required maintenance provisions. In the event that the Contractor fails to COMPLETE
CORRECTIONS SO AS TO CONFORM TO THE PROVISIONS OF GP 5.11 within four (4)
hours of receipt of such notice, the Procurement Officer MAY NOTIFY THE CONTRACTOR TO
SUSPEND ALL OTHER WORK ON THE CONTRACT UNTIL SUCH TIME AS THE
UNSATISFACTORY MAINTENANCE IS CORRECTED. In the event that the Contractor fails to
comply with GP 5.11 within four (4) hours after receipt of such notice, the Procurement Officer will
immediately proceed with adequate forces and equipment to maintain the project, and the entire cost
of this maintenance will be deducted from monies due to the Contractor ON THE NEXT
MONTHLY ESTIMATE.

35

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


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 Administrations 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

36

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


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 Contractors agents. Under no
circumstances shall the Contractor (or Subcontractor(s), Suppliers, or any other Contractors
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.

37

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


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 Contractors Primary Safety Representative. Non-exempt


subcontractor(s) shall appoint a Subcontractors Primary Safety Representative. A
Contractors Primary Safety Representative (and Subcontractors Primary Safety
Representative, if applicable) shall be assigned to each shift of construction, and be
responsible for the administration of the Safety Plan. The Contractors Primary
Safety Representative (and Subcontractors 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; 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 Contractors 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.

38

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


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 sitespecific 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 Contractors 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 Contractors
mobilization payment.

39

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


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.

40

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


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 companys written safety program goals, objectives, and accident experience
goals for this Contract should be provided;
b. A brief description of the companys 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.
41

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


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. Additional safety requirements may be necessary when
working within the limits of Railroad Rights of Way and the Contractor shall abide by the
rules and regulations of the Railroad as directed by the Engineer. See Section 100.01.03 of
these Special Provisions.

42

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


8 of 8
APPENDIX B
JOB SAFETY ANALYSIS

Activity: ___________________

Analysis by/Date: ___________________

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.

PRINCIPAL STEPS

43

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


1 of 1
GENERAL PROVISIONS
GP - SECTION 7
LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC

GP-7.14 LIABILITY INSURANCE


Section GP 7.14, Page 7 of the Standard Specifications is amended as follows:
MODIFY: The first paragraph under GP 7.14 in its entirety.
The requirement of GP-7.14 Liability Insurance to submit Certificate of Insurance prior to
starting work is modified for MDTA Contracts to require the certificate of insurance to be
submitted prior to the execution of the Contract.

44

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


1 of 1
GENERAL PROVISIONS
GP - SECTION 8
PROSECUTION AND PROGRESS
GP-8.01 SUBCONTRACTING
GP56

DELETE: Section GP 8.01 in its entirety


INSERT: The following.
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.

45

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


1 of 1
GENERAL PROVISIONS
GP SECTION 8
PROSECUTION AND PROGRESS
GP-8.09 LIQUIDATED DAMAGES
DELETE: Section GP 8.09 in its entirety
INSERT: The following.
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 One Thousand Ten Dollars
and Zero Cents ($1,010) per Calendar Day. 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.

46

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


1 of 2
GENERAL PROVISIONS
GP SECTION 9
PAYMENT
GP-9.01 SCOPE OF PAYMENT
GP70 DELETE: Section GP 9.01 in its entirety
INSERT: The following.
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.

47

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


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.

48

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

TERMS AND CONDITIONS

49

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


1 of 8
TERMS AND CONDITIONS
TC SECTION 4
CONTROL OF WORK

TC-4.01 WORKING DRAWINGS


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.
Where applicable, working drawings will also need Railroad approval as determined by the
Engineer and processed by the Engineer. See Section 100.01.03 of these Special Provisions.
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
50

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


2 of 8
specified, all working drawings shall conform to the following requirements, conditions, and
procedures:
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 and Railroad
(where applicable), 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.
51

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


3 of 8
Requests for Information (RFI) may be submitted by the Contractor as required to clarify the
contract requirements. RFIs shall be subject to the same submittal requirements described
below for other submittals required by the Contract.
Working drawings for standard scuppers are required.
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

Operating System

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

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

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.
52

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


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:
(a) The Contract number.
(b) The Contract title.
(c) 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.
(d) The Contractors name, mailing address, contact phone number and contact
email address.
(e) The relevant line items in the contract that the submittal is associated with.
(f) A brief description of the materials or data represented in the submittal package.
(g) The date of the submittal.
(h) The manufacturers name, web site address, mailing address, and contact phone
number, if applicable.
(i) The vendors or resellers name, web site address, mailing address, and contact
phone number if applicable.
(j) The cover page must contain a 6" x 3" blank space where engineering stamps
may be placed (electronically) without covering data in the page.
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.
53

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


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, BB-2829-000-06, the first six characters of the file name
must be BB2829.
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 fifteenth 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.

54

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


6 of 8
1. Examples of filenames:
i. Original Submission:
1. BB-2829-000-06-Conduit.pdf
2. BB-2829-000-06-Foundation Concrete Mix Design.pdf
ii. Resubmission:
1. BB-2829-000-06R2-Conduit.pdf
2. BB-2829-000-06R4-Foundation Concrete Mix Design.pdf
iii. Submission with multiple files:
1. BB2829-SUB-109-Structural Steel File 02 of 05.pdf
2. The Contractor will have access to the data base containing the final submissions.
All shop plans, working drawings and material submittal 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.
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 Authority and shall be submitted by the General Contractor only. No drawings
sent to the Authority directly by subcontractors, fabricators, etc. will be accepted.

55

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


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 Engineers receipt of the PSP List, the Engineer shall
review the PSP List and meet with the Contractor to discuss the Engineers 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 Engineers receipt of the MSP List, the Engineer shall
review the MSP List and meet with the Contractor to discuss the Engineers 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 Contractors 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 Authority and shall be submitted by the General
Contractor only. No drawings sent to the Authority directly by subcontractors, fabricators, etc.
will be accepted.

56

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


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 or 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.

57

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


1 of 1
TERMS AND CONDITIONS
TC SECTION 5
LEGAL RELATIONS AND PROGRESS
TC-5.01 INSURANCE
100

DELETE: The first three paragraphs under 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

58

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


ADD: The following.
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 MDTA
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 MDTA. 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 MDTA, 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 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 MDTA and final payment is made.
3. The MDTA 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.
59

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


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
Commercial 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.
e) Pollution Liability Insurance
The Contractor shall maintain Pollution Liability Insurance throughout the entire
project in the amount of at least Two Million Dollars ($2,000,000.00) per occurrence
and Two Million Dollars ($2,000,000.00) in the aggregate.
4. Accident Notification - The Contractor shall send a written report to the Engineer and to
the MDTA within twenty-four (24) hours of any accident or other 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 Bid.

60

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


1 of 1
TERMS AND CONDITIONS
TC - SECTION 5
LEGAL RELATIONS AND PROGRESS
TC-5.02 NOTICE TO PROCEED AND PROJECT SCHEDULE
101 DELETE: The last sentence of the first paragraph of TC-5.02, No work shall be started
before receipt of the Notice to Proceed
INSERT: the following at the end of the first paragraph within Section TC-5.02:
No work shall be started before receipt of the Notice to Proceed, except as noted in the
following subsection, Early Submissions.
EARLY SUBMISSIONS. 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.

61

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


1 of 3
TERMS AND CONDITIONS
TC - SECTION 5
LEGAL RELATIONS AND PROGRESS

TC-5.03 SUBCONTRACTING AND SUBCONTRACTORS


DELETE: TC-5.03 Subcontracting and Subcontractors in its entirety.
INSERT: The following:

TC 5.03 SUBCONTRACTING AND SUBCONTRACTORS


In addition to the provisions of GP-8.01 (Subcontracting), the following shall apply on MDTA
Contracts:
The subcontractors named in the Contractors bid and approved by the MDTA and those
approved when subsequently submitted shall perform the Contract items as approved by the
MDTA. Requests for permission to sublet, assign, or otherwise dispose of any portion of the
Contract shall be in writing and include the item number or numbers and the dollar value. The
Contractor shall give assurance that the minimum wage for labor, as specified in the Contract
Documents, shall apply to labor performed on all work sublet, assigned, or otherwise disposed
of.
When a subcontractor has been approved by the MDTA for the performance of specific items
of work on the Contract, the MDTA will not allow the Contractor to substitute another
subcontractor, except in the event the Contractor requests in writing that the approved
subcontractor be relieved of the necessity of performance of the work. Any change of
subcontractors shall be requested in writing by the Contractor and shall have the written
concurrence of the previously designated subcontractor.
Concurrence shall not be
unreasonably delayed, in the judgment of the MDTA.
If a subcontractor does not perform to the satisfaction of the Contractor, the Contractor may
request to be allowed to perform the work with his own forces or request that another
subcontractor, mentioned by name, be substituted. When reasons submitted for the
substitution of the subcontractor indicate that the change will be in the best interest of the
MDTA, approval of the request will be granted.
Roadside production of materials, unless performed by the Contractor, shall be considered as
subcontracting. This shall be construed to mean the production of crushed stone, gravel, or
other materials by means of portable or semi-portable crushing, screening, or washing plants,
established or reopened in the vicinity of the work for the purpose of supplying materials to be
incorporated into the work on a designated project or projects.
03/27/2013
62

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


2 of 3
The purchase of sand, gravel, crushed stone, crushed slag, batched concrete aggregates, ready
mix concrete, or other materials produced at and furnished from established and recognized
commercial plants, together with the delivery of the materials to the site of the work by the
producer or by recognized commercial hauling companies, will not be considered as
subcontracting.
Subcontractors Prompt Payment. The Contractor is responsible for making timely
payments to all Subcontractors and Suppliers and providing 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. 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. A Contractor shall include in its subcontracts for work under
this Contract, wording that incorporates the provisions, duties and obligations of State Finance
and Procurement Article, Section 15-226 and COMAR 21.10.08.
This Contract requires the Contractor to make prompt payment to all subcontractors any
undisputed amount including retainage to which the subcontractor is entitled for work under
the Contract within 10 days of receiving payment from the MDTA.
Each month, the Construction Project Engineer (CPE) will review the current pay items with
the Contractor 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 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 Director of Construction of the dispute. The
Director of Construction or his representative will verbally contact the Contractor within 48
hours to ascertain whether or not a performance dispute exists which necessitates nonpayment to the subcontractor.
If a performance dispute exists, the Contractor must demonstrate that there is a valid basis to
withhold payment from the subcontractor. If the Contractor withholds payment from a
subcontractor, the 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 Project Engineer.
If no valid dispute exists, the Contractor will be directed to make immediate payment to the
subcontractor. The subcontractor will be responsible for notifying the Director of
Construction if this payment is not made. Upon receipt of notification, the Director 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 MDTAs offices within 2
working days of the MDTAs contact with the subcontractor.
03/27/2013
63

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


3 of 3
If it is determined that the Contractor has withheld payment to the subcontractor without
cause, further progress payments to the Contractor will be withheld until the subcontractor is
paid. In addition, MDTA may order a suspension of work or other administrative actions as it
sees fit.
The MDTA may require the Contractor to pay a penalty to the subcontractor, in an amount not
exceeding $100 per day, from the date the payment was required. A penalty will not be
imposed for any period that the Director of Construction determines the subcontractor was not
diligent in reporting nonpayment in conformance with the Contract documents.
If an action is taken as stated above, the Contractor shall notify the MDTAs Project Engineer
when payment is made. After the MDTAs Project Engineer verifies that payment has been
made to the subcontractor, the MDTA shall release withheld progress payments.
A Contractor or subcontractor may appeal the decision of the Director of Construction to the
Chief Engineer in conformance with GP-5.15 (Disputes). The Chief Engineer will render a
final decision on this issue in conformance with GP-5.15 (Disputes). A decision of the
MDTA under these Terms and Conditions is not subject to judicial review or the provisions of
COMAR 21.10.04.
Nothing in this provision shall be construed to prevent the subcontractor from pursuing a
claim with the surety under the Contractors payment bond at any time.

03/27/2013

64

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


1 of 2
TERMS AND CONDITIONS
TC SECTION 7
PAYMENT
TC-7.05 PROGRESS PAYMENT
DELETE: TC-7.05 PROGRESS PAYMENTS Subsection (a) (2) Variable Retainage
INSERT: The following.
(3) Variable Retainage. The Contract will be subject to a variable retainage based upon
the Authoritys 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
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.

65

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


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

66

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


1 of 1
TERMS AND CONDITIONS
TC SECTION 7
PAYMENT
TC-7.07 LATE PAYMENTS
ADD: the following:
(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.

67

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

CONTRACT SPECIFICATIONS

68

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


1 of 4
CATEGORY 100
PRELIMINARY
SECTION 103 ENGINEERS OFFICE
144

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


INSERT: The following.

103.03.06 Computer System. Furnish one desktop computers and one laptop computers, Printers
and or multifunction printers and other equipment as specified herein.
General Requirements.
(a) IBM compatible with an Intel Core i5 processor.
(b) Minimum hard drive storage of 500 GB (gigabyte).
(c) One CD-RW drive (re-writable CD-ROM). 16X Minimum speed.
(d) Operating System. Minimum Microsoft Windows 7 Professional Edition. The computer
system will not be acceptable unless all Microsoft Windows Critical Updates are installed.
(e) Printer.
When an Engineers Office is specified, furnish a color all-in-one laser
printer/scanner/copier/fax with at least 64 MB of RAM and meeting the following minimum
requirements:
(1) Input paper capacity of 150 sheets.
(2) Automatic document feed of 35 page capacity.
(3) Printer resolution up to 600 X 2400 dpi, and a print speed (color) of at least 15 ppm.
(4) Scanner resolution must be capable of 1200 x 2400 dpi optical. Built in Copier resolution
must be capable of up to 600 X 600 dpi. Copier speed of at least 15 ppm.
(5) Fax speed of at least 2 sec / page.
(6) For security reasons a printer with an internal hard drive installed is not allowed.
(f) Software. Supply all manuals, license numbers, software key numbers, and/or software on
original disks for retention in the Engineers Office or Administration facility for the duration
of the Contract.
69

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


2 of 4
(1) Microsoft Office 2007 Professional (32-Bit version only), for Windows or later. The
computer system will not be acceptable unless all available Microsoft Office Professional
critical updates and service packs are installed.
(2) Install and configure antivirus/antispyware software to perform an automatic virus
signature update when the microcomputer system connects to the internet. No Freeware
allowed (Antivirus/AntiSpyware software approved for Administration web email:
*Norton, *McAfee, Sophos, or ETrust.)
(g) Internet Access. Provide unlimited internet service approved by the Engineer. Where
available, provide internet high-speed service from cable. DSL service will be acceptable
only if cable service is not available. Provide an external router device with cable or DSL
internet service. Provide firewall software to protect the computer from security intrusions.
*Both Norton Internet Security and McAfee Internet Security include Antivirus and a Personal
Firewall.
(h) Accessories.
(1) When an Engineers 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 and ink 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 (minimum size acceptable) USB flash drive storage devices.
(7) Blank recordable CD-RW media as needed.
Desktop Specific Requirements.
(a) IBM compatible with an Intel Core i5 processor.
(b) Minimum processor speed of 3.0 GHz.
(c) Minimum of 4 GB RAM.
(d) Enhanced 101 key keyboard with wrist rest.
70

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


3 of 4
(e) Super video graphics accelerator (SVGA).
(f) Mouse and mouse pad.
(g) Flat-panel LCD monitor (19 in. minimum) meeting Energy Star requirements.
(h) Uninterruptible power supply (UPS).
Laptop Specific Requirements.
(a) Must meet military standard of durability MIL-STD 810G.
(b) Minimum processor speed of 3.2 GHz.
(c) Minimum 4 GB SDRAM.
(d) Minimum 15 in. 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 laptops
internal battery.
(f) Carrying Case.
(g) Printer. When an Engineers Office is not specified, furnish a portable B&W printer with DC
power adapter and having a minimum resolution of 1200 dpi, at least 8 MB of RAM, and a
print speed of at least 15 ppm. (Note: A color printer may be substituted if a digital camera is
specified. Refer to SP-Section 113).
(h) Internet Service. If an Engineers 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 Engineers
office is to be occupied. When an Engineers 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.
The computer system is for the sole use of the Engineer. The engineer will have complete access
to the system. After all specified software is satisfactorily installed by the contractor an SHA
technician/ representative will ensure that no user accounts exist on the computer system except
those used by the Engineer.
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.
71

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


4 of 4
Any remote access to the computer system by the contractor may be performed only with the
permission and supervision of the Engineer.
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-Rs, etc.) will be removed by the Engineer and delivered to the
District Engineer and become the property of the Administration. The remaining computer systems
shall remain the property of the Contractor.
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 Engineers Office item. If an item for Engineers 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.

72

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


1 of 1
CATEGORY 100
PRELIMINARY
SECTION 109 CRITICAL PATH METHOD PROJECT SCHEDULE
109.01 DESCRIPTION.
200

DELETE: The last sentence of the first paragraph Utilize CPM softwarewith Primavera
Project Planner. in its entirety.
INSERT: Utilize CPM software that generates output files compatible with the latest
version of Oracle/Primavera version P6 or newer.

73

06-02-11

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


1 of 2
CATEGORY 100
PRELIMINARY
SECTION 113 DIGITAL CAMERA
113.01 DESCRIPTION. Furnish and maintain new or like new digital cameras for use by
Authority personnel. For projects that do not include an Engineers Office, furnish one color
printer. The digital cameras and printer shall be delivered to the Engineer at the time of the Notice
to Proceed. They shall remain operational and not be returned to the Contractor until final
acceptance of the entire project, in conformance with GP-5.13.
113.02 MATERIALS.
(a) Digital Camera. Each digital camera shall meet the following minimum requirements and
be furnished with the specified accessories:
(1)

Photo Managing Software.

(2)

4.0 megapixel image resolution and 3X optical zoom

(3)

AC adapter, 2 sets of rechargeable batteries, and battery charger.

(4)

2 GB SmartMedia Card or memory stick with all items required for downloading

(5)

Lens Cover, Shoulder Strap, and Carrying Case.

(b) Color Printer. The printer shall have at least 8 MB RAM, 2400 x 1200 dpi resolution, a
color print speed of 13 ppm, and a duty cycle of 5000 pages/month.
113.03 CONSTRUCTION. Not applicable.
113.04 MEASUREMENT AND PAYMENT. The number of digital cameras required for this
project is one. The digital camera and printer will not be measured but the cost will be incidental to
the Contract price for the Engineers Office item. If an item for Engineers Office is not specified,
payment will be incidental to the payment for Mobilization. In the absence of either item, payment
will be incidental to the other items specified in the Contract Documents. If a digital camera or
printer becomes defective, is stolen, or for any other reason does not function as intended, it shall be
replaced with an approved camera or printer at no additional cost to the Authority. A
nonfunctioning or stolen camera or printer shall be replaced within 5 days after the Engineer
notifies the Contractor.
Ownership of the cameras and printer will remain with the Contractor. The Authority assumes
neither responsibility nor liability for the condition of the camera when returned.
74

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

75

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


1 of 1
CATEGORY 400
STRUCTURES
SECTION 499 WORKING DRAWINGS
499.03 CONSTRUCTION.
499.03.02 Consultant Engineering Firm.
454

ADD: The following after the first paragraph, When the Contract...to that firm.
Working drawings for this Contract shall be submitted electronically as outlined in TC-4.01
Shop Plans and Working Drawings.

454

DELETE: The last paragraph on the page, To expedite.time extension. in its


entirety.

455

DELETE: The first paragraph on this page, The Contractor, fabricator...for primary
review." in its entirety.
INSERT: The following.
The Contractor, fabricator, or supplier shall submit all working drawings, etc. for approval
in accordance with, and as outlined in TC-4.01.

455

In the 2nd and 3rd complete paragraphs


REPLACE: Administrations Office of Bridge Development.
WITH: GEC Partners.

455

DELETE: 499.03.03 Office of Bridge Development. In its entirety.

499.03.04 Revisions and Substitutions.


455

REPLACE: Director-Office of Bridge Development.


WITH: Director of Engineering-Maryland Transportation Authority.

76
04-06-07

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


1 of 6
CATEGORY 800
SECTION 805 ELECTRICAL CONDUITS AND FITTINGS
See Section 805 of the SHAs Standard Specifications for Construction and Materials in
conjunction with the changes shown in this Section.
805.02 MATERIALS
ADD: The following:
805.02.01 Wall Penetration Filler, shall be a trowel grade epoxy that is moisture insensitive and a
non-sag epoxy adhesive. It shall bond to damp or dry surfaces. It shall be dispensed from a cartridge
dispenser to facilitate filling of narrow holes and slots. It shall be resistant to gasoline, oil, sewage,
and water. It shall meet or exceed ASTM C 881-99, Types 1, II, and V, Grade 3, Class B and C.
Coefficient of shrinkage shall be 0.005 on cure ASTM D 2566. Bond strength shall be 2,500 psi
min after 7 days (ASTM C 882-99). Use Fox Industries type FX-763 or approved equal.
805.02.02 Cold Galvanizing Compound, shall be an organic Zinc-Rich coating containing 95%
metallic zinc, by weight in the fried film. It shall conform to Federal Specification DOD-P-21035A
and MIL-P-26915A USAF Specification for Zinc-Rich Paints.
805.02.03 Wall Penetration Sealant, shall be a 2 part poly sulphide chemically cured elastomer. It
shall provide a flexible and watertight seal between concrete, masonry, metals, glass, and wood.
The sealant shall be resistant to temperature extremes, seasonal weather, sunlight, moisture, and
chemicals. Sealant shall meet ASTM C-920-95. Use Fox Industries FX570 or approved equal.
805.03

CONSTRUCTION

DELETE 805.03.02 Connections and replace with:


805.03.02 Connections. Make conduit runs with as few couplings as standard length will permit.
Rigid steel conduit connections shall be threaded. Paint field cut thread of galvanized conduit with
an approved Cold Galvanizing Compound. Field cut threads are those threads that are cut in
conduit, elbows or nipples anywhere other than the factory where the product is listed. Connect non
metallic conduit using a solvent welding process. Use watertight cast ferrous compression type
fittings for electrical metallic tubing (EMT). No running (all thread) threads shall be used on rigid
conduit.
ADD the following after 805.03.06
(a) Exposed conduit attached to concrete and exposed conduit within roadway and pedestrian
tunnels attached to concrete or tile walls or surfaces, shall be attached with a pipe spacer or
clampback spacer such that the conduit is offset from the surface by at least 1/8. The spacer shall
77

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


2 of 6
be of the same material as the conduit clamp and manufactured for this purpose (ie: using washers
or field fabricated shims is not acceptable). If the conduit is PVC coated RGS the spacer and clamp
shall be PVC coated also.
ADD: The following after paragraph 805.03.10:
805.03.11 Guardrail. Where guardrail is to be placed, reset, removed, or otherwise worked in any
manner that tends to disturb the earth, place conduits and wiring only after such work is complete so
as to avoid damage to the electrical work.
805.03.12 Buried Conduit. Fiber optic conduits shall have a Minimum cover of 24 and a
maximum cover of 48 inches in all trenches. Fiber optic conduits shall be placed so that a distance
of three (3) inches or more exists between the outside of the conduit and virgin undisturbed earth.
805.03.13 Pull Cord. Pull cord shall be placed in all new conduit runs, and in any conduit which
the contractor pulls cables, for future use.
805.03.14 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.
805.03.15 Conduit Type. All outdoor conduits underground, except as stated elsewhere in the
contract, shall be PVC schedule 80 or HDPE SDR11. All outdoor conduits above ground, within
above ground concrete, exposed, or within roadway tunnels (plenums or roadway areas) shall be
galvanized steel (ANSI C80.1). All indoor conduits shall be EMT with steel compression
connectors and couplers (do not use set screw type connectors and couplers). EMT shall not be used
outdoors, underground, or in wet, damp, or hazardous locations, nor inside roadway tunnels
(plenums or roadway areas). At the transition between below ground and above ground exposed
conduit runs, the elbow and all conduit within 12 above grade to 24 below grade level shall be
PVC coated galvanized rigid steel (PVC for rust prevention and rigid for mower/physical
protection).
805.03.16 Bend Radius. All conduits shall have a bend radius greater than the manufacturers
recommended minimum bend radius of the cables inside the conduit.
805.03.17 Conduit Ends. The Contractor shall seal all exposed conduit ends with an approved
weather tight compression fitting.
805.03.18 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 in coordination with
manufactured expansion joints as necessary to allow for the proper operation of the expansion joint.

78

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


3 of 6
805.03.19 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 nonconduit surfaces shall not be permitted.
(a) Dedicated Security System conduit shall be Blue.
(b) Dedicated Fire Alarm System conduit shall be Red.
(c) Dedicated telephone/Data System, including fiber optic cables conduit shall be Yellow.
(d) Dedicated low voltage signaling, SCADA, and related PLC I/O, shall be orange.
(e) Dedicated radio system (police two way radio or other radio system) shall be green.
(f) All other conduits shall be standard silver.
805.03.20 Conduit Entry and Fittings to Cabinets. A cabinet shall be a 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.
805.03.21 Conduit drains. Underground Conduit stub ups installed in exterior locations shall have
a round hole drilled 2 above grade, prior to installing wires or cables (to allow water to exit
before filling the conduit and entering the cabinet or building to which it is connected). All burrs
and sharp edges shall be removed prior to pulling cable. The hole is not required where conduit
entry into the building or cabinet is at least 1 above the top of the nearest manhole, handhole, or
other location that provides a lower drain point. If the hole is drilled into steel conduit, de-bur and
spray the area with cold galvanizing paint inside and out.
805.03.22 TRACER WIRE. Any new underground conduit identified for use by fiber optic cables,
or where the conduit is left empty, shall have a #12 AWG solid insulated copper wire installed to
serve as a locator wire for future conduit locating activities. If multiple conduits share the same
trench, are within 18 of each other, and share common end points, only one of the conduits must
have a tracer wire. Tracer wire shall be labeled TRACER.

79

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


4 of 6
805.03.23 WALL PENETRATIONS. Penetration of an existing wall shall be made by core
drilling the wall diameter larger than the outside diameter of the pipe or conduit that will
penetrate the wall. The conduit through the wall section shall be continuous and without couplers.
The core drilled hole shall be clean and dry prior to and during the installation of conduit and
application of sealant. The conduit shall be secured in place and centered within the core drilled
hole prior to application of filler or sealant. Apply filler first and fill hole leaving at the inside
and outside penetration sites. Apply sealant to the gap around the conduit on both the inside and
outside penetration sites to fill the slot left from the application of filler. Allow sealant to cure
prior to any backfilling, covering, or concealing of the sites. See diagram below:

80

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

81

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


6 of 6
805.04 MEASUREMENT AND PAYMENT
INSERT: The following paragraph:
805.04.04 Conduits fittings, bushings, locknuts, clamps, connectors, spacers, couplings, anchors,
fasteners, hangers, and other associated accessories shall be incidental to the installation of the
conduit and shall not be measured or paid separately.
805.04.05 Tracer wire installed in new conduit shall not be measured or paid separately but shall be
incidental to the associated conduit. Tracer wire installed in existing conduits shall be measured
along the conduit line and paid per linear foot of installed tracer wire.
805.04.06 Electrical conduits will be measured and paid for at the Contract unit price per linear foot
for the type and sizes specified in the Contract Documents.

82

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


1 of 3
CATEGORY 800
SECTION 809 TRENCHING AND BACKFILL
See Section 809 of the Specifications with the following changes:
809.02 MATERIALS
ADD:
Underground Utility Markers

950.17

809.03 CONSTRUCTION
CHANGE: Text which reads: reads CAUTION: SHA ELEC-TRICAL LINE BURIED
BELOW, repeated every 36 in.
TO: reads BURIED ELECTRICAL LINE, or other approved message, repeated every 36
inches and buried to a depth of at least 6 and not more than 12 below finished grade. The tape
shall be terminated above grade and shall be secured to the same conduit or cable it is identifying.
Securing shall be by sunlight resistant cable tie or other approved means. If terminating at a
handhole or manhole the detector tape shall be brought 6 above grade along side the handhole or
manhole. Trenching and backfilling shall be performed according to the Maryland Standard MD
809.01 and as approved by the Engineer.
ADD: the following paragraphs before the Cable Treatment paragraph:
"Miss Utility". Where trenching and backfilling for the placement of conduits, splice boxes,
handholes and handboxes is required, the contractor must contact "Miss Utility. "Miss Utility"
shall be notified 72 hours in advance of any work under the contract and test pit all marked
locations for exact position of cables, conduits, and other underground utilities.
Depth. Unless otherwise specified on the contract drawings, trenches shall be excavated to a depth
such that all conduits, wires, and duct cable in trench is at a finished elevation at least 24 below the
final grade. Where trenches are placed on slopes, cover shall be measured from the outside jacket of
the duct cable or conduit to the nearest top of grade. This measurement will generally be
perpendicular to the slope of the grade.
Where proper trench depth cannot be obtained, and improper depth presents a hazard to the cables,
or conduit, the Engineer may direct that lengths of 4 galvanized rigid steel conduit be installed as a
sleeve. The sleeve length shall be in intervals of 10. The contractor must bend conduit to conform
to the line and grade of the trench. Additionally, the Engineer may require concrete cover in shallow
trench, on slopes, or where other conditions indicate the need.
83

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


2 of 3
Width. Unless otherwise specified on the contract drawings, trenches shall be excavated to a width
such that all conduits, wires, and duct cables in the trench are placed with at least 3 of backfilled
material between the outside edge of the conduits, wires, and duct cables and undisturbed earth.
Stake Out. Stake out trenches prior to trenching and review the exact placement with the Engineer.
Generally, keep trenches at least 3' behind guardrail and curb, and out of drainage ditches,
infiltration trenches, gutters, culverts, and all other surface and sub grade drainage, water storage or
water treatment facilities, etc. Run trenches in as straight a line as possible and parallel to the
nearest roadway.
Roadway Crossing. Refer to section 832 of the specifications.
Guardrail. Where guardrail is to be placed, reset, removed, or otherwise worked in any manner,
that tends to disturb the earth, place conduits and wiring only after such work is complete so as to
avoid damage to the electrical work by the guardrail work.
Curb and Gutter. Where curb or gutter work is to be done in close proximity to electrical work,
perform the work in the order and fashion necessary to minimize the risk of damaging either of the
two types of works.
Unsuitable Materials in Trench. Remove any objects or projections into a trench, which may
damage the wire or cable duct. These may include rocks, debris, glass, old cables, concrete, etc.
Alternatively, provide a galvanized rigid steel sleeve with grommets where projections into the
trench cannot be removed.
Underground Utility Marking. Place Underground Utility markers along all underground utility
runs. Markers shall be visible, and flat and level with the ground, and installed properly and as
specified by manufacturer instructions. Place markers at 100 intervals minimum where straight
runs are installed. Additionally place markers at all points where underground utilities turn or
change direction. To determine if additional markers are necessary, a straight line laid between two
adjacent markers shall be placed, if the underground utility strays laterally more than 18 from the
straight line, then additional markers shall be placed such that the utility does not stray more than
18 from the straight connecting line between two adjacent markers.
809.04 MEASUREMENT AND PAYMENT
DELETE: Text in its entirety.
INSERT: The following.
The contractors quality assurance and quality control responsibilities shall be incidental to the pay
items below. Construction stake out and coordinations shall be incidental to the items listed below.
84

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


3 of 3
Testing as specified in the Special Provisions and Specifications shall be incidental to the pay items
listed below.
Trench shall be paid for per linear foot for any width or depth required to meet the Specifications,
Special Provisions, and details in the plans. Payment for each linear foot of trench shall include all
excavation, backfill, trench marking tape, underground utility markers, tamping, seeding, mulching,
etc. as required. The cost per linear foot includes supplying "sand" for the lower 1 foot of trench in
accordance with section 950.05 of the Specifications, and removal of any excess material. Trench
and backfill shall be paid per linear foot as "LINEAR FEET OF TRENCH AND BACKFILL".

85

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


1 of 5
CATEGORY 800
SECTION 810 ELECTRICAL CABLE, WIRE, AND CONNECTORS
See Section 810 of the SHAs Standard Specifications for Construction and Materials in
conjunction with the changes shown in this Section.
810.01

DESCRIPTION

DELETE: The following text from the paragraph: loop detector wires and leads and micro-loop
probe sets.
810.02

MATERIALS

DELETE: Micro-Loop Probe and Sealer for Loop Detector.


ADD:

Cable and Wire Labeling

950.16

ADD: the following


810.02.01 Splice kits for repair of underground direct buried cables. Kits shall consist of a
mechanical single conductor connector with four lugs (two for each end of cable), arranged in-line.
The kit shall also consist of two heat shrink sleeves. The first sleeve shall be slightly smaller than
the outer sleeve. An adhesive shall be applied to the inner portion of the heat shrink sleeves. Kits
and components shall be UL Listed for direct burial. Substitute splice kits may be considered at the
sole discretion of the engineer and require approval prior to use.
810.02.02 Telecommunications wiring shall be #19AWG minimum. Communications wiring shall
be color coded and installed according to EIA/TIA 570.
810.03

CONSTRUCTION

INSERT: The following just prior to paragraph 810.03.01


All wire intended for systems of 60VAC to 600VAC shall be color-coded and #12AWG minimum.
Manufactured cables shall have permanent colored insulation as indicated in the table below, except
DLO type wire. Wire size #10 AWG and smaller shall have permanently colored insulation, except
DLO type insulation. Wire size #8 AWG and larger may have permanently colored insulation or
have colored tape applied over Black insulation in all hand boxes, pull boxes, junction boxes, light
standards, and signs. All DLO type wires shall have colored tape applied over Black insulation in
all hand boxes, pull boxes, junction boxes, light standards, and signs. The colored tape shall
measure at least 6 inches along the length of the wire and shall wrap completely around the wire.

86

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


2 of 5
The colored tape shall be applied to clean dry wires. Wire colors shall be as indicated in the
following table:

Voltage

Phase A

Phase B

Phase C

Neutral

Ground

60 to 240

Black

Red

Blue

White

Green

277 to 300

Brown

Orange

Yellow

Gray

Green

300 to 600

Brown with
Violet stripe

Orange with
Violet stripe

Yellow with
violet stripe

Gray with
violet stripe

Green

INSERT: The following to the end of the first paragraph of section 810.03.03.
Any preassembled cable duct that has been kinked shall be considered damaged. The kinked portion
and 10 feet to either side of the kink must be cut out and removed.
DELETE: The third sentence, When specified, lighting cableand hand holes.
DELETE: The last two sentences, Provide 8 in. drip loopsterminal blocks.
DELETE: Paragraphs 810.03.05, 810.03.08, and 810.03.09 in their entirety.
INSERT: The following.
810.03.05 Identification Tags. Furnish and install circuit wiring identification tags in all manholes,
handholes, junction boxes, control cabinets, wire troughs, and service pedestals. Furnish and install
circuit wiring identification tags every 50 feet in cable trays. For roadway and sign lighting circuits,
power circuits for devices, indicate the panel and circuit number(s) of the cable (e.g: L-3,5,7; or P2). For fiber optic, data, telco, or other communications cables consult engineer for labeling text.
Attach all identification tags with two wire ties.
810.03.08 Connector Kits. Furnish and install connector kits as required for the types of cables
specified in the Contract Documents and in conformance with manufacturers recommendations.
All breakaway devices (light standards, signs, etc.) that have electrical connections shall utilize
breakaway connector kits, type I, II, III, or IV as necessary. Unless otherwise specified on the plans
all connections within the base of light standards and sign structures that support roadway or sign
lighting shall utilize breakaway connector kits, type I, II, III, or IV.
In underground manholes, handholes, and similar environments utilize splices as specified in
section 950.14.04. All manufacturers instructions and guidelines shall be followed for installation
87

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


3 of 5
of splice kits. Frangible fingers shall be removed to provide the correct opening for the actual cables
utilized. Wires and cable jackets shall be clean and dry inside and within 6 inches of the splice kit
prior to assembly. Kit components and gel shall remain contaminate free until the unit is closed and
sealed.
Where type DLO wire is used, the connector kit must utilize a compression connector for the type
DLO wire. The connectors must be rated for fine strand wire for the specific class of stranding used
in the wire.
810.03.10 Telephone cables shall be #19AWG solid twisted pairs. The number of pairs shall be as
specified on the contract drawings. Where no pair count is given, a minimum of 5 twisted pairs shall
be provided. All pairs shall be within a single jacketed cable and color coded and installed
according to EIA/TIA 570.
810.03.11 Splice kits for repair of underground direct buried cables. These kits shall be used where
underground direct buried cable is damaged. Ends of each cable shall be inserted under two of the
lugs and fastened into place. Two heat shrink sleeves shall be applied over the mechanical
connector. The first sleeve shall be slightly smaller than the outer sleeve, but shall completely cover
the mechanical connector and overlap the still-insulated portion of the attached cables by at least
inch. An adhesive shall be applied to the inner portion of the heat shrink sleeves. Each sleeve shall
be centered over the mechanical connector and heat-shrunk into place. Follow manufacturer
instructions for underground splice kits.
Where type DLO wire is used, the splice kit must utilize a compression connector for the type DLO
wire.
810.03.12 Splicing or repairing of underground duct cable, or conduits, shall require one of two
methods.
(a) Method 1: Duct Repair Shall require that the duct be repaired by cutting excavation to expose
undamaged duct or conduit. The duct or conduit shall be cleanly cut at an undamaged location and a
new section of duct or conduit installed using approved fittings, solidly glued into place. All
enclosed wiring shall be pulled out at nearest pull point and replaced with new undamaged wiring
of the same size and specification as the removed wiring.
(b) Method 2: Splice Repair Shall require excavation and installation of a manhole or handhole
consistent with the design and specification of existing manholes and handholes at the site. The
damaged sections of duct or conduit shall be removed such that undamaged conduit or duct extends
into the handhole or manhole. Two manholes or handholes may become necessary depending on the
extent of damaged conduit or duct. The wiring shall be spliced within the manhole or handhole
using approved splice kits (see 810.03.08) for the location. If two manholes or handholes were
necessary, conduit or duct between the two manholes or handholes shall be provided.

88

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


4 of 5
810.03.13 Pulling Tension. Where the pulling method used may exceed the tensile loading of the
cables, a breakaway device shall be used between the pulling device and the cable. The breakaway
device shall break prior to exceeding the rated tensile load. Alternatively, a tension-meter may be
used to continuously monitor pulling tension provided the contractor adjusts pulling in real time to
stay below manufacturers documented limits. The use of the tension-meter as an alternate may be
disallowed by the Engineer if it is found that the contractor has exceeded tension limits or if cable
damage is found; in such event the breakaway device shall be used.
810.03.14 Type DLO wire. Type DLO wire shall not be directly terminated on set-screw
connectors, including but not limited to panel boards, disconnects, terminal strips, splice kits. A
screw-driven compression connector or a crimp type connector must be used directly on the type
DLO wire. The connectors must be rated for fine strand wire for the specific class of stranding used
in the wire. For example:

This type connector is NOT ACCEPTABLE for type DLO wire:

This type connector is acceptable:

, or

810.03.15 Anti-Oxidant Compounds. An anti-oxidant compound shall be used on all connections.


The product used shall be listed by the manufacturer for the intended use. For aluminum
connections use Noalox or approved equal product consisting of zinc particles in a grease
compound. For copper connections use KOPR-Shield or approved equal consisting of a
homogenized blend of polished colloidal copper, rust and corrosion inhibitors in a grease
compound.
810.04 MEASUREMENT AND PAYMENT
DELETE: Paragraph 810.04.01
INSERT: Paragraph 810.04.01 to read.
810.04.01 Electrical cable, telephone cable, conduit, cable duct, and grounding wire will be
measured and paid for at the Contract unit price per linear foot for the type and sizes specified in the
Contract Documents.
89

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


5 of 5
Wire and cable inside ground mounted CCTV control Panel, between ground mounted CCTV
control panel and CCTV Assembly, and within the CCTV Assembly shall be incidental to the
related items of work for the CCTV assembly, CCTV ground mounted control panel, and CCTV
pole and lowering device. Wires and cables included inside equipment, or contained completely
inside a manufactured device shall be incidental to the device or equipment. Any wire or cable,
except network patch cables and fiber optic patch cables, less than 10 in length from termination to
termination shall be incidental to related equipment.
ADD: the following
810.04.04 Underground splice kits for the repair of underground direct buried cables shall be paid
as follows:
(a)

Where the Contractor requested that the area be marked at least 72 hours prior to
digging and damaged cable is the result of not being marked, or being marked more
than 4-0, measured horizontally, from the marks, the kits shall be paid per each
complete and in-place.

(b)

Where the cables are marked, and within 4-0 of the mark, measured horizontally, the
kits will be considered incidental to other items.

(c)

Where the cables are unmarked and the Contractor did not request marking, or where
the Contractor did not maintain the marking, the kits will be considered incidental to
other items.

90

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


1 of 3
CATEGORY 800
SECTION 811 ELECTRICAL HAND HOLES, MANHOLES, HANDBOXES, PULL AND
JUNCTION BOXES
See Section 811 of the SHAs Standard Specifications for Construction and Materials (Part III
Technical Requirements) in conjunction with the changes shown in this Section.
811.01

DESCRIPTION

DELETE: The entire text of Paragraph 811.01.


INSERT: The following.
This work shall consist of furnishing and installing electrical and communication hand holes,
manholes, hand boxes, pull boxes, junction boxes, and splice boxes as specified in the Contract
Documents or as directed by the Engineer.
811.02

MATERIALS

ADD: The following.


811.02.04 Pull and Junction boxes. Pull Boxes and Junction Boxes shall be of the size and rating
as specified in the Contract Documents or as approved by the Engineer. NEMA 1, NEMA12, and
NEMA 3R boxes shall be supplied with factory-applied gray enamel finish. NEMA 3X, NEMA 4,
and NEMA 4X boxes shall have a natural aluminum or stainless steel finish. Boxes installed
outdoors and above ground shall be NEMA 4X rated except boxes requiring ventilation which shall
be NEMA 3X rated.
811.03

CONSTRUCTION

DELETE: Paragraph 811.03.02 in its entirety


INSERT: The following.
811.03.03 HandHoles (Handboxes)
(a) All handholes (or handboxes) shall conform to MD Standards 811.01 and 811.03 for
material and installation and shall conform to NFPA 70 Article 314.30. The book of
standards is available online at
http://apps.roads.maryland.gov/BusinessWithSHA/bizStdsSpecs/desManualStdPub/publicati
onsonline/ohd/bookstd/index.asp

91

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


2 of 3
(b) MD Standard 811.02 shall not apply. Instead use a rectangular pre-cast frame and cover,
see detail below, which shall fit on the concrete box and provide a minimum 24 x 16
opening when the lid is removed. The cover weight shall be a minimum of 100lbs. The
frame and cover shall be HS-20 load rated and constructed of Cast Gray Iron ASTM A-48,
Class 35B. Use Neenah R-6689 or approved equal. It would also be acceptable to modify the
design of the cover in MD Std 811.02 such that it weighed 100 lbs.

(c) Proposed handholes for fiber optic cables shall be spaced a maximum of 500 feet apart from
each other. A minimum of 50 feet and a maximum of 100 feet of fiber optic cable shall be
coiled in each hand box to facilitate future movement and splices.
(d) For fiber optic cable installation, a splice box shall be placed at the end of each cable reel.
(e) Proposed handholes for electrical cables shall be spaced a maximum of 500 feet apart from
each other. For wire sizes #6AWG and smaller, a minimum of 20 feet and a maximum of
30 feet of electrical cable shall be coiled in each hand box to facilitate future movement and
splices. For wire sizes #4AWG to #1/0, coil wire around interior wall of handbox at least 1
full turn for slack.
(f) Handhole and manhole enclosure covers shall have an identifying mark or logo that
prominently identifies the function of the enclosure. Boxes with Electrical (>60V) shall be
labeled ELECTRIC. Boxes with only fiber optic cables shall be labeled FIBER. Other
custom labels may be indicated on the plans and within the schedule of prices. Handhole
and manhole enclosure covers shall require the use of tools to open, or they shall weigh over
45 kg (100 lb.). Metal covers and other exposed conductive surfaces shall be bonded in
accordance with NFPA 70 Section 250.92(A) if the conductors in the handhole or manhole
are service conductors or in accordance with NFPA 70 Section 250.96(A) if the conductors
in the handhole or manhole are feeder or branch-circuit conductors.
(g) Install handholes, manholes, and other underground enclosures such that the lid is flush with
finished grade. E.g: If the grade is sloped the lid (and box) shall match the slope of the
grade.

92

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


3 of 3
811.03.04 Fiber Optic Splice Boxes
(a) Prior to placing splice boxes, the Contractor shall place 18 inches of AASHTO NO. 57
Aggregate to act as a drain. The bottom of the box shall be left open to drain.
(b) Splice boxes shall be shaped at the bottom to help maintain cable minimum bend radii. A
cover, as specified in 811.03.03(b) above, shall be applied to the top and sealed with
concrete collar as shown on MD standard 811.03.
(c) All splices to fiber optic cables shall be made inside waterproof splice enclosures inside
Splice Boxes.
811.03.05 NEMA Rated Boxes. NEMA 3R rated boxes and enclosures shall not be used within
30ft of a paved surface, nor anywhere on a bridge. NEMA4X and NEMA 3X rated boxes and
enclosures must be used within 30ft of any paved surface, or anywhere on a bridge.
811.04

MEASUREMENT AND PAYMENT

ADD: The following.


811.04.01
Electrical Handholes, Manholes, Pull and Junction Boxes, and Splice Boxes will be
measured and paid for at the Contract unit price per each (unless otherwise specified in the Contract
Documents) installed by the NEMA type and size of the box. For example Each of 24 x 24 x 12
NEMA 4X Junction Box, or Each of Concrete Handhole (labeled ELECRIC), or Each of
Concrete Handhole (labeled FIBER). The cost shall include the materials, labor, and equipment
necessary to furnish and install the box, including but not limited to the box, frame, cover, fasteners,
anchors, hangers, spacers, shims, seals, sealant, assembly, custom labeling, lift equipment, access
equipment, excavation, backfill, aggregate, excavation equipment, labor, tools, transportation,
storage, handling, and all miscellaneous work, equipment, and materials required to complete the
installation.

93

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


1 of 13
CATEGORY 800
SECTION 831 MISS UTILITY
831.01 DESCRIPTION. This work shall consist of contacting Miss Utility as required under the
Underground Facilities Damage Prevention Law (Miss Utility Law) and providing evidence of
Miss Utility Marking of the construction area.
831.02 MATERIALS. Not Applicable
831.03 CONSTRUCTION
831.03.01 The Contractor shall contact Miss Utility at 1-800-257-7777 or through the ITIC One
Call Internet Ticket Entry system at www.missutility.net and assure that all construction areas are
marked for the presence of underground utilities where excavation, earthwork, earth penetration, or
any other underground work or disturbance will take place. The Contractor shall maintain the
utility location markings. The Contractor shall pay any Miss Utility fees. The Contractor shall
submit copies of Miss Utility tickets to the Engineer as evidence of this work.
831.03.02 The Contractor shall at a minimum notify Miss Utility at least three (3) full business
days prior to any anticipated digging. (Please note that this exceeds the minimum in the law.)
(a) When contacting Miss Utility the Contractor shall inform Miss Utility that the area requested for
locating is on MDTA-Maryland Transportation Authority right of way/property if
applicable. See 831.03.08 for other Maryland Department of Transportation (MDOT) agencies.
(b) The Contractor must specify to Miss Utility that the ticket is to be sent to MDTAMaryland Transportation Authority or other pertinent MDOT agency if applicable.
(c) Applying for ticket using the on line ITIC Miss Utility ticket system:
When using the One Call ITIC on line ticket program four (4) requirements must be entered into
the ticket. (See attached diagram)
1. Contractor must enter MDTA in the Work Being Done For box.
2. Contractor must select YES in the MD STATE ROW box.
3. Contractor must select MDTA-MD Transportation Authority in the MD Agency
Controlling Property or State Road Right Of Way box.
4. Contractor must insert the MDTA contract number in the MDOT Permit box.
(Note: For tickets being sent to MDTA the MDTA Contract Number is considered to be
the MDOT number)
94
Rev. 3-3-2016

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

2 of 13
(d) Applying for ticket by Phone Call:
1. When applying to Miss Utility for a utility ticket by phone the contractor shall provide to the
Call Center the MDTA Contract Number in place of the MDOT Permit number. (note: the
MDTA contract number is considered to be the MDOT number)
2 The contractor shall then inform the Call Center that the excavation is on a Maryland State
Right of Way and request the ticket be sent to the MDTA- Maryland Transportation
Authority.
Further information can be found at the Miss Utility web site.
www.missutility.net/Maryland/

For questions regarding MDTA Miss Utility and SHA Miss Utility requirements, property Right of
Way and utility locates contact Bill Pross 410-537-7829email wpross@mdta.state.md.us

95
Rev. 3-3-2016

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


3 of 13

Diagram 1) Work Being Done For box: Insert MDTA

96
Rev 11-4-15

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


4 of 13

Diagram 2) MD STATE ROW box: Select and click YES

97
Rev 11-4-15

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


5 of 13

Diagram 3) MD Agency Controlling Property or State Road Right of Way box: You must select the state
agency controlling the property/road right of way where the excavation is being performed. In the example
work is being performed on MDTA road right of way.

98
Rev 11-4-15

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


6 of 13

Diagram 4) MDOT Permit box: You must insert the MDTA contract number in place of an MDOT permit
number to complete filling in the ticket. The MDTA contract number is considered the MDOT permit
number.

99
Rev 11-4-15

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


7 of 13

Sample Miss Utility Locate Ticket

100
Rev 11-4-15

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


8 of 13
31.03.03 The Contractor must notify Miss Utility an additional full business day in advance for
areas, or numerous small areas, that contain more than 2500 linear feet of utility marking, and an
additional full business day in advance for each additional increment of 2500 linear feet of utility
marking.
831.03.04 LARGE AREAS. Requests for locating MDTA underground facilities within areas
larger than 2,500 linear feet or numerous smaller areas that contain more than 2,500 linear feet shall
be at the Approval of the Engineer and subsequently the pertinent MDTA Skilled Trade
Specialist Supervisor (STSS). The Contractor shall make all requests in writing to the
Engineer and the Chief Facility Maintenance Officer (CFMO) a minimum of five (5) business
days prior to the minimum Miss Utility three (3) full business day notification as specified herein.
Refer to the MDTA Facility Contacts shown below for the pertinent MDTA representatives.
MDTA Operations Facility Personnel Contact Table
FACILITY

(CFMO)
Chief Facility Maint. Officer

(STSS)
Skilled Trade Specialist Supervisior

Fort McHenry Tunnel


(FMT)

Jeff Robson
Office: 410-537-1269
Mobile: 443-829-1058

Andrew Coroneos
Office: 410-537-1274
Mobile: 443-829-4945

Baltimore Harbor
Tunnel
(BHT)

Jeff Alter
Office: 410-537-1315
Mobile: 443-829-1760

George Youngbar
Office: 410-537-1323
Mobile: 443-506-7100

Francis Scott Key


Mem. Bridge
(FSK)

Maurice "Moe" Saxon


Office: 410-537-7677
Mobile: 443-324-0140

James Quinn
Office: 410-537-7673
Mobile: 443-324-6651

John F. Kennedy
Highway, Maint. I
(JFK - I)

Maintance I: Rick Gibson


Office: 410-537-8105
Mobile: 443-829-1705

Dan Sawyers
Office: 410-537-1118
Mobile: 443-829-1703

John F. Kennedy
Highway, Maint. II
(JFK - II)

Maintance II: John Monk


Office: 410-537-8153
Mobile: 410-365-5882

Dan Sawyers
Office: 410-537-1118
Mobile: 443-829-1703

Thomas J. Hatem
Mem. Bridge
(TJH)

Maintance II: John Monk


Office: 410-537-8153
Mobile: 410-365-5882

Dan Sawyers
Office: 410-537-1118
Mobile: 443-829-1703

William Preston Lane


Jr. Mem. Bridge
(Bay Bridge)

Scott Still
Office: 410-537-6651
Mobile: 443-829-1710

Richard Holthaus
Office: 410-537-6669
Mobile: 443-790-0517

Harry W. Nice Mem.


Bridge
(Nice Bridge)

Tommy Crouch
Office: 410-537-6818
Mobile: 443-677-7321

Melvin Prout
Office: 410-537-6921
Mobile: 443-829-1713

Intercounty Connector
MD 200 (ICC)

Ted Williams
Office: 410-537-6929
Mobile: 443-790-9316

James Davies
Office: 410-537-6927
Mobile: 443-630-9472

101
Rev 11-4-15

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


9 of 13
831.03.05 SCHEDULE IMPACTS. For the purpose of maintaining project construction
schedules, the following items are dependent on completion of the prior item with the durations
given regarding underground MDTA facilities.
a) For areas larger than 2500LF allow at least 5 business days notice to CFMO, STSS and
Engineer.
b) Allow at least 3 business days + 1 business day per 2500LF increment of utility marking for
Miss Utility ticket submittal and review.
c) Allow at least 1 business day per 2500LF increment of utility marking for the on-site
marking operation. All digging or earth disturbances, as defined within the Underground
Facilities Damage Prevention Law, will be permitted to proceed at the direction of the
Engineer upon completion of the marking operation.
831.03.06 MDTA UTILITIES. The MDTA is a Miss Utility Subscriber as of October 1, 2010.
The MDTA will ONLY mark its own utilities that remain undisturbed within the construction
limits of the active contract (see details below for Contractor Disturbed underground MDTA
utilities) and only after notification through the Miss Utility notification system. Coordination of
construction schedules will be performed after Miss Utility tickets are submitted as specified herein.
The Contractor shall supply the Engineer, the facility CFMO and the facility STSS with the
construction schedule affecting underground MDTA facilities a minimum of three (3) weeks in
advance of construction. The Engineer shall provide the facility CFMO with the construction
schedule.
831.03.07 CONTRACTOR DISTURBED UTILITIES. Underground MDTA facilities installed,
modified, relocated, or removed by the Contractor within the limits of construction and/or
designated locate areas shall be understood to be Contractor Disturbed MDTA underground
facilities and shall be considered the Contractors responsibility to field locate and mark. The
duration of Contractors responsibility in this matter will remain until such time as the Contractor
submits both the completed and accurate contract As Built plan documentation to the MDTA and
the contract is accepted by the MDTA for maintenance.
a) The Contractor shall be required to comply with the Miss Utility law regarding marking
standards, rules and regulations including marking colors and ticket response times.
b) The Contractor shall cooperate fully with the MDTA facility CFMO, facility STSS, the
MDTA Utility locating personnel, other contractors, and 3rd parties with respect to the field
marking of MDTA underground Contractor Disturbed facilities installed, modified or
relocated by the Contractor within the designated locate areas of the limits of construction
under this Contract. The Contractors facility field locate marking schedule shall be
coordinated with the Engineer and the MDTA utility locating representative (either the
STSS or the MDTA Utility locating person).
102
Rev 11-4-15

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


10 of 13
c) When the MDTA utility locating representative (as noted above) receives a Miss Utility
locate request ticket from the One Call Center, the MDTA utility locating representative
shall notify the Contractor and the Engineer via fax or email regarding the MDTAs needs
for investigating and processing the Miss Utility ticket. The purpose of this notification is to
receive verification from the Contractor defining locating responsibilities for MDTA
underground facilities. The Contractor must respond to the MDTA utility locating
representative within two (2) full business days with a proper response. The response must
state one or more of the following:
(1) If the designated Miss Utility ticket locate area does not contain any Contractor
Disturbed MDTA underground facilities, the Contractor must inform, in writing, the
Engineer and the MDTA utility locating representative of that fact.
(2) In the event the area of the Miss Utility ticket locate request is an area of Contractor
Disturbed MDTA underground facilities, the Contractor must acknowledge responsibility
for locating the underground facility and shall field mark the underground facility. If the
field marking or a portion of the field marking for Contractor Disturbed underground
facilities cannot be completed in a timely manner, a schedule must be provided defining the
completion date for the field marking.
(3) If no Contractor Disturbed MDTA underground facilities exist within the designated
locate area Miss Utility locate request, the Contractor shall provide the Engineer and the
MDTA utility locating representative a written statement that no utilities or underground
facilities installed, modified, relocated, or removed by the Contractor are present in the area.
(4) If Contractor Disturbed MDTA underground facilities have been located and marked by
the Contractor within the designated Miss Utility ticket locate area, the Contractor shall
provide the Engineer and the MDTA utility locating representative a written statement that
the MDTA underground facilities installed, modified or relocated within the limits of
Contractor Disturbed underground MDTA facilities have been marked in the designated
area as described on the Miss Utility locate request ticket.

831.03.08 OTHER MDOT STATE AGENCY RIGHT OF WAY. The Contractor shall obtain Miss
Utility locate clearance tickets from the Maryland State Highway Administration (SHA) or other pertinent
state agency when the work requires the Contractor to perform excavation in SHA right of way or other
pertinent state agency right of way.
(a) The Maryland Transportation Authority (MDTA) is conjoined with the State Highway
Administration (SHA) at numerous interchanges throughout the State of Maryland. As example these
locations include but are not limited to I-95 at MD 24, I-895 at I-95, I-695 at I-95, ICC/MD200 at I95 etc. These conjoined interchanges, for both the MDTA and SHA agencies, will most likely
contain each agencies underground electric, communication and/or fiber optic facilities within their
respective conjoined Rights of Way. In these conjoined areas, SHA may have underground utilities
within MDTA right of way and likewise MDTA may have underground utilities within SHA right of
way.
103
Rev 11-4-15

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


11 of 13
(b) Multiple State Agency Ticket Notification: MDTA and SHA
Circumstances within these conjoined right of ways may require the Contractor to generate
multiple agency tickets to multiple state agencies. The Contractor will be required to send a
ticket to MDTA for clearance of MDTA utilities and in addition the Contractor shall send a
new/or additional ticket to SHA for a utility clearance. After completing a ticket using
MDTA as the agency affected, the Contractor is required to call in (or apply online) a
new/additional Miss Utility ticket using the same locate information, but replacing Agency
Controlling Right of Way from MDTA to SHA.
(1) The Maryland Transportation Authority (MDTA) owns and maintains underground utility
electric conduit and fiber optic servicing various electronic message signs and overhead
guide sign lighting structures located within SHA right of way. An example would be a
Dynamic Message Sign structure located on SHA owned I-95 one mile distance approaching
the ICC/MD200 interchange. This is also recognized as an MDTA/SHA conjoined area. The
Contractor shall generate a ticket to MDTA for utility Clarence and an additional ticket to
SHA for a utility clearance.
(2) In order to ensure the proper locating and marking of these individual agency underground
facilities within these conjoined right of way areas, the Contractor must submit a separate
Miss Utility ticket locate request to SHA for a utilities locate clearance and a separate Miss
Utility ticket locate request to the MDTA for a utility locate clearance.
831.03.09 The Maryland Transportation Authority (MDTA) owns and maintains underground
utility conduit facilities and infrastructure in the state of Virginia and the state of Delaware. The
Contractor shall request a Miss Utility locate ticket clearance from the pertinent One Call Miss
Utility Center for excavations outside of the state of Maryland and in addition a separate Miss
Utility clearance locate ticket request shall be sent to MDTA.
831.03.10 Miss Utility /SHA requirements for sending a utility locate ticket to the Maryland State
Highway Administration (SHA).
(a) Miss Utility will not send a utility locate ticket to the Maryland State Highway
Administration (SHA) without an SHA permit number being included on the ticket
request. This requirement has been established by SHA.
(b) SHA has assigned special permit numbers to the MDTA for MDTA to use in obtaining Miss
Utility locate tickets. The Contractor shall include the appropriate special MDTA assigned SHA
permit number when requesting a ticket located for SHA.
(c) The following list of special SHA permit numbers assigned to the MDTA MUST be included
with the locate request when applying to Miss Utility for a SHA ticket locate request. These
permit numbers are assigned per the respective SHA District Office and Maryland county. See
831.03.02. The special SHA permit number shall be used as the requested MDTA Permit.
104
Rev 11-4-15

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


12 of 13
Example for a ticket locate request in Cecil County to SHA District 2
SHA roadway MD 222 and the MDTA I-95 interchange are located in Cecil County. The SHA
permit number to use for a Miss Utility SHA utility locate ticket in Cecil County would be SHA-2CE-0003-12
List of special SHA permit numbers assigned to MDTA:
All SHA roadways in District 2 permit number
Cecil County permit number: SHA-2-CE-0003-12
Queens Anne County permit number: SHA-2-QA-0004-12
All SHA roadways in District 3 permit number
Montgomery County permit number: SHA-3-MO-0001-12
Prince Georges County permit number: SHA-3-PG-0002-12
All SHA roadways in District 4 permit number
Baltimore County permit number: SHA-4-BA-0003-12
Harford County permit number: SHA-4-HA-0004-12
All SHA roadways in District 5 permit number
Anne Arundel County permit number: SHA-5-AA-0003-12
Charles County permit number: SHA-5-CH-0004-12
All SHA roadways in District 7 permit number
Howard County permit number: SHA-7-HO-0003-12

For questions regarding all MDTA roadways and utility locates on MDTA right of way and SHA
right of way, contact Bill Pross 410-537-7829.
For questions regarding utility locates on SHA right of way, contact SHA Miss Utility 443-5725264.
Information pertaining to Miss Utility Maryland Department of Transportation (MDOT)
requirements and Maryland State law can be found at the Miss Utility web site.
http://www.missutility.net/maryland/

105
Rev 11-4-15

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


13 of 13
831.04 MEASUREMENT AND PAYMENT:
This work will not be measured or paid separately, but shall be considered incidental to other work
on the project. Any and all fees or costs charged by locating agencies, member utilities or
contractors are also incidental to this bid item

106
Rev 11-4-15

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


1 of 3
CATEGORY 800
SECTION 839 TELECOMMUNICATIONS AND DATA CABLING
839.01

DESCRIPTION.

839.01.01 This work shall include furnishing and installing telecommunications and data cabling.
839.02

MATERIALS

Telecommunications and Data Network Cabling


839.03

952

CONSTRUCTION

839.03.01 All cables installed in this project shall be permanently marked and labeled at both ends
of the cable and inside all handboxes, pull boxes, splice boxes, and handholes.
839.03.02 All cables shall be installed in accordance with ANSI/NECA/BICSI 568-2006 Standard
for Installing Commercial Building Telecommunications Cabling.
839.03.03 Splicing.
(a) Patch cables shall not have splices.
(b) Distribution cables from outlet to patch panel shall not have splices.
(c) Category 5e and Category 6 distribution cables for networks shall not have splices.
(d) Cables for telecommunications, serial data (RS422, RS485), or other communications may
have splices in field runs greater than 1000 at the end of reels and as specified on the
plans.
839.03.04 Before any cable installation is performed, the Contractor shall submit to the Engineer a
copy of the cable manufacturer's recommended and maximum pulling tensions for each cable size
and type.
(a) These pulling tensions shall be specified for pulling from the cable's outer jacket.
(b) Included with these pulling tensions shall be a list of the minimum allowable cable
bending radius and the cable manufacturer's approved pulling lubricants and guidelines for
their application. Only these lubricants will be permitted.
(c) Transportation and Handling of Cables. Cables shall be packaged and stored on original
manufacturer provided spools or reels. Each reel shall contain only one continuous length
of cable. Labels shall be attached to the reel showing length, cable identification name and
107

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


2 of 3
number, and date of manufacture. In addition, the Contractor shall support the cables and avoid
crushing, stressing, and over-bending.
839.03.05 The Contractor shall comply with the cable manufacturer's specifications regarding bend
radius and maximum tensile loading.
839.03.06 The Contractor shall not allow cables to hang freely without support at the cable
manufacturer's recommended points.
839.03.07 The Contractor shall not allow the cable to press against or rest on sharp edges.
839.03.08 Cable installed in conduit, or pulled into any other raceway or path, shall be in
accordance with the following:
(a) The Contractor shall provide cable lubricant compatible with the cable sheathing material
when pulling the cable. The Contractor shall attach pulling fixtures to the cable strength
members. When indirect attachments are used, the Contractor shall match the grip diameter
and length to the cable diameter and characteristics.
(b) Mechanical stress placed upon the cable during installation shall be such that the cable is
not twisted nor stretched.
(c) The Contractor shall provide a cable feeder guide between the cable reel and the face of the
duct or conduit to protect and guide the cable into the duct or conduit as it is rolled off the
reel. As the cable is rolled off the reel, the Contractor shall carefully inspect the jacket for
defects. The Contractor shall take precautions during installation to prevent the cable from
being kinked or crushed and that the minimum bend radius is not exceeded at anytime. The
Contractor shall hand feed and guide the cable through each junction box and apply
additional lubricant at intermediate junction boxes. When practical, the Contractor shall
use the center pulling technique to lower pulling tension. When the cable is pulled out of a
junction box, it shall be protected from dirt and moisture.
(d) After installation, there shall be no tension except due to cable weight. Nor shall a door,
cover, or lid press against the cable.
(e) Where the pulling method used may exceed the tensile loading of the cables, a break away
device shall be used between the pulling device and the cable. The breakaway device shall
break prior to exceeding the rated tensile load. Alternatively, a tension-meter may be used
to continuously monitor pulling tension provided the contractor adjusts pulling in real time
to stay below manufacturers documented limits. The use of the tension-meter as an
alternate may be disallowed by the Engineer if it is found that the contractor has exceeded
tension limits or if cable damage is found; in such event the breakaway device shall be
used.
108

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


3 of 3
(f)

The applied tension shall not exceed the manufacturers specifications. A copy of the
manufacturers pulling specifications, requirements, and/or guidelines shall be available at
the site during the pulling operation. The project inspector shall have access to the pulling
guidelines as needed to check compliance.

(g) The central strength member and the aramid yarn shall be directly attached to the pulling
eye. "Basket Grip" type attachments to the outer jacket of the cable shall not be permitted.
A breakaway swivel shall be used on all pulls.
839.03.09 25 of slack cable shall be coiled in each manhole and handhole, unless directed
otherwise by the engineer.
839.04

MEASUREMENT AND PAYMENT

All pay items shall include all materials, labor, and equipment necessary to furnish and install, test,
mark and label a complete, operational, and acceptable system as specified herein and as shown on
the plans. Payment of items shall include all testing and guarantee required by the specifications and
special provisions. Linear foot items shall be measured to include the linear feet of cable installed,
complete, in-place, and accepted, including the slack cable; but shall not include waste cable and
unused cables.
In addition, the following services/work shall be incidental to the listed pay item(s):

The contractors quality assurance and quality control responsibilities

Construction stake out and coordination

Testing as specified in the Special Provisions and Specifications

The pay item(s) for this Section includes:


839.04.01

TELECOM and Data Cables

Cables shall be paid per linear foot, by type of cable. Typical items would be Linear Feet of
category 5e cable and Linear Feet of category 6 cable, and Linear Feet of 25 pair gel-filled,
armored telecommunications cable. The slack cable shall be measured and paid at the same linear
foot price.

109

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


1 of 4
CATEGORY 800
SECTION 840 FIBER OPTIC CABLES
840.01 DESCRIPTION.
840.01.01 This work shall include furnishing and installing fiber optic cables.
840.02 MATERIALS
Fiber Optic Cables

951

840.02.01 All fiber optic cables installed out of doors shall be rated for outdoor use. Fiber optic
cables installed in the ventilation shafts of the tunnels shall be rated for outdoor use and be plenum
(OFNP) rated. Fiber optic cables used inside building shall be plenum rated (OFNP) unless
specifically noted in the plans.
840.02.02 Fiber Optic cables shall be gel-filled or tight buffered as specified on the plans. Where
no specification is provided, cable shall be gel-filled loose tube type.
840.03 CONSTRUCTION
840.03.01 All fiber optic cables installed in this project shall be permanently marked and labeled at
both ends of the cable and inside all handboxes, pull boxes, splice boxes, and handholes.
840.03.02 All fiber optic cables shall be installed in accordance with ANSI/NECA/BICSI 568-2006
Standard for Installing Commercial Building Telecommunications Cabling.
840.03.03 All exposed fiber optic cables installed in a building shall be marked and labeled every
50 feet.
840.03.04 Splicing Reels of Cable. The method of joining two reels of fiber optic cable shall be
fusion splicing all trunk cable fibers of one reel to the corresponding fibers in the second reel. All
splices for joining two fiber reels of trunk cable together shall be made in the splice boxes at the
locations shown on the plans, approximately 6000 feet between splice boxes. In other words, when
a reel runs out of cable, any excess beyond the planned termination point shall be cut off and
disposed of by the Contractor. The splice joining the two cable reels shall be made in the splice box
that contains the cable-to-cable splice. It shall be the Contractor's responsibility to calculate the cost
to join fiber optic reels on the project based upon the reel lengths that the Contractor orders. Where
interconnect system length permits, the Contractor can avoid the cost of joining cable reels together
by ordering a single reel of sufficient length to extend from one end of project to the other.
840.03.05 Before any fiber-optic cable installation is performed, the Contractor shall submit to the
Engineer a copy of the cable manufacturer's recommended and maximum pulling tensions for each
cable size and type.
110

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


2 of 4
(a) These pulling tensions shall be specified for pulling from the cable's outer jacket.
(b) Included with these pulling tensions shall be a list of the minimum allowable cable
bending radius and the cable manufacturer's approved pulling lubricants and guidelines for
their application. Only these lubricants will be permitted. The bending radius shall be 20x
the diameter of the cable, or whatever is specified by the manufacturer, whichever is
larger. The installation technique shall not bend the cable to a radius smaller than the
bending radius.
840.03.06 Transportation and Handling of fiber Optic Cables. Cables shall be packaged wound
on non-returnable wood spools or reels. The diameter of the drum shall be a minimum of 20 times
the diameter of the cable. Each reel shall contain only one continuous length of cable. Labels shall
be attached to the reel showing length, cable identification name and number, and date of
manufacture. In addition, the Contractor shall:
(a) Provide documentation to accompany each reel that shows the attenuation of each cable
fiber in dB/km.
(b) Support the cables and avoid crushing, stressing, and over-bending.
840.03.07 The Contractor shall comply with the cable manufacturer's specifications regarding bend
radius and maximum tensile loading.
840.03.08 The Contractor shall not allow cables to hang freely without support at the cable
manufacturer's recommended points.
840.03.09 The Contractor shall not allow the cable to press against or rest on sharp edges.
840.03.10 Fiber optic cable installed in conduit, or pulled into any other raceway or path, shall be
in accordance with the following:
(a) The Contractor shall provide cable lubricant compatible with the cable sheathing material
when pulling the cable. The Contractor shall attach pulling fixtures to the cable strength
members. When indirect attachments are used, the Contractor shall match the grip diameter
and length to the cable diameter and characteristics. When indirect attachment is used on
cables having only central strength members, the Contractor shall reduce pulling forces to
ensure that fibers are not damaged from forces being transmitted to the strength member.
(b) Mechanical stress placed upon the cable during installation shall be such that the cable is
not twisted nor stretched.
(c) The Contractor shall provide a cable feeder guide between the cable reel and the face of the
duct or conduit to protect and guide the cable into the duct or conduit as it is rolled off the
reel. As the cable is rolled off the reel, the Contractor shall carefully inspect the jacket for
defects. The Contractor shall take precautions during installation to prevent the cable from
111

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


3 of 4
being kinked or crushed and that the minimum bend radius is not exceeded at anytime. The
Contractor shall hand feed and guide the cable through each junction box and apply additional
lubricant at intermediate junction boxes. When practical, the Contractor shall use the center
pulling technique to lower pulling tension. When the cable is pulled out of a junction box, it
shall be protected from dirt and moisture.
(d) After installation, there shall be no tension except due to cable weight. Nor shall a door,
cover, or lid press against the cable.
(e) Where the pulling method used may exceed the tensile loading of the cables, a break away
device shall be used between the pulling device and the cable. The breakaway device shall
break prior to exceeding the rated tensile load. Alternatively, a tension-meter may be used
to continuously monitor pulling tension provided the contractor adjusts pulling in real time
to stay below manufacturers documented limits. The use of the tension-meter as an
alternate may be disallowed by the Engineer if it is found that the contractor has exceeded
tension limits or if cable damage is found; in such event the breakaway device shall be
used.
(f)

The applied tension shall not exceed the manufacturers specifications. A copy of the
manufacturers pulling specifications, requirements, and/or guidelines shall be available at
the site during the pulling operation. The project inspector shall have access to the pulling
guidelines as needed to check compliance.

(g) The central strength member and the aramid yarn shall be directly attached to the pulling
eye. "Basket Grip" type attachments to the outer jacket of the cable shall not be permitted.
A breakaway swivel shall be used on all pulls.
840.03.11 50 of slack fiber shall be coiled in each manhole and handhole, unless directed
otherwise by the engineer.
840.04 MEASUREMENT AND PAYMENT
All pay items shall include all materials, labor, and equipment necessary to furnish and install, test,
mark and label a complete, operational, and acceptable system as specified herein and as shown on
the plans. Payment of items shall include all testing and guarantee required by the specifications and
special provisions. Linear foot items shall be measured to include the linear feet of cable installed,
complete, in-place, and accepted, including the slack cable; but shall not include waste cable and
unused cables.
In addition, the following services/work shall be incidental to the listed pay item(s):

The contractors quality assurance and quality control responsibilities

Construction stake out and coordination


112

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


4 of 4

Testing as specified in the Special Provisions and Specifications

The pay item(s) for this Section includes:


840.04.01 Fiber Optic Cables
Fiber optic cables shall be paid per linear foot, by type of fiber and construction of fiber, by the
number of fibers in each jacketed cable by length of cable. Typical items would be Linear Feet of
<x> fiber multimode tight buffered fiber optic cable and Linear Feet of <y> fiber single mode
tight-buffered fiber optic cable, and Linear Feet of <y> fiber single mode gel-filled fiber optic
cable. The slack cable shall be measured and paid at the same linear foot price.

113

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


1 of 7
CATEGORY 800
SECTION 841 - FIBER OPTIC CABLE TERMINATIONS AND SPLICING
841.01 DESCRIPTION
This work shall include terminating or splicing of existing fiber optic cables, or splicing new cables
to existing fiber optic cables.
841.02 MATERIALS
841.02.01 Fiber Optic Cables
(a) Refer to Section 951 of the Specifications
(b) Labeling refer to 950.16 of the specifications.
(c) All fiber optic cables extending more than 50 feet inside buildings and in tunnels (including
exhaust and fresh air ducts) shall be plenum rated, type OFNP.
841.02.02 Terminations
(a) All terminations shall be of the ST type. ST connectors shall be in conformance with
TIA/EIA-4750000B OOB and TIA/EIA-604-2-A.
(b) The maximum loss shall be 0.75 dB per mated pair, or 0.5 dB for each termination. Any
termination with losses above these limits shall be removed and replaced by the Contractor
at its sole expense.
(c) Terminations shall have ceramic ferrule and metallic bayonet connector. All terminations
shall have a boot with integral strain relief.
(d) Leave at least 24 (up to 6 is preferred) of slack cable at terminations, neatly coiled,
arranged, and tied down for future repairs or re-termination.
(e) The Contractor shall use fiber pigtails with pre-connectorized ST connectors from the
factory. The input side of the pigtail shall be fusion spliced in the field to the distribution
fibers by the Contractor. The connectorized end of the pigtail shall terminate on the rear
side of patch panel. The use of any type of mechanical connectors that are assembled onto
the cable in the field shall not be permitted.
841.02.03 Splice Enclosures
(a) Refer to Section 964 of the Specifications.
114

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


2 of 7
(b) Underground splice enclosures shall be dome or butt type. All cables shall enter through
the bottom of the splice enclosure.
(c) Leave at least 24 (up to 6 is preferred) of slack cable inside splice cases, neatly coiled,
arranged, and tied down for future repairs or re-splicing.
(d) Leave at least 25 of coiled slack cable (or more if the plans specify more) in the associated
manhole or handbox that the splice case is installed. If the manhole or handbox does not
have room for slack cable, slack cable may be left in the next nearest manhole or handhole
but consult the engineer prior to work.
(e) The inside of splice enclosures shall be clean and dry. If re-entering a splice enclosure,
clean and dry the interior prior to re-sealing the enclosure. Seal water tight prior to placing
underground.
841.02.04 Fusion Splices. Each finished splice shall have a loss of 0.15 dB or less for single-mode
fiber and 0.30 dB or less for multimode fiber as measured by the splicing device at the time the
splice is made. Loss calculations shall use an average of bi-directional measurements. The average
splice loss is defined as the summation of the loss as measured in both directions divided by two.
841.02.05 Splice Protection. The spliced and stripped cable shall be protected by a splice
enclosure (refer to Section 964). All fiber splices are housed in splice trays or organizers inside an
enclosure. The proper splice tray (refer to Section 964) shall be selected based on the type of
protection required by the splice. Each splice shall be individually mounted and mechanically
protected on the splice tray. No stress shall be placed on the finished splices within the splice
enclosure. Fusion splices require additional protection and strain relief (i.e., fiber optic fusion splice
protectors) that can be provided by glass capillaries, heat shrink tubing, or silicone sealant.
841.03 CONSTRUCTION
841.03.01 All splices shall be fusion type and be installed in approved fiber optic splicing trays,
splicing enclosures, or other approved devices. Splices are permitted only where indicated on plans.
841.03.02 At no time shall the bending radius of a cable be exceeded. For all cables, the maximum
bending radius shall be 20 times the cable diameter during installation (under tension). After
installation, the maximum bending radius shall be 10 times the cable diameter (with no pulling
tension).
841.03.03 At no time shall the pulling (tensile) strength of the cable be exceeded during installation.
The Contractor must take appropriate precautions to assure that the installation does not damage the
cables.

115

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


3 of 7
841.03.04 An experienced and trained fiber optic cable technician shall perform all splices and
terminations. The Contractor shall submit to the Engineer documentation on its technicians
experience of at least one year, or recent certification from an independent organization, for fiber
optic cable splicing and termination. All splicing and terminations shall be in accordance with these
specifications and the latest versions of applicable EIA/TIA standards.
841.03.05 Identification Tags. Furnish and install circuit wiring identification tags in all manholes,
handholes, junction boxes, control cabinets, wire troughs, and service pedestals. Furnish and install
circuit wiring identification tags every 50 feet in cable trays. For fiber optic, data, telco, or other
communications cables consult engineer for labeling text. Generally the start and end point of the
cable shall be used. For example, HUB#1 to HUB#2. Attach all identification tags with two wire
ties.
841.04 TESTING AND TEST EQUIPMENT
841.04.01 All testing and test equipment shall be in conformance with the following:
(a) TIA/EIA-455-B Standard Test Procedure for Fiber Optic Fibers, Cables, Transducers,
Sensors, Connecting and Terminating Devices, and other Fiber Optic Components.
(b) TIA/EIA-526 Standard Test Procedures for Fiber Optic Systems.
841.04.02 All fiber optic cables, splices, and terminations shall be tested using an Optical Time
Domain Reflectometer (OTDR). OTDR testing shall occur after completion of the installation,
splice, or termination.
841.04.03 OTDR measurements shall be made once in each direction on each fiber. OTDR graphs,
raw data, event tables shall be stored on disk and submitted to the MDTA.
841.04.04 Where OTDR results indicate excessive loss, or other problems, in existing fibers,
terminations, or splices, the Contractor shall submit those findings to the Engineer as soon as
possible.
841.04.05 Testing Fiber Optic Cables
Circuit tests shall be performed to verify that each fiber is connected to the proper circuit, and that it
is continuous with no breaks, or damaged sections, in the fiber. All strands shall meet current
EIA/TIA-568C (or later) specifications. Dark fibers and excessive attenuation due to breaks, bends,
bad splices, defective connectors and bad installation practices shall not be accepted and shall be
corrected. For fiber optic testing standards, see TIA-455-171 (FOTP-171), TIA 526-14
(multimode), TIA 526-7 (singlemode).
(a)

All cables shall have ST connectors installed prior to testing. All testing, for purposes of
acceptance of the system, shall be conducted on fully installed and assembled fiber optic
cables.
116

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


4 of 7
(b)

Upon completion of testing, replace or repair any failed cable(s) with a new fiber or cable,
and test the new cable to demonstrate acceptability.

(c)

Insertion loss testing shall be performed and recorded with Optical Loss Test Sets (i.e.,
Light Source and Power Meter) following Method B procedure (i.e., One Cable
Reference) in TIA 526-14A or Method 1A procedure (i.e., One Cable Reference) in TIA
526-7. These tests shall be measured in dB.

(d)

Contractor shall record the linear numbers at each end of a fiber optic cable under test. If
the cable contains splices, the linear numbers closest to the splice point shall also be
recorded. These numbers along with a clear definition of the location they were recorded
shall be transmitted along with the OLTS and OTDR test results.

(e)

These tests shall use 850 nm and 1300 nm light sources for multimode fiber and 1310 and
1550 nm for single mode fiber.

(f)

Tests shall be documented for all wavelengths per fiber type (MMF or SMF) as noted
above.

(g)

Test results shall be documented on paper and stored on a computer diskette and shall be
turned over to the electrical inspector after testing is complete. Attachment 841-A to this
Section shows a sample fiber optic test report. Insertion loss measurements recorded and
printed by the OLTS is the format preferred over manual records. Results of insertion loss
testing and OTDR traces event tables shall be submitted along with paper and electronic
formats of cable manufacturers factory testing documentation, cable end point linear
numbers, splicing diagrams (i.e., matrices), and other diagrams and data to aid in the
Engineers understanding of the results submitted for review.

(h)

An optical time domain reflectometer (OTDR) approved in advance by the Engineer shall
be used to conduct testing. The OTDR shall be calibrated to cables optical fiber index of
refraction found on the manufacturers data sheet provided at cable delivery. Properly
trained technicians shall conduct tests. Documentation of training or certification shall be
provided to the Engineer.

(i)

All OTDR traces shall maximize both the vertical and horizontal scales to the greatest
extent possible and still fit the entire trace on the screen. The minimum width and height
of an OTDR trace diagram in native format on a letter sized paper shall be 2.85 by 2.25
inches.

(j)

A cable segment shall be deemed a failure if the total loss exceeds the calculated loss for
that length of cable as indicated in Attachment 841-A. A cable segment shall fail if any
individual splice loss is greater than 0.3dB, or if any mated connector pair loss is greater
than 0.75dB, or if there is any point loss (over less than 1 foot of cable) of more than
1.0dB.
117

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


5 of 7
(k)

After the circuit test, a functional test shall be performed. This test shall consist of
allowing the system to operate as normal for 30 consecutive days. Any failures shall be
repaired by the Contractor at his own expense, and the test restarted.

841.05 METHOD OF MEASUREMENT AND BASIS OF PAYMENT


All pay items shall include all materials, labor, and equipment necessary to furnish and install a
complete, operational, and acceptable system as specified herein and as shown on the plans.
Payment of items shall include all testing and guarantee required by the specifications and special
provisions. Any requirements of the specifications, special provisions or plans not specifically
detailed or mentioned in a payment item shall be considered incidental to the pay items below.
In addition, the following services/work shall be incidental to the listed pay items:

The contractors quality assurance and quality control responsibilities

Construction stake out and coordination

Testing as specified in the Special Provisions and Specifications

The pay items for this Section includes:


841.05.01 Fiber optic cable terminations shall be paid for according to each completed, installed
and accepted unit.
841.05.02 Fiber optic splices shall be paid for according to each completed, installed and accepted
unit.
841.05.03 Splice Enclosures shall be paid for according to each unit by the maximum fiber capacity
per enclosure.
841.05.04 OTDR testing, report compilation and submission, and any necessary repairs required as
a result of OTDR test results shall not be measured or paid separately, but shall be considered as
incidental to installation of the associated fiber optic cable, patch cable, termination, or splice.

118

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


6 of 7
ATTACHMENT 841-A

SAMPLE FIBER OPTIC CABLE TEST REPORT


(To be filled out after installation is complete)
Job Name:
Job ID:

Fiber Cable:

Location (A):

Location (B):

ANSI/EIA/TIA 568C: Cable Loss Factor (CLF); 1km=3280.83 feet


3.50 db/km @ 850 nm for 62.5/125 m MM
1.50 db/km @ 1300 nm for 62.5/125 m MM
1.0 db/km @ 1310 nm and 1550 nm for Indoor Cable
0.40 db/km @ 1310 nm and 1550 nm for OSP SM (Tighter Spec than TIA 568C)
0.40 db/km @ 1310 nm and 1550 nm for ISP SM (Tighter Spec than TIA 568C)
Connector Loss (CL) 0.75 db per mated pair of connectors
Splice Loss (SL) 0.30 for SM, and 0.30db for MM each as measured unidirectionally by OTDR at both
wavelengths (850/1300 MM, 1310/1550 SM)
To calculate ACCEPTABLE LOSS (db): Multiply cable length x (CLF) + (CL) + (SL) = dB margin. Write this
value in the table in the appropriate location on the table below.
Write measured loss from point A-B and B-A in the appropriate locations in the table below. The Trace
ID column is used to link the traces to the measured values in the table. At the top of the form the
sheath ID must be used identify which sheath is being tested.
Attach a legible paper copy of the following to the hardcopy submittal, and a legible electronic copy of
the same to the electronic submittal:
1) Attach a copy of the manufacturers factory testing data that came with the fiber cable.
2) Attach a line diagram or map showing lengths and splice locations.
a) This map or diagram shall include the appropriate linear cable length marks indicating where
those marks can be found.
b) This map or diagram shall include and indicate the approximate length of fiber within a splice
case.
3) Attach OTDR traces and measurement result.

119

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


7 of 7
Job Name:

Fiber Cable ID:

Job No.:

Sheath ID:

Note:

Test Date:

Location A:

Location B:

Cable Length

Strand No.

Feet
Check One:
850 NM MM
1310 NM SM
Acceptable Loss:
___________dB

Cable Length
Check One:
1300 NM MM
1550 NM SM
Acceptable Loss:
___________dB

Trace ID

B to A (dB)

Trace ID

Fiber ID

Blue

Orange

Green

Brown

Slate

White

Red

Black

Yellow

10

Violet

11

Rose

12

Aqua

Strand No.

Feet

A to B (dB)

A to B (dB)

Trace ID

B to A (dB)

Trace ID

Fiber ID

Blue

Orange

Green

Brown

Slate

White

Red

Black

Yellow

10

Violet

11

Rose

12

Aqua

Technician Name (Printed): _____________________________________


Technician Signature:

Date:

120

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


1 of 3
CATEGORY 800
SECTION 844 FIBER OPTIC PATCH CORDS
844.01 DESCRIPTION
This work shall include furnishing and installing pre-assembled fiber optic patch cables (hereinafter
referred to as patch cables). Patch cables are used for final connection between equipment and the
fiber optic cable distribution centers.
844.02 MATERIALS
844.02.01 Fiber Optic Cables, refer to section 951 of the Specifications.
844.02.02 Pre-assembled Fiber Optic Patch Cables
(a) Pre-assembled fiber optic patch cables shall be purchased from the manufacturers
completely assembled in standard lengths.
(b) The fiber patch cords shall be either multimode or single mode as required to match the
trunk cable.
(c) Patch cables shall be a minimum of 2 meters in length unless specified otherwise on the
plans.
(d) The outside jacket shall be color-coded: Yellow for single mode fiber, Orange for
multimode fiber.
(e) Pre-assembled fiber optic patch cables shall be labeled at each end, within six (6) inches of
the termination. The label shall be identical at each end of the cable. Each cable shall have a
unique label. Labels may be field applied.
(f) Unless a different connector is required for compatibility with existing or proposed active
components, all fiber optic connectors shall be ST/ST compatible. The ST connector shall
be ceramic ferrule, with the fiber permanently secured within the ferrule by epoxy (heat set),
chemically cured or a hot-melt adhesive in accordance with the connector and/or the epoxy
manufacturer. When connectors are installed outside of a controlled-environment location,
the connector minimum operating temperature range shall be -40 F to +158 F. For those
applications within a controlled-environment location, the minimum operating temperature
shall be -4 F to +140 F. The procedure for the termination of connectors used in this
project shall meet that set out in the connector manufacturer's standard operating procedure
for field installation. This procedure shall be submitted to the Engineer for approval. Unless
recommended otherwise by the connector manufacturer,
121

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


2 of 3
each fiber shall be cleaved, cleaned and shall receive multiple polishing with increasingly
fine grit polishing pads.
(g) The average loss for mated pairs of connectors shall not exceed 0.4 dB for both single and
multimode fibers.
844.03 CONSTRUCTION
844.03.01 At no time shall the bending radius requirement specified by the manufacturer of a cable,
nor those specified herein, be violated. In addition to manufacturer requirements;
(a) During installation, the cable shall not be bent to a radius less than 20 times the diameter of
the cable, and,
(b) Upon completion of installation, the cable may not be bent to a radius less than 10 times the
cable diameter, and,
(c) No cable, regardless of cable diameter, may be bent to a radius less than 30mm.
844.03.02 At no time shall the pulling (tensile) strength of the cable be exceeded during installation.
The contractor must take appropriate precautions to assure that the installation does not damage the
cables.
844.04 TESTING AND TEST EQUIPMENT
844.04.01 All testing and test equipment shall be in conformance with the following standards:
1. TIA/EIA-455-B Standard Test Procedure for Fiber Optic Fibers, Cables, Transducers,
Sensors, Connecting and Terminating Devices, and other Fiber Optic Components
2. TIA/EIA-526 Standard Test Procedures for Fiber Optic Systems
844.04.02 All fiber optic cables shall be tested using an Optical Time Domain Reflectometer
(OTDR). OTDR testing shall occur after completion of the installation, splice, or termination.
844.04.03 OTDR measurements shall be made once in each direction on each fiber after final
assembly. OTDR graphs shall be stored on disk and submitted to the MDTA.
844.04.04 Acceptable loss per each fiber, per direction, shall be the sum of the cable length times
the specified loss as indicated above. An allowance of 0.5 dB per connector (1.0 dB per connector
pair) shall be permitted, plus 0.05 dB per fusion splice. Any cable, termination, or splice, installed
under this contract, with losses in excess of the acceptable limit shall be repaired, or replaced by the
contractor at the Contractors sole expense.
122

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


3 of 3
844.04.05 Where OTDR results indicate excessive loss, or other problems, in existing fibers,
terminations, or splices, the Contractor shall submit those findings to the Engineer as soon as
possible.
844.05 METHOD OF MEASUREMENT AND BASIS OF PAYMENT
All pay items shall include all materials, labor, and equipment necessary to furnish and install a
complete, operational, and acceptable system as specified herein and as shown on the plans.
Payment of items shall include all testing and guarantee required by the specifications and special
provisions. Any requirements of the Specifications, Special Provisions or Plans not specifically
detailed or mentioned in a payment item shall be considered incidental to the pay item(s) below.
844.05.01 Fiber Optic Patch cords shall be paid for according to each completed and installed by
length and number of fibers. Typical items would be EACH OF ## METER FIBER OPTIC
PATCH CORD. and EACH OF ## METER 2-FIBER, FIBER OPTIC PATCH CORD.

123

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


1 of 4
CATEGORY 800
SECTION 875 UTILITIES STATEMENT
875.01 DESCRIPTION. This work shall consist of the Contractors attention and action to
avoid construction conflicts with existing utilities.
875.02 MATERIALS. Not Applicable.
875.03 CONSTRUCTION.
(a)

Attention of the Contractor is directed to the possible presence of various utilities


consisting of but not limited to: water, sewer, gas, electrical wires or ducts and/or conduit,
communication cables (both overhead and underground), and poles within the limits of
construction. The Contractor shall exercise special care and extreme caution to protect and
avoid damage to utility facilities as described in the preceding sentence. The Contractor
shall take into consideration the possible adjustments and/or installations of the various
utilities within the limits of construction. Existing utilities have been generally located and
shown on the Plans as they are believed to exist; however, the MDTA assumes no
responsibility for the accuracy of these locations.

(a)

The Contractor shall contact MISS UTILITY 1-800-257-7777 in accordance with the
Miss Utilities Special Provision included within these Contract Documents.

(b)

The Contractor shall be responsible for the locating of all existing utilities and their safety.
Should any existing utilities be damaged or destroyed due to the operations of the
Contractor, the damaged or destroyed components shall be immediately replaced or
repaired as necessary to restore the utility to a satisfactory operating condition. These
repairs or replacements shall be at no additional expense to the MDTA or the owner of the
utility. In the event of damage to any existing utility while under construction, please refer
to the proceeding Emergency Utility Contact Information.

(d)

On the Intercounty Connector (ICC) MD200 in both directions between mile


markers 5.6 through 5.7 the Contractor shall not dig, excavate or drive any type of posts
without first contacting Transcontinental Gas.

124

03-02-11

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


2 of 4
EMERGENCY UTILITY CONTACT INFORMATION LIST
Utility

Name

Level 3 Communication
Fiber Optic Cable

SHA Fiber Optic Cable to


Traffic Devices (i.e., DMS,
Cameras, Sensors, etc.)

Emergency Number

Comments

877-366-8344
(877-dont dig)

First Response

Jody Williams

202-369-5470

First Response

Rick Miller

702-888-7568

Second Response

Primary :

Office: 410-747-8590

1) Ray
Edwards
2) Paul
Runion

Office: 410-582-5690
Cell: 443-506-4035
Office: 410-747-8590
Cell: 443-604-8158
Cell/Pager: 443-3659826
410-321-2800
Pager: 410-307-2624
Nextel Direct;
164*75*1654

SHA Lighting

Les Towsend

MdTA Fiber Optic Cable to


Traffic Devices (i.e., DMS,
Cameras, Toll Facilities,
ITS System, etc.)

Contact State
AOC
(Advanced
Operations
Center)
John
Lohmeyer

410-537-1233

On Call Duty Contact:


Page: 410-434-3318

410-537-1101(O)
443-802-7539(C)

I-95 North of I-895/I-95 Tunnels split


and Hatem Bridge and Tydings
Bridge

Richard Wolf

410-537-8041(O)
443-324-3470(C)

Baltimore Harbor Tunnel (I-895) and


Fort McHenry (I-95) Tunnel

Gary Jackson

410-537-7513(O)
443-324-6660(C)

Key Bridge (I-695)

Benjamin
Gilmore

410-537-6807(O)
443-915-7789(C)

Nice Bridge (US 301)

MDTA Lighting and


Utilities

125

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


3 of 4
MDTA Lighting and
Utilities

Comcast

Ricky
De Grafenreid

410-295-8157(O)
443-468-4545(C)

Bay Bridges (US 50)

Don Smith

410-537-6934(O)
443-829-5075(C)

Intercounty Connector (ICC /M200)

Response Call
Center

410-649-4944

BGE - Gas

410-685-0123

General Number, Use Prompts

BGE - Electric Distribution

410-685-0123

General Number, Use Prompts

BGE - Transmission Lines

410-685-0123

General Number, Use Prompts

Verizon

Maint.
Center

866-481-0100

Baltimore County Sanitary

Bureau of
Utilities

410-887-7415

Baltimore City Waste Water


(Sanitary)

Utility Maint.
Division

410-396-7870

Baltimore City Water

Utility Maint.
Division

410-396-7870

Pepco

John
Koroma

202-388-2632

Washington Gas

Theresa
Curtis

703-750-5816

Transcontinental Gas

1-800-440-8475

Colombia Gas

1-800-853-7191

Washington Suburban
Sanitary Commission

Marci
Tucker

301-206-8577

Delmarva Power

1-800-898-8042
1-800-375-7117

Harford County DPW

410-638-3285

Cecil County DPW

Wastewater

410-996-6260

Ann Arundel County DPW

Bureau of
Utilities

410-222-7500

126

Baltimore City is responsible for both


Baltimore City and County facilities
as well as the 108in. Conowingo
water transmission main residing
within the I-95 corridor.

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


4 of 4
Howard County DPW

Bureau of
Utilities

410-880-5822
410-313-4401

Queens Annes County


DPW

Water / Sewer

410-758-0920
410-643-3535

Charles County DPW

Utilities and
Water

301-609-7400

Montgomery County DPW

301-258-6370
240-777-0311

Prince Georges Co. DPW

301-883-5600

(c)

24 hours/7 days a week

Any existing utilities requiring relocation or adjustment shall be relocated or adjusted by


the agency responsible for their maintenance or by the owner of the utility unless otherwise
indicated in the Contract Documents. The Contractor shall give sufficient notice

to the specific utilities of the Contractor's overall plan for construction.


The utility companies will establish the lead time necessary to meet the
applicable utility work schedule and coordinate with the Contractor's
work operations based upon the Contractor's overall plan. Existing
utilities shall remain in service for the duration of construction until
relocated facilities are permanently installed and in service.
875.04 MEASUREMENT AND PAYMENT. All Contractor responsibilities described above and
referenced within the contract documents concerning the location and safety of existing utilities including
but not limited to the protecting of utilities, removal of temporary materials from adjusted utilities and
cooperation with the owners of the utilities and with other contractors will not be measured for payment
and the cost will be incidental to the items specified in the Contract Documents.

127

BAY BRIDGE FACILITY HVAC REPLACEMENT

CONTRACT PROVISIONS
Contract No. BB-2829-000-006
(NCHRP) REPORT 350 IMPLEMENTATION SCHEDULE
1 of 2
CONTRACT PROVISIONS
NOTICE TO ALL HOLDERS OF THIS CONTRACT DOCUMENT
NATIONAL COOPERATIVE HIGHWAY RESEARCH PROGRAM (NCHRP) REPORT 350
AND THE MANUAL FOR ASSESSING SAFETY HARDWARE (MASH)
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.
128

BAY BRIDGE FACILITY HVAC REPLACEMENT

CONTRACT PROVISIONS
Contract No. BB-2829-000-006
(NCHRP) REPORT 350 IMPLEMENTATION SCHEDULE
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
All devices shall conform to NCHRP
with signs; intrusion alarms; and drums, vertical
Report 350 or MASH criteria.
panels, and cones (all with accessories or
attachments)
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
CATEGORY 4
Portable trailer mounted devices including area
lighting supports, arrow panels, and changeable
message signs

All devices shall conform to NCHRP


Report 350 or MASH criteria.

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.

129

BAY BRIDGE FACILITY HVAC REPLACEMENT

CONTRACT PROVISIONS
Contract No. BB-2829-000-006
(NCHRP) REPORT 350 IMPLEMENTATION SCHEDULE
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 Contractors method
of work includes impacts not approved by previously acquired permits), the Contractors 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.

130

BAY BRIDGE FACILITY HVAC REPLACEMENT

CONTRACT PROVISIONS
Contract No. BB-2829-000-006
(NCHRP) REPORT 350 IMPLEMENTATION SCHEDULE
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 retroreflective 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.
131

BAY BRIDGE FACILITY HVAC REPLACEMENT

CONTRACT PROVISIONS
Contract No. BB-2829-000-006
(NCHRP) REPORT 350 IMPLEMENTATION SCHEDULE
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.

132

BAY BRIDGE FACILITY HVAC REPLACEMENT

CONTRACT PROVISIONS
Contract No. BB-2829-000-006
(NCHRP) REPORT 350 IMPLEMENTATION SCHEDULE
1 of 1
REQUIRED PERMITS
Application has been made for all permits necessary for the construction of the project. The
status of these permits is as follow:
1. Maryland Department of the Environment, Non-tidal Wetlands Waterways
Division & U.S. Army Corps of Engineers (Joint Permit)
No MDE nontidal or tidal wetlands/waterways or USACE permits are required.

2. Maryland Department of the Environment, Water Management


Administration, Sediment and Stormwater Plan Review Division (Stormwater
Management/Erosion & Sediment Control Approval)
This approval is under review and is anticipated prior to Notice to Proceed.

3. Water Quality Certification


No MDE Water Quality Certification is required.

4. Reforestation Law Approval


No Reforestation Law Approval law is required.

5. Roadside Tree Permit


No Roadside Tree Permit is required.

6. Critical Area Approval


This approval is under review and is anticipated prior to notice to proceed.

The Contractor shall comply with all provisions and/or restrictions contained within the
permits with the exception as noted above. Failure to receive any of the above outstanding
permits may result in a delay in the Bid opening date or Notice to Proceed date.
133

BAY BRIDGE FACILITY HVAC REPLACEMENT

CONTRACT PROVISIONS
Contract No. BB-2829-000-006
(NCHRP) REPORT 350 IMPLEMENTATION SCHEDULE
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
MDTA projects shall be in conformance with the requirements provided in the 2011 Edition of the
MDTAs MdMUTCD for Streets and Highways.

134

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


ELECTRONIC DATA SUBMISSION REQUIREMENTS FOR GEOGRAPHICAL
INFORMATION SYSTEM
1.0 Purpose
The purpose of this document is to provide guidelines for submitting and subsequent evaluation of the dataset
for inclusion into the MDTA Geographical Information System (GIS) application. Only certain contract submissions
must comply with the data submission requirements identified in this section. These requirements for the electronic
data submission are in addition to any other requirements in this solicitation and are merely an additional submission
requirement and not in lieu of any other contract requirements.

Contract submissions that shall comply with the following electronic data submission requirements for inclusion in the
GIS system are the following:
Submission Title

Submission Description

2.0 Overview
MDTA currently utilizes an Enterprise Geographic Information System (GIS) application which hosts its own
data (imagery, terrain and property data), thus providing a fast, easy-to-use geovisualization tool for navigating GIS
data.
The MDTA Enterprise GIS application currently uses the following software:

Environmental System Research Institute (ESRI)

ArcGIS / SDE database 10.x

ArcGIS Server 10.x

ArcGIS Desktop (ArcInfo, ArcView) 10.x

Googles Earth Enterprise (GEE)

Google Earth and Fusion Enterprise 4.1.x

Google Enterprise Client 6.1.x

Red Hat Linux 5.5

Windows 2003

Oracle 10g /11g

PostgreSql and Crystal Reports 9.x / 10.x

It is essential that the datasets be thoroughly and accurately documented to ensure the integrity of the
information being included and presented via the MDTA GIS system. All data that is required to be submitted in this
format to be included in the MDTA GIS system shall be accompanied with GIS Deliverable Form (Attachment A) and
135

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


the MDTA GIS Metadata Form (Attachment B), which shall be completed by the Contractor in accordance with the
Contract electronic submission.
Datasets that do not meet the standards or conform to the requirements below will be returned to the Contractor for
revisions so that the datasets may be revised in accordance with the requirements and resubmitted to the MDTA for
inclusion in the MDTA GIS system.
3.0 Data requirements
The Contractor shall ensure that all data (GEODATABASE) submitted for publishing meets the necessary standards
and requirements. All columns and data formats need to follow the data dictionary approved by the Contract Manager.
All data should be submitted to the MDTA in the following format:
A. GEODATABASE File Requirements
1.

2.

Naming convention is correct and follows the template below.

SDE.CATEGORY_DESCRIPTION_ORGANIZATION_FILE TYPE.

Example. SDE.UTIL_FIBER_MDTA_LINE.

Projection is set to NAD_1983_HARN_StatePlane_Maryland_FIPS_1900_Feet.

If layer does not display correctly when brought into Google Earth, set projection to
GCS_WGS_1984.

3.

Attribute table has a maximum of 50 fields or less.

4.

Field names have properly defined alias under field properties.

5.

If over 50 fields contact the Contract Manager.

Example. Alias is Zip Code NOT ZCTA5CE.

Ensure that there is only one feature class for a single type of data with a Facility column in the attribute
table to designate the facility associated with the feature, as opposed to separate feature classes for every
single facility.
136

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


6.

All individual links to the documents / pages in the document should be preserved and working

7.

Labeling of features is consistent throughout the layer.

Text size and color of labels remain consistent.

Symbology colors should remain the same in the map as well as in the layer category

4.0 Required documentation to be included as part of data submission


4.1 GIS Deliverable Form - Required
When providing a dataset provide as much information to the Contract Manager to identify how the data should be
symbolized. The specification for symbology can be in the form of a written specification or an Environmental Systems
Research Institute (ESRI) ArcGIS map document file (.mxd). All datasets submitted, when required, must include a
completed GIS Deliverable Form, Attachment A.
4.2 Metadata forms Required
Each dataset submitted for inclusion into the MDTA GIS must include Federal Geographic Data Committee (FGDC)
compliant metadata. FGDC Standards can be found at (www.fgdc.gov/metadata). Attachment B is a template of the
metadata form.

137

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


ATTACHMENT A
GIS DELIVERABLE FORM
RECEIPT OF GEOGRAPHICAL INFORMATION SYSTEM (GIS) DELIVERABLE

Title:____________________________________________
Title # if applicable:________________________________
MDTA Contract Number:
Title of Deliverable: _______________________________________________________
Reference Section # ______________________
ID
1

2
3

Deliverables for the entire project section


All data has to be submitted in ESRI Geodatabase format Required
(Apart from ESRI Geodatabase format submission, if data is available in DGN/DWG format, it can be
submitted as part of the submission)
All relevant document/s referenced in deliverables 1 should be submitted in PDF format Required
Metadata/s in Microsoft Word or XML Required

Name of Contractor: ________________________________


Contractor Project Manager:________________________________
Signature
_________________________________
Printed Name

To Be Completed by MDTA Contract Manager


__________________________________
__________________________________
Contract Manager Signature
Date
Printed Name of MDTA Contract Manager:

__________________________________

138

BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


ATTACHMENT B
MDTA GIS METADATA FORM

MEDTADATA IDENTIFICATION INFORMATION - All fields are Required

Keyword

Time
Period
Status
Citation
of
Content

Contractor
Point of Contact

Use
Access
Constraint Constr
s
aints

Description

Section

Field
Abstract
Purpose
Supplemental Information

Access Constraints

Description
A brief statement describing what the data set is comprised of.
Summary discussing why the data set was developed. (Project
initiatives.)
Source Scale Denominator and any additional descriptive
information about the data set that may not be suitable for the
abstract and purpose.
Restrictions and legal prerequisites for accessing the data. This
is to protect privacy and intellectual property.

Use Constraints

Restrictions and legal prerequisites for using the data set.


Removes liability for misuse of the data set. Also allows for
human error.

Contact Person Primary

The name of the individual who is the primary contact for the
dataset.

Organization
Position
Contact Phone Number
Contact e-mail address
Contact Instruction
Address Type

The type of address. (mailing,


physical, or mailing and physical)

Street Address
City
State
Postal Code
Country
Originator

The name of the organization or individual(s) that developed


the data. Please note if they are editors or compilers.

Publication Date

Date when the data was published or released for use.

Calendar Date

Date that the data was collected. Could also be a range of dates
Basis for time period of content. (Publication Date, Ground
Condition)
State of the data set. (Complete, In Work, or Planning Stages)
How often changes or updates are made. (Monthly, Annually,
Bi-weekly, Continually, None planned)
ISO category (see list below, most likely transportation) and
additional words or phrase that describes the data set for
database search.
Geographic name of the location of the data set

Correctness Reference
Progress
Maintenance and Update
Frequency
Theme Keyword
Place Keyword

139

Dataset Information
[Contractor Identifies]
Contract No. ____________
[Submission Description]

N/A

N/A
Contract No. _________ Manager

BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

METADATA REFERENCE INFORMATION

Contractor
Metadata Contact

Metada
ta Dates

Section

Field
Metadata Date
Metadata
Review Date
Contact Person
Organization
Position
Contact Phone
Number
Contact e-mail
address
Contact
Instruction
Address Type
Street Address
City
State
Postal Code
Country

Description
Date that metadata was created.
Date that metadata was last reviewed.
Person that created the metadata.

ISO Category Selection List


Farming
Biota
Boundaries
Climatology/Meteorology/Atmosphere
Economy
Elevation
Environment
Geoscientific Information
Health
Imagery/Base Maps/Earth Cover
Intelligence/Military
Inland Waters
Location
Oceans
Planning Cadastre
Society
Structure
Transportation
Utilities/Communications

140

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

APPENDIX 1 - ASBESTOS INSPECTION REPORT


William Preston Lane, Jr. Memorial Bridge Facility

141

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

142

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

143

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

144

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

145

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

146

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

147

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

148

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

149

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

150

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

151

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

152

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

153

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

154

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

155

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

156

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

157

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

158

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

159

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

160

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

161

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

162

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

163

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

164

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

165

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

166

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

167

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

168

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

169

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

170

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

171

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

172

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

173

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

174

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

175

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

176

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

177

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

178

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

179

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

180

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

181

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

182

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

183

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

184

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

185

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

186

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

187

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

188

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

189

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

190

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

191

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

192

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

193

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

194

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

195

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

196

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

197

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

198

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

199

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

200

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

201

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

202

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

203

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

204

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006

TECHNICAL SECTIONS

205

THIS PAGE LEFT INTENTIONALLY BLANK

206

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 3

CATEGORY 800
BUILDINGS
SECTION 003129 - HVAC SPECIFICATIONS
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions, Special
Provisions, General Provisions, and Terms and Conditions, apply to this Section.

1.2

SUMMARY
A. Record keeping is an essential element of the Contract. The Contractor shall maintain
detailed records on the amount of refrigerant recovered, the amount of refrigerant added
and a complete listing of all work performed during demolition and installation of
HVAC Systems. Contractor shall be provided a copy of the MDTA HVAC SOP (SOPS-ENVF-A-0009) that documents how refrigerants are to be reclaimed and managed.

1.3

ENVIRONMENTAL CONSIDERATIONS
A. All HVAC work performed by the Contractor shall comply with Section 608 of the
Clean Air Act.
B. Intentional venting of Ozone Depleting Substances used as refrigerants into the
atmosphere while performing demolition or installation of air conditioning or
refrigeration equipment is prohibited.
C. If refrigerants are released into the atmosphere, the Contractor shall immediately report
to the Construction Facility Management Office (CFMO) the following;
1. Material released,
2. Estimate of amount released, and
3. Duration of release using the form provided in Appendix III.
D. All refrigerants that are recovered from old HVAC equipment and refrigerants added to
new HVAC equipment shall be documented in accordance with the MDTA HVAC SOP.

HVAC SPECIFICATIONS
207

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


2 of 3

E. Disposal documentation of recovered refrigerants shall be provided to the MDTA Office


of Environment, Safety and Risk Management within 30-days of disposal. If the
contactor is unable to provide disposal documentation then the contractor shall provide a
detailed explanation of the disposal process and have a certified HVAC technician sign
that the refrigerants were disposed of in accordance with Section 608 of the Clean Air
Act.
F. All recycling and recovery equipment to be used by the Contractor shall be certified by
the Air Conditioning, Heating, and Refrigeration Institute (AHRI) and/or Underwriters
Laboratories (UL).
G. At the time of bid, the Contractor shall provide the Authority with a list of all AHRI/UL
certified equipment to be used in fulfillment of the Contract.
H. All technicians working under this contract shall maintain a certification approved by the
EPA.
I. At the time of bid, the Contractor shall provide copies of Section 608 Technician
Certification Credentials for all personnel to be used in fulfillment of this contract.
PART 2 - PRODUCTS (Not Used)
PART 3 - EXECUTION (Not Used)
PART 4 - MEASUREMENTS AND PAYMENT
4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective item
as described herein and shown below. This price shall be full compensation for all work
contained in the bid item as described herein and required by the related Special
Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum

HVAC SPECIFICATIONS
208

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


3 of 3

C. Costs include all labor, materials, services, testing and equipment necessary to complete
the Work in every respect, including furnishing all materials, installation, testing,
placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional requirements.
END OF SPECIAL PROVISION 003129

HVAC SPECIFICATIONS
209

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 1

CATEGORY 800
BUILDINGS
SECTION 011000 MISCELLANEOUS CONSTRUCTION (ALLOWANCE)
PART 1 GENERAL
A contingent allowance of Four-Hundred, Fifty-Thousand Dollars ($450,000.00) has been included
in the Schedule of Prices for miscellaneous work that may be determined necessary by the MDTA
during the construction period.
This work shall be performed only upon written direction of the Project Engineer. Upon the
directions from the Project Engineer, the Contractor shall submit a written time and material cost
for this task for the Project Engineers review and/or approval prior to commencing any work. The
Contractor shall allow two (2) weeks turnaround time for review and approval. In lieu of this
method, the Project Engineer may direct the Contractor to perform such work on a "Force Account"
basis, as provided by the General Provisions.
There is no guarantee that any or all of this item will be used during the term of this Contract. Payment
will be in conformance with the General Provisions.

PART 2 MEASUREMENT AND PAYMENT


All work performed under this Item Miscellaneous Construction (Allowance) will be paid for on
the basis of approved price proposal and/or force account record submitted in accordance with the
General Provisions and with the authorization of the MDTA Project Engineer. The approved
amount shall be full compensation for all labor, equipment, materials and incidentals complete in
place as directed by the Project Engineer.

MISCELLANEOUS CONSTRUCTION ALLOWANCE


210

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 4

CATEGORY 800
BUILDINGS
SECTION 011010 BUILDING UPGRADES
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions, Special
Provisions, General Provisions, and Terms and Conditions, apply to this Section.

1.2

DESCRIPTION
A. The intention of this Project is to replace old and failing mechanical equipment, as well
as to bring HVAC systems served by such equipment up to current Code. Refer to the
Project plans and specifications herein for additional requirements. The scope of work
includes, but is not limited to the following activities for the Administration and Police
Buildings:

Administration Building
Construction phasing, which shall include providing two double-wide temporary trailers for
relocation of building staff, as well as all temporary items needed to phase and stage the work
as shown on the plans and specified herein. A single-wide storage trailer shall be shared by
Administration and Police Building personnel. All trailer doors shall be provided with keycard
access and exterior video surveillance, monitored by the MDTA Police.
All demolition and new work shown on the plans and specified herein including, but not
limited to:
o
Demolition of existing ductwork, piping, oil-fired boiler, oil-fired water heater,
expansion tank, air separator, pumps, fans, packaged direct-expansion (DX)
rooftop units, water-cooled computer room air-conditioning units, entire pneumatic
and DDC control system, unit heaters, cabinet unit heaters, baseboard heaters, air
terminal units, and air devices.
o
Demolition of electrical components, lights, and associated electrical work related
to the demolition of HVAC equipment.
o
Demolition of ceilings.
o
Providing new roof mounted variable air volume air handling units and associated
ductwork.
o
Providing a new oil-fired boiler.
o
Providing a new oil-fired domestic water heater.
o
Providing new heating water distribution pumps.
o
Providing a new domestic hot water recirculation pump.
o
Providing a new duplex fuel-oil transfer pump system.
o
Providing new exhaust fans and heaters.
BUILDING UPGRADES
211

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS
o
o
o
o
o
o

Contract No. BB-2829-000-006


2 of 4

Providing new variable air volume (VAV) terminal units.


Providing new DX computer room air-conditioning units.
Providing a new, complete HVAC controls system.
Upgrading the electrical system as required to power new HVAC systems.
Providing new LED light fixtures throughout the building.
Providing a new heating and ventilating (H&V) unit, including energy recovery.

Police Building
Construction phasing, which shall include providing one double-wide temporary trailers for
relocation of 2nd Floor staff, a triple-wide trailer for relocation of 1st Floor police officers and
prisoner detention, as well as all temporary items needed to phase and stage the work as
shown on the plans and specified herein. A single-wide storage trailer shall be shared by
Administration and Police Building personnel. All trailer doors shall be provided with keycard
access and exterior video surveillance, monitored by the MDTA Police.
All demolition and new work shown on the plans and specified herein including, but not
limited to:
o
Demolition of existing ductwork, piping, propane-fired boiler, propane-fired water
heater, expansion tanks, air separator, pumps, fans, DX split-systems with roofand grade-mounted condensing units, propane-fired H&V units, entire DDC
control system, unit heaters, cabinet unit heaters, baseboard heaters, air terminal
units, and air devices.
o
Demolition of electrical components, lights, and associated electrical work related
to the demolition of HVAC equipment.
o
Demolition of ceilings.
o
Relocation of an existing computer room air-conditioner condensing unit.
o
Providing new roof mounted variable air volume air handling units and associated
ductwork.
o
Providing a new propane-fired boiler.
o
Providing a new propane-fired domestic water heater.
o
Providing new heating water distribution pumps.
o
Providing a new domestic hot water recirculation pump.
o
Providing new exhaust fans.
o
Providing new unit heaters and cabinet unit heaters.
o
Providing new finned tube radiators.
o
Providing new variable air volume (VAV) terminal units.
o
Providing a new, complete HVAC controls system.
o
Upgrading the electrical system as required to power new HVAC systems.
o
Providing new LED light fixtures throughout the building.
o
Providing a new heating and ventilating (H&V) units, including energy recovery
where indicated.

BUILDING UPGRADES
212

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS
1.3

Contract No. BB-2829-000-006


3 of 4

TEMPORARY CONSTRUCTION ITEMS & WORK RESTRICTIONS


A. Temporary construction items include but are not limited to the following:
1. Coordinate with owner any work that will be performed in the EZ-Pass Sales area.
Contractor shall anticipate weekend and/or nighttime work in this area.
2. Contractor shall provide and maintain temporary heating and cooling spot equipment
to maintain space conditions: 72 degrees F space temperature. This temporary
heating, ventilation and cooling shall be provided for the full time period during
which the space is without permanent heating, ventilation and air conditioning.
3. Any required shut-down of air-handling units shall be accomplished with only one
unit shut down at any given time. One unit must remain running at all times. This
work will be restricted to the shoulder seasons (September 15th to November 15th,
or April 15th to June 15th).
4. Demolition and replacement of the Administration Building boiler shall be limited to
non-winter seasons (April 15th to November 15th).
5. Demolition and replacement of the VAV boxes shall be limited to between the
shoulder seasons (September 15th to November 15th, or April 15th to June 15th).
The Contractor may work in these areas during the winter season, but temporary spot
heaters maintaining 72 degrees F temperatures must be provided and maintained.
Contractor shall coordinate with the Owner for access to all areas within the
Administration Building. Contractor to assume that all work to be performed in
occupied spaces will have to occur after normal working hours, as defined in the
special provisions.

PART 2 - PRODUCTS
2.1

PRODUCTS
A. Provide all products in accordance with the requirements of the related Special Provision
Sections, and as shown on the plans.

PART 3 - EXECUTION
3.1

EXECUTION
A. Perform all work in accordance with the requirements of the related Special Provisions,
and as shown on the plans.

BUILDING UPGRADES
213

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


4 of 4

PART 4 - MEASUREMENTS AND PAYMENT


4.1

METHOD OF MEASUREMENT
A. Payment for the various Building Upgrades described herein will be made on a lump
sum basis; therefore no measurement will be made.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective item
as described herein and shown below. This price shall be full compensation for all work
contained in the bid item as described herein and required by the related Special
Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to complete
the Work in every respect, including furnishing all materials, installation, testing,
placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional requirements.
END OF SPECIAL PROVISION 011010

BUILDING UPGRADES
214

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 19
CATEGORY 800
BUILDINGS
SECTION 014200 REFERENCES

PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions, Special
Provisions, General Provisions, and Terms and Conditions, apply to this Section.

1.2

DEFINITIONS
1.

General: Basic Contract definitions are included in the Conditions of the Contract.

2.

"Approved": When used to convey Engineer's action on Contractor's submittals,


applications, and requests, "approved" is limited to Engineer's duties and responsibilities
as stated in the Conditions of the Contract.

3.

"Directed": A command or instruction by Engineer. Other terms including "requested,"


"authorized," "selected," "required," and "permitted" have the same meaning as
"directed."

4.

"Indicated": Requirements expressed by graphic representations or in written form on


Drawings, in Specifications, and in other Contract Documents. Other terms including
"shown," "noted," "scheduled," and "specified" have the same meaning as "indicated."

5.

"Regulations": Laws, ordinances, statutes, and lawful orders issued by authorities having
jurisdiction, and rules, conventions, and agreements within the construction industry that
control performance of the Work.

6.

"Furnish": Supply and deliver to Project site, ready for unloading, unpacking, assembly,
installation, and similar operations.

7.

"Install": Operations at Project site including unloading, temporarily storing, unpacking,


assembling, erecting, placing, anchoring, applying, working to dimension, finishing,
curing, protecting, cleaning, and similar operations.

8.

"Provide": Furnish and install, complete and ready for the intended use.

REFERENCES
215

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS
9.

1.2

Contract No. BB-2829-000-006


2 of 19

"Project Site": Space available for performing construction activities. The extent of
Project site is shown on Drawings and may or may not be identical with the description of
the land on which Project is to be built.

INDUSTRY STANDARDS
A. Applicability of Standards: Unless the Contract Documents include more stringent
requirements, applicable construction industry standards have the same force and effect
as if bound or copied directly into the Contract Documents to the extent referenced.
Such standards are made a part of the Contract Documents by reference.
B. Publication Dates: Comply with standards in effect as of date of the Contract
Documents unless otherwise indicated.
C. Copies of Standards: Each entity engaged in construction on Project should be familiar
with industry standards applicable to its construction activity. Copies of applicable
standards are not bound with the Contract Documents.
1. Where copies of standards are needed to perform a required construction activity,
obtain copies directly from publication source.
D. Abbreviations and Acronyms for Standards and Regulations: Where abbreviations and
acronyms are used in Specifications or other Contract Documents, they shall mean the
recognized name of the organizations responsible for the standards and regulations in the
following list. Names, telephone numbers, and Web sites are subject to change and are
believed to be accurate and up-to-date as of the date of the Contract Documents.

ADAAG

Americans with Disabilities Act (ADA)


Architectural Barriers Act (ABA)
Accessibility Guidelines for Buildings and Facilities
Available from Access Board
www.access-board.gov

(800) 872-2253
(202) 272-0080

CFR

Code of Federal Regulations


Available from Government Printing Office
www.gpoaccess.gov/cfr/index.html

(866) 512-1800
(202) 512-1800

DOD

Department of Defense Military Specifications and Standards


Available from Department of Defense Single Stock Point

(215) 697-6257

REFERENCES
216

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


3 of 19

DSCC

Defense Supply Center Columbus


(See FS)

FED-STD Federal Standard


(See FS)
FS

Federal Specification
Available from Department of Defense Single Stock Point
http://dodssp.daps.dla.mil

(215) 697-6257

Available from Defense Standardization Program


www.dps.dla.mil
Available from General Services Administration
www.gsa.gov

(202) 619-8925

Available from National Institute of Building Sciences


www.nibs.org

(202) 289-7800

FTMS

Federal Test Method Standard


(See FS)

IBC

International Building Code


Available from International Code Council
http://www.iccsafe.org

MIL

(See MILSPEC)

(888) 422-7233
(703) 931-4533

MIL-STD (See MILSPEC)


MILSPEC Military Specification and Standards
Available from Department of Defense Single Stock Point
http://dodssp.daps.dla.mil

(215) 697-6257

UFAS

(800) 872-2253
(202) 272-0080

1.3

Uniform Federal Accessibility Standards


Available from Access Board
www.access-board.gov

ABBREVIATIONS AND ACRONYMS


A. Industry Organizations: Where abbreviations and acronyms are used in Specifications or
other Contract Documents, they shall mean the recognized name of the entities indicated

REFERENCES
217

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


4 of 19

in Thomson Gale's "Encyclopedia of Associations" or in Columbia Books' "National


Trade & Professional Associations of the U.S."
B. Industry Organizations: Where abbreviations and acronyms are used in Specifications or
other Contract Documents, they shall mean the recognized name of the entities in the
following list. Names, telephone numbers, and Web sites are subject to change and are
believed to be accurate and up-to-date as of the date of the Contract Documents.
AA

Aluminum Association, Inc. (The)


www.aluminum.org

(703) 358-2960

AAADM

American Association of Automatic Door Manufacturers


www.aaadm.com

(216) 241-7333

AABC

Associated Air Balance Council


www.aabchq.com

(202) 737-0202

AAMA

American Architectural Manufacturers Association


www.aamanet.org

(847) 303-5664

AASHTO American Association of State Highway and


Transportation Officials
www.transportation.org

(202) 624-5800

AATCC

American Association of Textile Chemists and Colorists (The) (919) 549-8141


www.aatcc.org

ABAA

Air Barrier Association of America


www.airbarrier.org

(866) 956-5888

ACI

ACI International
(American Concrete Institute)
www.aci-int.org

(248) 848-3700

ACPA

American Concrete Pipe Association


www.concrete-pipe.org

(972) 506-7216

AF&PA

American Forest & Paper Association


www.afandpa.org

(800) 878-8878
(202) 463-2700

AGC

Associated General Contractors of America (The)


www.agc.org

(703) 548-3118

REFERENCES
218

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


5 of 19

AHA

American Hardboard Association


(Now part of CPA)

AHAM

Association of Home Appliance Manufacturers


www.aham.org

(202) 872-5955

AI

Asphalt Institute
www.asphaltinstitute.org

(859) 288-4960

AIA

American Institute of Architects (The)


www.aia.org

(800) 242-3837
(202) 626-7300

AISC

American Institute of Steel Construction


www.aisc.org

(800) 644-2400
(312) 670-2400

AISI

American Iron and Steel Institute


www.steel.org

(202) 452-7100

AITC

American Institute of Timber Construction


www.aitc-glulam.org

(303) 792-9559

ALCA

Associated Landscape Contractors of America


(Now PLANET - Professional Landcare Network)

ALSC

American Lumber Standard Committee, Incorporated


www.alsc.org

(301) 972-1700

AMCA

Air Movement and Control Association International, Inc.


www.amca.org

(847) 394-0150

ANSI

American National Standards Institute


www.ansi.org

(202) 293-8020

APA

APA - The Engineered Wood Association


www.apawood.org

(253) 565-6600

APA

Architectural Precast Association


www.archprecast.org

(239) 454-6989

API

American Petroleum Institute


www.api.org

(202) 682-8000

REFERENCES
219

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


6 of 19

ARI

Air-Conditioning & Refrigeration Institute


www.ari.org

(703) 524-8800

ARMA

Asphalt Roofing Manufacturers Association


www.asphaltroofing.org

(202) 207-0917

ASCE

American Society of Civil Engineers


www.asce.org

(800) 548-2723
(703) 295-6300

ASHRAE American Society of Heating, Refrigerating and


Air-Conditioning Engineers
www.ashrae.org

(800) 527-4723
(404) 636-8400

ASME

ASME International
(The American Society of Mechanical Engineers
International)
www.asme.org

(800) 843-2763
(973) 882-1170

ASSE

American Society of Sanitary Engineering


www.asse-plumbing.org

(440) 835-3040

ASTM

ASTM International
(American Society for Testing and Materials International)
www.astm.org

(610) 832-9585

AWCI

AWCI International
(Association of the Wall and Ceiling Industry International)
www.awci.org

(703) 534-8300

AWCMA American Window Covering Manufacturers Association


(Now WCSC)
AWI

Architectural Woodwork Institute


www.awinet.org

(800) 449-8811
(703) 733-0600

AWPA

American Wood-Preservers' Association


www.awpa.com

(334) 874-9800

AWS

American Welding Society


www.aws.org

(800) 443-9353
(305) 443-9353

AWWA

American Water Works Association


www.awwa.org

(800) 926-7337
(303) 794-7711

REFERENCES
220

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


7 of 19

BHMA

Builders Hardware Manufacturers Association


www.buildershardware.com

(212) 297-2122

BIA

Brick Industry Association (The)


www.bia.org

(703) 620-0010

BICSI

BICSI
www.bicsi.org

(800) 242-7405
(813) 979-1991

BIFMA

BIFMA International
(Business and Institutional Furniture Manufacturer's
Association International)
www.bifma.com

(616) 285-3963

BISSC

Baking Industry Sanitation Standards Committee


www.bissc.org

(866) 342-4772

CDA

Copper Development Association


www.copper.org

(800) 232-3282
(212) 251-7200

CEA

Canadian Electricity Association


www.canelect.ca

(613) 230-9263

CFFA

Chemical Fabrics & Film Association, Inc.


www.chemicalfabricsandfilm.com

(216) 241-7333

CGA

Compressed Gas Association


www.cganet.com

(703) 788-2700

CIMA

Cellulose Insulation Manufacturers Association


www.cellulose.org

(888) 881-2462
(937) 222-2462

CISCA

Ceilings & Interior Systems Construction Association


www.cisca.org

(630) 584-1919

CISPI

Cast Iron Soil Pipe Institute


www.cispi.org

(423) 892-0137

CLFMI

Chain Link Fence Manufacturers Institute


www.chainlinkinfo.org

(301) 596-2583

CPA

Composite Panel Association


www.pbmdf.com

(301) 670-0604

REFERENCES
221

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


8 of 19

CPPA

Corrugated Polyethylene Pipe Association


www.cppa-info.org
Carpet & Rug Institute (The)
www.carpet-rug.com

(800) 510-2772
(202) 462-9607
(800) 882-8846
(706) 278-3176

Concrete Reinforcing Steel Institute


www.crsi.org

(847) 517-1200

CSA International
(Formerly: IAS - International Approval Services)
www.csa-international.org

(866) 797-4272

CSI

Cast Stone Institute


www.caststone.org

(770) 972-3011

CSI

Construction Specifications Institute (The)


www.csinet.org

(800) 689-2900
(703) 684-0300

CSSB

Cedar Shake & Shingle Bureau


www.cedarbureau.org

(604) 820-7700

CTI

Cooling Technology Institute


(Formerly: Cooling Tower Institute)
www.cti.org

(281) 583-4087

DHI

Door and Hardware Institute


www.dhi.org

(703) 222-2010

EIA

Electronic Industries Alliance


www.eia.org

(703) 907-7500

EIMA

EIFS Industry Members Association


www.eima.com

(800) 294-3462
(770) 968-7945

EJCDC

Engineers Joint Contract Documents Committee


www.ejdc.org

(703) 295-5000

EJMA

Expansion Joint Manufacturers Association, Inc.


www.ejma.org

(914) 332-0040

ESD

ESD Association
www.esda.org

(315) 339-6937

CRI

CRSI
CSA

REFERENCES
222

(416) 747-4000

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


9 of 19

FMG

FM Global
(Formerly: FM - Factory Mutual System)
www.fmglobal.com

FMRC

Factory Mutual Research


(Now FMG)
Florida Roofing, Sheet Metal & Air Conditioning Contractors
Association, Inc.
www.floridaroof.com

FRSA

(401) 275-3000

(407) 671-3772

FSA

Fluid Sealing Association


www.fluidsealing.com

(610) 971-4850

FSC

Forest Stewardship Council


www.fsc.org

49 228 367 66 0

GA

Gypsum Association
www.gypsum.org

(202) 289-5440

GANA

Glass Association of North America


www.glasswebsite.com

(785) 271-0208

GRI

(Now GSI)

GS

Green Seal
www.greenseal.org

(202) 872-6400

GSI

Geosynthetic Institute
www.geosynthetic-institute.org

(610) 522-8440

HI

Hydraulic Institute
www.pumps.org

(888) 786-7744
(973) 267-9700

HI

Hydronics Institute
www.gamanet.org
Hollow Metal Manufacturers Association
(Part of NAAMM)

(908) 464-8200

Hardwood Plywood & Veneer Association


www.hpva.org

(703) 435-2900

HMMA

HPVA

REFERENCES
223

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


10 of 19

HPW

H. P. White Laboratory, Inc.


www.hpwhite.com

IAS

International Approval Services


(Now CSA International)

ICEA

Insulated Cable Engineers Association, Inc.


www.icea.net

(770) 830-0369

ICRI

International Concrete Repair Institute, Inc.


www.icri.org

(847) 827-0830

IEC

International Electrotechnical Commission


www.iec.ch

41 22 919 02 11

IEEE

Institute of Electrical and Electronics Engineers, Inc. (The)


www.ieee.org

(212) 419-7900

IESNA

Illuminating Engineering Society of North America


www.iesna.org

(212) 248-5000

IEST

Institute of Environmental Sciences and Technology


www.iest.org

(847) 255-1561

IGCC

Insulating Glass Certification Council


www.igcc.org

(315) 646-2234

IGMA

Insulating Glass Manufacturers Alliance


www.igmaonline.org

(613) 233-1510

ILI

Indiana Limestone Institute of America, Inc.


www.iliai.com

(812) 275-4426

ISO

International Organization for Standardization


www.iso.ch

41 22 749 01 11

Available from ANSI


www.ansi.org

(202) 293-8020

International Solid Surface Fabricators Association


www.issfa.net

(877) 464-7732
(702) 567-8150

ISSFA

(410) 838-6550

REFERENCES
224

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


11 of 19

ITS

Intertek
www.intertek.com

(800) 345-3851
(713) 407-3500

ITU

International Telecommunication Union


www.itu.int/home

41 22 730 51 11

KCMA

Kitchen Cabinet Manufacturers Association


www.kcma.org

(703) 264-1690

LMA

Laminating Materials Association

LPI

Lightning Protection Institute


www.lightning.org

(800) 488-6864
(804) 314-8955

MBMA

Metal Building Manufacturers Association


www.mbma.com

(216) 241-7333

MFMA

Maple Flooring Manufacturers Association, Inc.


www.maplefloor.org

(847) 480-9138

MFMA

Metal Framing Manufacturers Association


www.metalframingmfg.org

(312) 644-6610

MH

Material Handling
(Now MHIA)

MHIA

Material Handling Industry of America


www.mhia.org

(800) 345-1815
(704) 676-1190

MIA

Marble Institute of America


www.marble-institute.com

(440) 250-9222

MPI

Master Painters Institute


www.paintinfo.com

(888) 674-8937

MSS

Manufacturers Standardization Society of The Valve and


Fittings Industry Inc.
www.mss-hq.com

(703) 281-6613

NAAMM National Association of Architectural Metal Manufacturers


www.naamm.org
REFERENCES
225

(312) 332-0405

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


12 of 19

NACE

NACE International
(National Association of Corrosion Engineers International)
www.nace.org

(800) 797-6623
(281) 228-6200

NADCA

National Air Duct Cleaners Association


www.nadca.com

(202) 737-2926

NAIMA

North American Insulation Manufacturers Association


www.naima.org

(703) 684-0084

NBGQA

National Building Granite Quarries Association, Inc.


www.nbgqa.com

(800) 557-2848

NCMA

National Concrete Masonry Association


www.ncma.org

(703) 713-1900

NCPI

National Clay Pipe Institute


www.ncpi.org

(262) 248-9094

NCTA

National Cable & Telecommunications Association


www.ncta.com

(202) 775-3550

NEBB

National Environmental Balancing Bureau


www.nebb.org

(301) 977-3698

NECA

National Electrical Contractors Association


www.necanet.org

(301) 657-3110

NeLMA

Northeastern Lumber Manufacturers' Association


www.nelma.org

(207) 829-6901

NEMA

National Electrical Manufacturers Association


www.nema.org

(703) 841-3200

NETA

InterNational Electrical Testing Association


www.netaworld.org

(888) 300-6382
(303) 697-8441

NFPA

NFPA
(National Fire Protection Association)
www.nfpa.org

(800) 344-3555
(617) 770-3000

NFRC

National Fenestration Rating Council


www.nfrc.org

(301) 589-1776

REFERENCES
226

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


13 of 19

NGA

National Glass Association


www.glass.org

(866) 342-5642
(703) 442-4890

NHLA

National Hardwood Lumber Association


www.natlhardwood.org

(800) 933-0318
(901) 377-1818

NLGA

National Lumber Grades Authority


www.nlga.org

(604) 524-2393

NRCA

National Roofing Contractors Association


www.nrca.net

(800) 323-9545
(847) 299-9070

NRMCA

National Ready Mixed Concrete Association


www.nrmca.org

(888) 846-7622
(301) 587-1400

NSF

NSF International
(National Sanitation Foundation International)
www.nsf.org

(800) 673-6275
(734) 769-8010

NSSGA

National Stone, Sand & Gravel Association


www.nssga.org

(800) 342-1415
(703) 525-8788

NTMA

National Terrazzo & Mosaic Association, Inc. (The)


www.ntma.com

(800) 323-9736
(540) 751-0930

NTRMA

National Tile Roofing Manufacturers Association


(Now TRI)

NWWDA National Wood Window and Door Association


(Now WDMA)
OPL

Omega Point Laboratories, Inc. (Acquired by ITS - Intertek)


www.opl.com

(800) 966-5253
(210) 635-8100

PCI

Precast/Prestressed Concrete Institute


www.pci.org

(312) 786-0300

PDI

Plumbing & Drainage Institute


www.pdionline.org

(800) 589-8956
(978) 557-0720

PGI

PVC Geomembrane Institute


http://pgi-tp.ce.uiuc.edu

(217) 333-3929

REFERENCES
227

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


14 of 19

PLANET Professional Landcare Network


(Formerly: ACLA - Associated Landscape Contractors of
America)
www.landcarenetwork.org

(800) 395-2522
(703) 736-9666

PTI

Post-Tensioning Institute
www.post-tensioning.org

(602) 870-7540

RCSC

Research Council on Structural Connections


www.boltcouncil.org

(800) 644-2400
(312) 670-2400

RFCI

Resilient Floor Covering Institute


www.rfci.com

(301) 340-8580

RIS

Redwood Inspection Service


www.calredwood.org

(888) 225-7339
(415) 382-0662

RTI

(Formerly: NTRMA - National Tile Roofing Manufacturers


Association) (Now TRI)

SAE

SAE International
www.sae.org

(877) 606-7323
(724) 776-4841

SDI

Steel Deck Institute


www.sdi.org

(847) 458-4647

SDI

Steel Door Institute


www.steeldoor.org

(440) 899-0010

SEFA

Scientific Equipment and Furniture Association


www.sefalabs.com

(516) 294-5424

SGCC

Safety Glazing Certification Council


www.sgcc.org

(315) 646-2234

SIA

Security Industry Association


www.siaonline.org

(703) 683-2075

SIGMA

Sealed Insulating Glass Manufacturers Association


(Now IGMA)

SJI

Steel Joist Institute


www.steeljoist.org

(843) 626-1995

REFERENCES
228

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


15 of 19

SMA

Screen Manufacturers Association


www.smacentral.org

(561) 533-0991

SMACN
A

Sheet Metal and Air Conditioning Contractors'

(703) 803-2980

National Association
www.smacna.org
SMPTE

Society of Motion Picture and Television Engineers


www.smpte.org

(914) 761-1100

SPFA

Spray Polyurethane Foam Alliance


(Formerly: SPI/SPFD - The Society of the Plastics
Industry, Inc.; Spray Polyurethane Foam Division)
www.sprayfoam.org

(800) 523-6154

SPIB

Southern Pine Inspection Bureau (The)


www.spib.org

(850) 434-2611

SPRI

Single Ply Roofing Industry


www.spri.org

(781) 647-7026

SSINA

Specialty Steel Industry of North America


www.ssina.com

(800) 982-0355
(202) 342-8630

SSPC

SSPC: The Society for Protective Coatings


www.sspc.org

(877) 281-7772
(412) 281-2331

STI

Steel Tank Institute


www.steeltank.com

(847) 438-8265

SWI

Steel Window Institute


www.steelwindows.com

(216) 241-7333

SWRI

Sealant, Waterproofing, & Restoration Institute


www.swrionline.org

(816) 472-7974

TCA

Tile Council of America, Inc.


www.tileusa.com

(864) 646-8453

TIA/EIA Telecommunications Industry Association/Electronic


Industries Alliance
www.tiaonline.org
REFERENCES
229

(703) 907-7700

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


16 of 19

TMS

The Masonry Society


www.masonrysociety.org

(303) 939-9700

TPI

Truss Plate Institute, Inc.


www.tpinst.org

(703) 683-1010

TPI

Turfgrass Producers International


www.turfgrasssod.org

(847) 649-5555

TRI

Tile Roofing Institute


(Formerly: RTI - Roof Tile Institute) www.tileroofing.org

(312) 670-4177

UL

Underwriters Laboratories Inc.


www.ul.com

(877) 854-3577
(847) 272-8800

UNI

Uni-Bell PVC Pipe Association


www.uni-bell.org

(972) 243-3902

USGBC

U.S. Green Building Council


www.usgbc.org

(202) 828-7422

WASTEC Waste Equipment Technology Association


www.wastec.org

(800) 424-2869
(202) 244-4700

WCLIB

West Coast Lumber Inspection Bureau


www.wclib.org

(800) 283-1486
(503) 639-0651

WCMA

Window Covering Manufacturers Association (Now WCSC)

WCSC

Window Covering Safety Council


(Formerly: WCMA - Window Covering Manufacturers
Association)
www.windowcoverings.org

(800) 506-4636
(212) 297-2109

WDMA

Window & Door Manufacturers Association


(Formerly: NWWDA - National Wood Window and
Door Association)
www.wdma.com

(800) 223-2301
(847) 299-5200

WI

Woodwork Institute (Formerly: WIC - Woodwork Institute of (916) 372-9943


California)
www.wicnet.org

REFERENCES
230

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


17 of 19

WIC

Woodwork Institute of California (Now WI)

WMMPA Wood Moulding & Millwork Producers Association


www.wmmpa.com

(800) 550-7889
(530) 661-9591

WSRCA

Western States Roofing Contractors Association


www.wsrca.com

(800) 725-0333
(650) 570-5441

WWPA

Western Wood Products Association


www.wwpa.org

(503) 224-3930

C. Code Agencies: Where abbreviations and acronyms are used in Specifications or other
Contract Documents, they shall mean the recognized name of the entities in the
following list. Names, telephone numbers, and Web sites are subject to change and are
believed to be accurate and up-to-date as of the date of the Contract Documents.
BOCA

BOCA International, Inc.


(See ICC)

IAPMO International Association of Plumbing and Mechanical Officials (909) 472-4100


www.iapmo.org
ICBO

International Conference of Building Officials


(See ICC)

ICBO
ES

ICBO Evaluation Service, Inc.


(See ICC-ES)

ICC

International Code Council


www.iccsafe.org

(888) 422-7233
(703) 931-4533

ICC-ES

ICC Evaluation Service, Inc.


www.icc-es.org

(800) 423-6587
(562) 699-0543

SBCCI

Southern Building Code Congress International, Inc.


(See ICC)

D. Federal Government Agencies: Where abbreviations and acronyms are used in


Specifications or other Contract Documents, they shall mean the recognized name of the
entities in the following list. Names, telephone numbers, and Web sites are subject to
change and are believed to be accurate and up-to-date as of the date of the Contract
Documents.
REFERENCES
231

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS
CE
Army Corps of Engineers
www.usace.army.mil

Contract No. BB-2829-000-006


18 of 19

CPSC

Consumer Product Safety Commission


www.cpsc.gov

(800) 638-2772
(301) 504-7923

DOC

Department of Commerce
www.commerce.gov

(202) 482-2000

DOD

Department of Defense
http://.dodssp.daps.dla.mil

(215) 697-6257

DOE

Department of Energy
www.energy.gov

(202) 586-9220

EPA

Environmental Protection Agency


www.epa.gov

(202) 272-0167

FAA

Federal Aviation Administration


www.faa.gov

(866) 835-5322

FCC

Federal Communications Commission


www.fcc.gov

(888) 225-5322

FDA

Food and Drug Administration


www.fda.gov

(888) 463-6332

GSA

General Services Administration


www.gsa.gov

(800) 488-3111

HUD

Department of Housing and Urban Development


www.hud.gov

(202) 708-1112

LBL

Lawrence Berkeley National Laboratory


www.lbl.gov

(510) 486-4000

NCHRP National Cooperative Highway Research Program (See TRB)


NIST

National Institute of Standards and Technology


www.nist.gov

(301) 975-6478

OSHA

Occupational Safety & Health Administration


www.osha.gov
Public Building Service (See GSA)

(800) 321-6742
(202) 693-1999

PBS

REFERENCES
232

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


19 of 19

PHS

Office of Public Health and Science


www.osophs.dhhs.gov/ophs

(202) 690-7694

RUS

Rural Utilities Service


(See USDA)

(202) 720-9540

SD

State Department
www.state.gov

(202) 647-4000

TRB

Transportation Research Board


www.nas.edu/trb

(202) 334-2934

USDA Department of Agriculture


www.usda.gov

(202) 720-2791

USPS

(202) 268-2000

Postal Service
www.usps.com

PART 2 - PRODUCTS (Not Used)


PART 3 - EXECUTION (Not Used)
PART 4 - MEASUREMENTS AND PAYMENT (Not Used)
END OF SPECIAL PROVISION 014200

REFERENCES
233

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 4

CATEGORY 800
BUILDINGS
SECTION 015000 - TEMPORARY FACILITIES AND CONTROLS
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions, Special
Provisions, General Provisions, and Terms and Conditions, apply to this Section.
B. The Maryland Department of the Environments 2011 Maryland Standards and
Specifications for Soil Erosion and Sediment Control applies to this section.
PART 2 - PRODUCTS
2.1 MATERIALS
A. Materials will be as shown in the details provided on the Plans for Super Silt Fence and
Stabilized Construction Entrance.
PART 3 - EXECUTION
3.1 INSTALLATION, GENERAL
A. Locate facilities where noted on the Plans. Relocate and modify facilities as required by
progress of the Work.
1. Locate facilities to limit site disturbance as specified in Special Provision Section
011010 "Building Upgrades."
2. Site disturbance is limited to the areas indicated with the Limit of Disturbance
(LOD).
3.2 SUPPORT FACILITIES INSTALLATION
A. Temporary Roads and Paved Areas: Construct and maintain temporary paved areas
adequate for construction operations. Locate temporary paved areas as indicated on
Drawings.
B. Traffic Controls: Comply with requirements of authorities having jurisdiction.
1. Protect existing site improvements to remain including curbs, pavement, and utilities.
2. Maintain access for fire-fighting equipment and access to fire hydrants.
TEMPORARY FACILITIES AND CONTROLS
234

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


2 of 4

C. Dewatering Facilities and Drains: Comply with requirements of the Maryland


Department of the Environment. Maintain Project site, excavations, and construction
free of water.
D. Project Signs: Provide Project signs as indicated. Unauthorized signs are not permitted.
1. Identification Signs: Provide Project identification signs as indicated on Drawings.
2. Temporary Signs: Provide other signs as indicated and as required to inform public
and individuals seeking entrance to Project.
3. Maintain and touch up signs so they are legible at all times.
3.3 SECURITY AND PROTECTION FACILITIES INSTALLATION
A. Protection of Existing Facilities: Protect existing vegetation, equipment, structures,
utilities, and other improvements at Project site and on adjacent properties, except those
indicated to be removed or altered. Repair damage to existing facilities.
B. Environmental Protection: Provide protection, operate temporary facilities, and conduct
construction as required to comply with environmental regulations and that minimize
possible air, waterway, and subsoil contamination or pollution or other undesirable
effects.
1. Comply with work restrictions specified in Special Provision Section 011000
"Summary."
C. Temporary Erosion and Sedimentation Control: Comply with the Maryland Department
of the Environment permits and requirements.
D. Temporary Erosion and Sedimentation Control: Provide measures to prevent soil erosion
and discharge of soil-bearing water runoff and airborne dust to undisturbed areas and to
adjacent properties and walkways, according to the approved Sediment and Erosion
Control Plans.
1. Sediment and Erosion controls shall be installed prior to any earth disturbance.
Install controls in accordance with the MDE details.
2. Verify that flows of water redirected from construction areas or generated by
construction activity do not enter or cross tree- or plant-protection zones.
3. Inspect, repair, and maintain erosion- and sedimentation-control measures during
construction until permanent vegetation has been established.
TEMPORARY FACILITIES AND CONTROLS
235

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


3 of 4

4. Clean, repair, and restore adjoining properties and roads affected by erosion and
sedimentation from Project site during the course of Project.
5. Remove erosion and sedimentation controls and restore and stabilize areas disturbed
during removal.
E. Stormwater Control: Comply with requirements of authorities having jurisdiction.
Provide barriers in and around excavations and subgrade construction to prevent
flooding by runoff of stormwater from heavy rains.
F. Tree and Plant Protection: Comply with requirements specified in Special Provision
Section 015639 "Temporary Tree and Plant Protection."
G. Tree and Plant Protection: Install temporary fencing located as indicated or outside the
drip line of trees to protect vegetation from damage from construction operations.
Protect tree root systems from damage, flooding, and erosion.
3.4 OPERATION, TERMINATION, AND REMOVAL
A. Supervision: Enforce strict discipline in use of temporary facilities. To minimize waste
and abuse, limit availability of temporary facilities to essential and intended uses.
B. Maintenance: Maintain facilities in good operating condition until removal.
1. Maintain operation of temporary enclosures, heating, cooling, humidity control,
ventilation, and similar facilities on a 24-hour basis where required to achieve
indicated results and to avoid possibility of damage.
C. Temporary Facility Changeover: Do not change over from using temporary security and
protection facilities to permanent facilities until Substantial Completion.
D. Termination and Removal: Remove each temporary facility when need for its service
has ended, when it has been replaced by authorized use of a permanent facility, or no
later than Substantial Completion. Complete or, if necessary, restore permanent
construction that may have been delayed because of interference with temporary facility.
Repair damaged Work, clean exposed surfaces, and replace construction that cannot be
satisfactorily repaired.
1. Materials and facilities that constitute temporary facilities are property of Contractor.
Owner reserves right to take possession of Project identification signs.
2. Remove temporary roads and paved areas not intended for or acceptable for
integration into permanent construction. Where area is intended for landscape
development, remove soil and aggregate fill that do not comply with requirements
TEMPORARY FACILITIES AND CONTROLS
236

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


4 of 4

for fill or subsoil. Remove materials contaminated with road oil, asphalt and other
petrochemical compounds, and other substances that might impair growth of plant
materials or lawns. Repair or replace street paving, curbs, and sidewalks at
temporary entrances, as required by authorities having jurisdiction. Restore the area
of the temporary trailers and parking in accordance with the notes on the Plans.
3. At Substantial Completion, repair, renovate, and clean permanent facilities used
during construction period.
PART 4 - MEASUREMENTS AND PAYMENT
4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective item
as described herein and shown below. This price shall be full compensation for all work
contained in the bid item as described herein and required by the related Special
Provisions.
B. Payment will be made under:
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to complete
the Work in every respect, including furnishing all materials, installation, testing,
placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional requirements.
END OF SPECIAL PROVISION 015000

TEMPORARY FACILITIES AND CONTROLS


237

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 5

CATEGORY 800
BUILDINGS
SECTION 017329 CUTTING AND PATCHING
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions, Special
Provisions, General Provisions, and Terms and Conditions, apply to this section.

1.2

SUMMARY
A. This Special Provision Section includes procedural requirements for cutting and
patching.
B. Related Sections include the following:
1. Other Sections for specific requirements and limitations applicable to cutting and
patching individual parts of the Work.
2. Special Provision Section 078413 "Through-Penetration Firestop Systems" for
patching fire-rated construction.

1.3

DEFINITIONS
A. Cutting: Removal of in-place construction necessary to permit installation or
performance of other Work.
B. Patching: Fitting and repair work required to restore surfaces to original conditions after
installation of other Work.

1.4

QUALITY ASSURANCE
A. Structural Elements: Do not cut and patch structural elements in a manner that could
change their load-carrying capacity or load-deflection ratio.
B. Operational Elements: Do not cut and patch operating elements and related components
in a manner that results in reducing their capacity to perform as intended or that results
in increased maintenance or decreased operational life or safety. Operational elements
include but are not limited to the following:
1. Primary operational systems and equipment.
2. Air or smoke barriers.

OPERATION AND MAINTENANCE DATA


238

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


2 of 5

3. Fire-suppression systems.
4. Mechanical systems piping and ducts.
5. Control systems.
6. Communication systems.
7. Electrical wiring systems.
8. Water, moisture, or vapor barriers.
9. Membranes and flashings.
10. Equipment supports.
11. Piping, ductwork, vessels, and equipment.
12. Noise- and vibration-control elements and systems.
C. Visual Requirements: Do not cut and patch construction in a manner that results in
visual evidence of cutting and patching. Do not cut and patch construction exposed on
the exterior or in occupied spaces in a manner that would, in Engineer's opinion, reduce
the building's aesthetic qualities. Remove and replace construction that has been cut and
patched in a visually unsatisfactory manner.
D. Cutting and Patching Conference: Before proceeding, meet at Project site with parties
involved in cutting and patching, including mechanical and electrical trades. Review
areas of potential interference and conflict. Coordinate procedures and resolve potential
conflicts before proceeding.
1.5

WARRANTY
A. Existing Warranties: Remove, replace, patch, and repair materials and surfaces cut or
damaged during cutting and patching operations, by methods and with materials so as
not to void existing warranties.

PART 2 - PRODUCTS
2.1 MATERIALS
A. General: Comply with requirements specified in other Sections.

OPERATION AND MAINTENANCE DATA


239

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


3 of 5

B. In-Place Materials: Use materials identical to in-place materials. For exposed surfaces,
use materials that visually match in-place adjacent surfaces to the fullest extent possible.
1. If identical materials are unavailable or cannot be used, use materials that, when
installed, will match the visual and functional performance of in-place materials.
PART 3 - EXECUTION
3.1 EXAMINATION
A. Examine surfaces to be cut and patched and conditions under which cutting and patching
are to be performed.
1. Compatibility: Before patching, verify compatibility with and suitability of
substrates, including compatibility with in-place finishes or primers.
2. Proceed with installation only after unsafe or unsatisfactory conditions have been
corrected.
3.2 PREPARATION
A. Temporary Support: Provide temporary support of Work to be cut.
B. Protection: Protect in-place construction during cutting and patching to prevent damage.
Provide protection from adverse weather conditions for portions of Project that might be
exposed during cutting and patching operations.
C. Adjoining Areas: Avoid interference with use of adjoining areas or interruption of free
passage to adjoining areas.
D. Existing Utility Services and Mechanical/Electrical Systems:
Where existing
services/systems are required to be removed, relocated, or abandoned, bypass such
services/systems before cutting to prevent interruption to occupied areas.
3.3 PERFORMANCE
A. General: Employ skilled workers to perform cutting and patching. Proceed with cutting
and patching at the earliest feasible time, and complete without delay.
1. Cut in-place construction to provide for installation of other components or
performance of other construction, and subsequently patch as required to restore
surfaces to their original condition.

OPERATION AND MAINTENANCE DATA


240

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


4 of 5

B. Cutting: Cut in-place construction by sawing, drilling, breaking, chipping, grinding, and
similar operations, including excavation, using methods least likely to damage elements
retained or adjoining construction. If possible, review proposed procedures with original
Installer; comply with original Installer's written recommendations.
1. In general, use hand or small power tools designed for sawing and grinding, not
hammering and chopping. Cut holes and slots as small as possible, neatly to size
required, and with minimum disturbance of adjacent surfaces. Temporarily cover
openings when not in use.
2. Finished Surfaces: Cut or drill from the exposed or finished side into concealed
surfaces.
3. Concrete Masonry: Cut using a cutting machine, such as an abrasive saw or a
diamond-core drill.
4. Mechanical and Electrical Services: Cut off pipe or conduit in walls or partitions to
be removed. Cap, valve, or plug and seal remaining portion of pipe or conduit to
prevent entrance of moisture or other foreign matter after cutting.
5. Proceed with patching after construction operations requiring cutting are complete.
C. Patching: Patch construction by filling, repairing, refinishing, closing up, and similar
operations following performance of other Work. Patch with durable seams that are as
invisible as possible. Provide materials and comply with installation requirements
specified in other Sections.
1. Inspection: Where feasible, test and inspect patched areas after completion to
demonstrate integrity of installation.
2. Exposed Finishes: Restore exposed finishes of patched areas and extend finish
restoration into retained adjoining construction in a manner that will eliminate
evidence of patching and refinishing.
D. Clean piping, conduit, and similar features before applying paint or other finishing
materials.
1. Restore damaged pipe covering to its original condition.
a. Floors and Walls: Where walls or partitions that are removed extend one
finished area into another, patch and repair floor and wall surfaces in the new
space. Provide an even surface of uniform finish, color, texture, and

OPERATION AND MAINTENANCE DATA


241

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


5 of 5

appearance. Remove in-place floor and wall coverings and replace with new
materials, if necessary, to achieve uniform color and appearance.
1)

Where patching occurs in a painted surface, apply primer and


intermediate paint coats over the patch and apply final paint coat over
entire unbroken surface containing the patch. Provide additional coats
until patch blends with adjacent surfaces.

b. Ceilings: Patch, repair, or rehang in-place ceilings as necessary to provide an


even-plane surface of uniform appearance.
c. Exterior Building Enclosure: Patch components in a manner that restores
enclosure to a weathertight condition.
E. Cleaning: Clean areas and spaces where cutting and patching are performed.
Completely remove paint, mortar, oils, putty, and similar materials.
PART 4 - MEASUREMENTS AND PAYMENT
4.3

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.4

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective item
as described herein and shown below. This price shall be full compensation for all work
contained in the bid item as described herein and required by the related Special
Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to complete
the Work in every respect, including furnishing all materials, installation, testing,
placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional requirements.
END OF SPECIAL PROVISION 017329

OPERATION AND MAINTENANCE DATA


242

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 16

CATEGORY 800
BUILDINGS
SECTION 017823 OPERATION AND MAINTENANCE DATA
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions, Special
Provisions, General Provisions, and Terms and Conditions, apply to this section.
1.2 SUMMARY
A. This Special Provision Section includes administrative and procedural requirements for
preparing operation and maintenance manuals, including the following:
1. Operation and maintenance documentation directory.
2. Emergency manuals.
3. Operation manuals for systems, subsystems, and equipment.
4. Maintenance manuals for the care and maintenance of products, materials, and
finishes systems and equipment.
B. Related Sections include the following:
1. Special Provision Section "Submittal Procedures" for submitting copies of submittals
for operation and maintenance manuals.
2.

Special Provision Section "Closeout Procedures" for submitting operation and


maintenance manuals.

3.

Special Provision Section "Project Record Documents" for preparing Record


Drawings for operation and maintenance manuals.

4. Divisions 02 through 49 Special Provision Sections for specific operation and


maintenance manual requirements for the Work in those Sections.
1.3 DEFINITIONS
A. System: An organized collection of parts, equipment, or subsystems united by regular
interaction.
B. Subsystem: A portion of a system with characteristics similar to a system.
OPERATION AND MAINTENANCE DATA
243

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


2 of 16

1.4 SUBMITTALS
A. Initial Submittal: Submit 3 draft copies of each manual at least 15 days before
requesting inspection for Substantial Completion. Include a complete operation and
maintenance directory. Engineer will return two copies of draft and mark whether
general scope and content of manual are acceptable.
B. Final Submittal: Submit one copy of each manual in final form at least 15 days before
final inspection. Engineer will return copy with comments within 15 days after final
inspection.
1. Correct or modify each manual to comply with Engineer's comments. Submit 3
copies of each corrected manual within 15 days of receipt of Engineer's comments.
1.5 COORDINATION
A. Where operation and maintenance documentation includes information on installations
by more than one factory-authorized service representative, assemble and coordinate
information furnished by representatives and prepare manuals.
PART 2 - PRODUCTS
2.1 OPERATION AND MAINTENANCE DOCUMENTATION DIRECTORY
A. Organization: Include a section in the directory for each of the following:
1. List of documents.
2. List of systems.
3. List of equipment.
4. Table of contents.
B. List of Systems and Subsystems: List systems alphabetically. Include references to
operation and maintenance manuals that contain information about each system.
C. List of Equipment: List equipment for each system, organized alphabetically by system.
For pieces of equipment not part of system, list alphabetically in separate list.
D. Tables of Contents: Include a table of contents for each emergency, operation, and
maintenance manual.
E. Identification: In the documentation directory and in each operation and maintenance
manual, identify each system, subsystem, and piece of equipment with same designation
used in the Contract Documents. If no designation exists, assign a designation according
to ASHRAE Guideline 4, "Preparation of Operating and Maintenance Documentation
for Building Systems."
OPERATION AND MAINTENANCE DATA
244

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


3 of 16

2.2 MANUALS, GENERAL


A. Organization: Unless otherwise indicated, organize each manual into a separate section
for each system and subsystem, and a separate section for each piece of equipment not
part of a system. Each manual shall contain the following materials, in the order listed:
1. Title page.
2. Table of contents.
3. Manual contents.
B. Title Page: Enclose title page in transparent plastic sleeve. Include the following
information:
1. Subject matter included in manual.
2. Name and address of Project.
3. Name and address of Owner.
4. Date of submittal.
5. Name, address, and telephone number of Contractor.
6. Name and address of Engineer.
7. Cross-reference to related systems in other operation and maintenance manuals.
C. Table of Contents: List each product included in manual, identified by product name,
indexed to the content of the volume, and cross-referenced to Specification Section
number in Project Manual.
1. If operation or maintenance documentation requires more than one volume to
accommodate data, include comprehensive table of contents for all volumes in each
volume of the set.
D. Manual Contents: Organize into sets of manageable size. Arrange contents
alphabetically by system, subsystem, and equipment. If possible, assemble instructions
for subsystems, equipment, and components of one system into a single binder.
1. Binders: Heavy-duty, 3-ring, vinyl-covered, loose-leaf binders, in thickness
necessary to accommodate contents, sized to hold 8-1/2-by-11-inch paper; with clear

OPERATION AND MAINTENANCE DATA


245

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


4 of 16

plastic sleeve on spine to hold label describing contents and with pockets inside
covers to hold folded oversize sheets.
a. If two or more binders are necessary to accommodate data of a system, organize
data in each binder into groupings by subsystem and related components. Crossreference other binders if necessary to provide essential information for proper
operation or maintenance of equipment or system.
b. Identify each binder on front and spine, with printed title "OPERATION AND
MAINTENANCE MANUAL," Project title or name, and subject matter of
contents. Indicate volume number for multiple-volume sets.
5. Dividers: Heavy-paper dividers with plastic-covered tabs for each section. Mark
each tab to indicate contents. Include typed list of products and major components
of equipment included in the section on each divider, cross-referenced to
Specification Section number and title of Project Manual.
6. Protective Plastic Sleeves: Transparent plastic sleeves designed to enclose
diagnostic software diskettes for computerized electronic equipment.
7. Supplementary Text: Prepared on 8-1/2-by-11-inch white bond paper.
8. Drawings: Attach reinforced, punched binder tabs on drawings and bind with text.
a. If oversize drawings are necessary, fold drawings to same size as text pages and
use as foldouts.
b. If drawings are too large to be used as foldouts, fold and place drawings in
labeled envelopes and bind envelopes in rear of manual. At appropriate locations
in manual, insert typewritten pages indicating drawing titles, descriptions of
contents, and drawing locations.
2.3 EMERGENCY MANUALS
A. Content: Organize manual into a separate section for each of the following:
1. Type of emergency.
2. Emergency instructions.
3. Emergency procedures.
B. Type of Emergency: Where applicable for each type of emergency indicated below,
include instructions and procedures for each system, subsystem, piece of equipment, and
component:
OPERATION AND MAINTENANCE DATA
246

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


5 of 16

1. Fire.
2. Flood.
3. Gas leak.
4. Water leak.
5. Power failure.
6. Water outage.
7. System, subsystem, or equipment failure.
8. Chemical release or spill.
C. Emergency Instructions: Describe and explain warnings, trouble indications, error
messages, and similar codes and signals. Include responsibilities of Owner's operating
personnel for notification of Installer, supplier, and manufacturer to maintain warranties.
D. Emergency Procedures: Include the following, as applicable:
1. Instructions on stopping.
2. Shutdown instructions for each type of emergency.
3. Operating instructions for conditions outside normal operating limits.
4. Required sequences for electric or electronic systems.
5. Special operating instructions and procedures.
2.4 OPERATION MANUALS
A. Content: In addition to requirements in this Section, include operation data required in
individual Specification Sections and the following information:
1. System, subsystem, and equipment descriptions.
2. Performance and design criteria if Contractor is delegated design responsibility.
3. Operating standards.
4. Operating procedures.
5. Operating logs.
OPERATION AND MAINTENANCE DATA
247

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


6 of 16

6. Wiring diagrams.
7. Control diagrams.
8. Piped system diagrams.
9. Precautions against improper use.
10. License requirements including inspection and renewal dates.
B. Descriptions: Include the following:
1. Product name and model number.
2. Manufacturer's name.
3. Equipment identification with serial number of each component.
4. Equipment function.
5. Operating characteristics.
6. Limiting conditions.
7. Performance curves.
8. Engineering data and tests.
9. Complete nomenclature and number of replacement parts.
C. Operating Procedures: Include the following, as applicable:
1. Startup procedures.
2. Equipment or system break-in procedures.
3. Routine and normal operating instructions.
4. Regulation and control procedures.
5. Instructions on stopping.
6. Normal shutdown instructions.
7. Seasonal and weekend operating instructions.
8. Required sequences for electric or electronic systems.
OPERATION AND MAINTENANCE DATA
248

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


7 of 16

9. Special operating instructions and procedures.


D. Systems and Equipment Controls: Describe the sequence of operation, and diagram
controls as installed.
E. Piped Systems: Diagram piping as installed, and identify color-coding where required
for identification.
2.5 PRODUCT MAINTENANCE MANUAL
A. Content: Organize manual into a separate section for each product, material, and finish.
Include source information, product information, maintenance procedures, repair
materials and sources, and warranties and bonds, as described below.
B. Source Information: List each product included in manual, identified by product name
and arranged to match manual's table of contents. For each product, list name, address,
and telephone number of Installer or supplier and maintenance service agent, and crossreference Specification Section number and title in Project Manual.
C. Product Information: Include the following, as applicable:
1. Product name and model number.
2. Manufacturer's name.
3. Color, pattern, and texture.
4. Material and chemical composition.
5. Reordering information for specially manufactured products.
D. Maintenance Procedures:
following:

Include manufacturer's written recommendations and the

1. Inspection procedures.
2. Types of cleaning agents to be used and methods of cleaning.
3. List of cleaning agents and methods of cleaning detrimental to product.
4. Schedule for routine cleaning and maintenance.
5. Repair instructions.
E. Repair Materials and Sources: Include lists of materials and local sources of materials
and related services.
OPERATION AND MAINTENANCE DATA
249

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


8 of 16

F. Warranties and Bonds: Include copies of warranties and bonds and lists of
circumstances and conditions that would affect validity of warranties or bonds.
1. Include procedures to follow and required notifications for warranty claims.
2.6 SYSTEMS AND EQUIPMENT MAINTENANCE MANUAL
A. Content: For each system, subsystem, and piece of equipment not part of a system,
include source information, manufacturers' maintenance documentation, maintenance
procedures, maintenance and service schedules, spare parts list and source information,
maintenance service contracts, and warranty and bond information, as described below.
B. Source Information: List each system, subsystem, and piece of equipment included in
manual, identified by product name and arranged to match manual's table of contents.
For each product, list name, address, and telephone number of Installer or supplier and
maintenance service agent, and cross-reference Specification Section number and title in
Project Manual.
C. Manufacturers' Maintenance Documentation:
Manufacturers' maintenance
documentation including the following information for each component part or piece of
equipment:
1. Standard printed maintenance instructions and bulletins.
2. Drawings, diagrams, and instructions required for maintenance, including
disassembly and component removal, replacement, and assembly.
3. Identification and nomenclature of parts and components.
4. List of items recommended to be stocked as spare parts.
D. Maintenance Procedures: Include the following information and items that detail
essential maintenance procedures:
1. Test and inspection instructions.
2. Troubleshooting guide.
3. Precautions against improper maintenance.
4. Disassembly; component removal, repair, and replacement; and reassembly
instructions.
5. Aligning, adjusting, and checking instructions.
6. Demonstration and training videotape, if available.
OPERATION AND MAINTENANCE DATA
250

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


9 of 16

E. Maintenance and Service Schedules: Include service and lubrication requirements, list
of required lubricants for equipment, and separate schedules for preventive and routine
maintenance and service with standard time allotment.
1. Scheduled Maintenance and Service: Tabulate actions for daily, weekly, monthly,
quarterly, semiannual, and annual frequencies.
2. Maintenance and Service Record:
maintenance.

Include manufacturers' forms for recording

F. Spare Parts List and Source Information: Include lists of replacement and repair parts,
with parts identified and cross-referenced to manufacturers' maintenance documentation
and local sources of maintenance materials and related services.
G. Maintenance Service Contracts: Include copies of maintenance agreements with name
and telephone number of service agent.
H. Warranties and Bonds: Include copies of warranties and bonds and lists of
circumstances and conditions that would affect validity of warranties or bonds.
1. Include procedures to follow and required notifications for warranty claims.
PART 3 - EXECUTION
3.1 MANUAL PREPARATION
A. Operation and Maintenance Documentation Directory: Prepare a separate manual that
provides an organized reference to emergency, operation, and maintenance manuals.
B. Emergency Manual: Assemble a complete set of emergency information indicating
procedures for use by emergency personnel and by Owner's operating personnel for
types of emergencies indicated.
C. Product Maintenance Manual: Assemble a complete set of maintenance data indicating
care and maintenance of each product, material, and finish incorporated into the Work.
D. Operation and Maintenance Manuals: Assemble a complete set of operation and
maintenance data indicating operation and maintenance of each system, subsystem, and
piece of equipment not part of a system.
1. Engage a factory-authorized service representative to assemble and prepare
information for each system, subsystem, and piece of equipment not part of a system.
2. Prepare a separate manual for each system and subsystem, in the form of an
instructional manual for use by Owner's operating personnel.
OPERATION AND MAINTENANCE DATA
251

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


10 of 16

E. Manufacturers' Data: Where manuals contain manufacturers' standard printed data,


include only sheets pertinent to product or component installed. Mark each sheet to
identify each product or component incorporated into the Work. If data include more
than one item in a tabular format, identify each item using appropriate references from
the Contract Documents. Identify data applicable to the Work and delete references to
information not applicable.
1. Prepare supplementary text if manufacturers' standard printed data are not available
and where the information is necessary for proper operation and maintenance of
equipment or systems.
F. Drawings: Prepare drawings supplementing manufacturers' printed data to illustrate the
relationship of component parts of equipment and systems and to illustrate control
sequence and flow diagrams. Coordinate these drawings with information contained in
Record Drawings to ensure correct illustration of completed installation.
1. Do not use original Project Record Documents as part of operation and maintenance
manuals.
2. Comply with requirements of newly prepared Record Drawings in Special Provision
"Project Record Documents."
G. Comply with Special Provision "Closeout Procedures" for schedule for submitting
operation and maintenance documentation.
PART 4 - MEASUREMENTS AND PAYMENT
4.1 METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.
4.2 BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective item
as described herein and shown below. This price shall be full compensation for all work
contained in the bid item as described herein and required by the related Special
Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
OPERATION AND MAINTENANCE DATA
252

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


11 of 16

C. Costs include all labor, materials, services, testing and equipment necessary to complete
the Work in every respect, including furnishing all materials, installation, testing,
placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional requirements.
END OF SPECIAL PROVISION 017823

OPERATION AND MAINTENANCE DATA


253

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 7

CATEGORY 800
BUILDINGS
SECTION 017900 DEMONSTRATION AND TRAINING
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions, Special
Provisions, General Provisions, and Terms and Conditions, apply to this Section.
1.2 SUMMARY
A. This Special Provision Section includes administrative and procedural requirements for
instructing Owner's personnel, including the following:
1. Demonstration of operation of systems, subsystems, and equipment.
2. Training in operation and maintenance of systems, subsystems, and equipment.
3. Demonstration and training videotapes.
1.3 SUBMITTALS
A. Instruction Program: Submit six (6) copies of outline of instructional program for
demonstration and training, including a schedule of proposed dates, times, length of
instruction time, and instructors' names for each training module. Include learning
objective and outline for each training module.
1. At completion of training, submit one complete training manual(s) for Owner's use.
2. Qualification Data: For instructor.
3. Attendance Record: For each training module, submit list of participants and length
of instruction time.
4. Evaluations: For each participant and for each training module, submit results and
documentation of performance-based test.
5. Demonstration and Training DVD Videos: Submit two copies within seven days of
end of each training module.

DEMONSTRATION AND TRAINING


254

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


2 of 7

6. Identification: On each copy, provide an applied label with the following


information:
a. Name of Project.
b. Name and address of photographer.
c. Name of Engineer and Construction Manager.
d. Name of Contractor.
e. Date video was recorded.
f. Description of vantage point, indicating location, direction (by compass point),
and elevation or story of construction.
7. Transcript: Prepared on 8-1/2-by-11-inch paper, punched and bound in heavy-duty,
3-ring, vinyl-covered binders. Mark appropriate identification on front and spine of
each binder. Include a cover sheet with same label information as the corresponding
videotape. Include name of Project and date of video on each page.
1.4 QUALITY ASSURANCE
A. Instructor Qualifications: A factory-authorized service representative, complying with
requirements in Special Provision "Quality Requirements," experienced in operation
and maintenance procedures and training.
1.5 COORDINATION
A. Coordinate instruction schedule with Owner's operations. Adjust schedule as required to
minimize disrupting Owner's operations.
B. Coordinate instructors, including providing notification of dates, times, length of
instruction time, and course content.
C. Coordinate content of training modules with content of approved emergency, operation,
and maintenance manuals. Do not submit instruction program until operation and
maintenance data has been reviewed and approved by Engineer.

DEMONSTRATION AND TRAINING


255

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


3 of 7

PART 2 - PRODUCTS
2.1 INSTRUCTION PROGRAM
A. Program Structure: Develop an instruction program that includes individual training
modules for each system and equipment not part of a system, as required by individual
Specification Sections, and as follows:
1. HVAC systems, including air-handling equipment or air distribution systems and
terminal equipment and devices, boilers, pumps, and chemical treatment systems.
2. HVAC instrumentation and controls.
3. Electrical service and distribution, including transformers panelboards and motor
controls.
B. Training Modules: Develop a learning objective and teaching outline for each module.
Include a description of specific skills and knowledge that participant is expected to
master. For each module, include instruction for the following:
1. Basis of System Design, Operational Requirements, and Criteria: Include the
following:
a. System, subsystem, and equipment descriptions.
b. Performance and design criteria if Contractor is delegated design responsibility.
c. Operating standards.
d. Regulatory requirements.
e. Equipment function.
f. Operating characteristics.
g. Limiting conditions.
h. Performance curves.
2. Documentation: Review the following items in detail:
a. Emergency manuals.

DEMONSTRATION AND TRAINING


256

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


4 of 7

b. Operations manuals.
c. Maintenance manuals.
d. Project Record Documents.
e. Identification systems.
f. Warranties and bonds.
g. Maintenance service agreements and similar continuing commitments.
3. Emergencies: Include the following, as applicable:
a. Instructions on meaning of warnings, trouble indications, and error messages.
b. Instructions on stopping.
c. Shutdown instructions for each type of emergency.
d. Operating instructions for conditions outside of normal operating limits.
e. Sequences for electric or electronic systems.
f. Special operating instructions and procedures.
4. Operations: Include the following, as applicable:
a. Startup procedures.
b. Equipment or system break-in procedures.
c. Routine and normal operating instructions.
d. Regulation and control procedures.
e. Control sequences.
f. Safety procedures.
g. Instructions on stopping.
h. Normal shutdown instructions.
i. Operating procedures for emergencies.
DEMONSTRATION AND TRAINING
257

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


5 of 7

j. Operating procedures for system, subsystem, or equipment failure.


k. Seasonal and weekend operating instructions.
l. Required sequences for electric or electronic systems.
m. Special operating instructions and procedures.
5. Adjustments: Include the following:
a. Alignments.
b. Checking adjustments.
c. Noise and vibration adjustments.
d. Economy and efficiency adjustments.
6. Troubleshooting: Include the following:
a. Diagnostic instructions.
b. Test and inspection procedures.
7. Maintenance: Include the following:
a. Inspection procedures.
b. Types of cleaning agents to be used and methods of cleaning.
c. List of cleaning agents and methods of cleaning detrimental to product.
d. Procedures for routine cleaning
e. Procedures for preventive maintenance.
f. Procedures for routine maintenance.
g. Instruction on use of special tools.
8. Repairs: Include the following:
a. Diagnosis instructions.
b. Repair instructions.
DEMONSTRATION AND TRAINING
258

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


6 of 7

c. Disassembly; component removal, repair, and replacement; and reassembly


instructions.
d. Instructions for identifying parts and components.
e. Review of spare parts needed for operation and maintenance.
PART 3 - EXECUTION
3.1 PREPARATION
A. Assemble educational materials necessary for instruction, including documentation and
training module. Assemble training modules into a combined training manual.
B. Set up instructional equipment at instruction location.
3.2 INSTRUCTION
A. Engage qualified instructors to instruct Owner's personnel to adjust, operate, and
maintain systems, subsystems, and equipment not part of a system.
1. Owner will furnish Contractor with names and positions of participants.
B. Scheduling: Provide instruction at mutually agreed on times. For equipment that
requires seasonal operation, provide similar instruction at start of each season.
1. Schedule training with Owner, through Engineer or through Construction Manager,
with at least twenty one (21) days' advance notice.
C. Cleanup: Collect used and leftover educational materials and remove from Project site.
Remove instructional equipment. Restore systems and equipment to condition existing
before initial training use.
3.3 DEMONSTRATION AND TRAINING VIDEOS
A. General: Engage a qualified commercial photographer to record demonstration and
training videos. Record each training module separately. Include classroom instructions
and demonstrations, board diagrams, and other visual aids, but not student practice.
1. At beginning of each training module, record each chart containing learning
objective and lesson outline.
B. Video Format: Provide high-quality DVD color videos.

DEMONSTRATION AND TRAINING


259

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


7 of 7

C. Recording: Mount camera on tripod before starting recording, unless otherwise


necessary to show area of demonstration and training. Display continuous running time.
D. Narration: Describe scenes on video by audio narration by microphone while dubbing
audio narration off-site after video is recorded. Include description of items being
viewed. Describe vantage point, indicating location, direction (by compass point), and
elevation or story of construction.
E. Transcript: Provide a typewritten transcript of the narration. Display images and
running time captured from video opposite the corresponding narration segment.
PART 4 - MEASUREMENTS AND PAYMENT
4.1 METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.
4.2 BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective item
as described herein and shown below. This price shall be full compensation for all work
contained in the bid item as described herein and required by the related Special
Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to complete
the Work in every respect, including furnishing all materials, installation, testing,
placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional requirements.
END OF SPECIAL PROVISION 017900

DEMONSTRATION AND TRAINING


260

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 8

CATEGORY 800
BUILDINGS
SECTION 024119 - SELECTIVE STRUCTURE DEMOLITION
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions, Special
Provisions, General Provisions, and Terms and Conditions, apply to this Section.

1.2

SUMMARY
A. Special Provision Section includes:
1. Demolition and removal of selected site elements.
2. Requirements for testing of soils for possible contamination and procedures for
removal and disposal, and replacement with new select backfill.
3. Restoration and repair of site.
B. Related Requirements:
1. Special Provision 011010 "Building Upgrades."

1.3

DEFINITIONS
A. Remove: Detach items from existing construction and legally dispose of them off-site
unless indicated to be removed and salvaged or removed and reinstalled.
B. Remove and Salvage: Carefully detach from existing construction, in a manner to
prevent damage, and deliver to Owner.
C. Remove and Reinstall: Detach items from existing construction, prepare for reuse, and
reinstall where indicated.
D. Existing to Remain: Existing items of construction that are not to be permanently
removed and that are not otherwise indicated to be removed, removed and salvaged, or
removed and reinstalled.

SELECTIVE STRUCTURE DEMOLITION


261

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


2 of 8

E. Restoration and Repair: Existing items that are demolished as consequence of the
selective demolition. Items are to be repaired and restored to existing conditions or as
indicated on the plans and specified herein.
1.4

MATERIALS OWNERSHIP
A. Unless otherwise indicated, demolition waste becomes property of Contractor.
B. Historic items, relics, antiques, and similar objects including, but not limited to,
cornerstones and their contents, commemorative plaques and tablets, and other items of
interest or value to Owner that may be uncovered during demolition remain the property
of Owner.
1. Carefully salvage in a manner to prevent damage and promptly return to Owner.

1.5

PREINSTALLATION MEETINGS
A. Predemolition Conference: Conduct conference at Project site.
1. Inspect and discuss condition of construction to be selectively demolished.
2. Review structural load limitations of existing structure.
3. Review and finalize selective demolition schedule and verify availability of
materials, demolition personnel, equipment, and facilities needed to make progress
and avoid delays.
4. Review requirements of work performed by other trades that rely on substrates
exposed by selective demolition operations.
5. Review areas where existing construction and operations are to remain and require
protection.

1.6

INFORMATIONAL SUBMITTALS
A. Qualification Data: For underground tank removal technician.
B. Proposed Protection Measures: Submit report, including drawings, that indicates the
measures proposed for protecting individuals and property, for environmental protection,
and for dust control. Indicate proposed locations and construction of barriers.
C. Schedule of Selective Demolition Activities: Indicate the following:

SELECTIVE STRUCTURE DEMOLITION


262

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


3 of 8

1. Detailed sequence of selective demolition and removal work, with starting and
ending dates for each activity. Ensure Owner's on-site operations are uninterrupted.
2. Interruption of utility services. Indicate how long utility services will be interrupted.
3. Coordination for shutoff, capping, and continuation of utility services.
4. Coordination of Owner's continuing occupancy of portions of existing site and
adjacent buildings.
D. Inventory: Submit a list of items to be removed and salvaged and deliver to Owner prior
to start of demolition.
E. Predemolition Photographs: Submit before Work begins.
1.7

CLOSEOUT SUBMITTALS
A. Inventory: Submit a list of items that have been removed and salvaged.
B. Landfill Records: Indicate receipt and acceptance of hazardous wastes by a landfill
facility licensed to accept hazardous wastes.

1.8

FIELD CONDITIONS
A. Owner will occupy portions of building immediately adjacent to selective demolition
area. Conduct selective demolition so Owner's operations will not be disrupted.
B. Conditions existing at time of inspection for bidding purpose will be maintained by
Owner as far as practical.
C. Notify Engineer and Owner of discrepancies between existing conditions and Drawings
before proceeding with selective demolition.
D. Hazardous Materials: Hazardous materials may be present in soils to be selectively
demolished.
1. Hazardous material remediation is specified in Part 2.
2. Do not disturb hazardous materials or items suspected of containing hazardous
materials except under procedures specified in Part 2.
E. Storage or sale of removed items or materials on-site is not permitted.
F. Utility Service: Maintain existing utilities indicated to remain in service and protect
them against damage during selective demolition operations.

SELECTIVE STRUCTURE DEMOLITION


263

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


4 of 8

1. Maintain fire-protection facilities in service during selective demolition operations.


1.9

WARRANTY
A. Existing Warranties: Remove, replace, patch, and repair materials and surfaces cut or
damaged during selective demolition, by methods and with materials so as not to void
existing warranties. Notify warrantor before proceeding.
B. Notify warrantor on completion of selective demolition, and obtain documentation
verifying that existing system has been inspected and warranty remains in effect. Submit
documentation at Project closeout.

PART 2 - PRODUCTS (NOT USED)


PART 3 - EXECUTION
3.1

EXAMINATION
A. Verify that utilities have been disconnected and capped before starting, selective
demolition operations.
B. Review record documents of existing construction provided by Owner. Owner does not
guarantee that existing conditions are same as those indicated in record documents.
C. Survey existing conditions and correlate with requirements indicated to determine extent
of selective demolition required.
D. Survey of Existing Conditions: Record existing conditions by use of measured drawings
and preconstruction photographs.
1. Inventory and record the condition of items to be removed and salvaged. Provide
photographs of conditions that might be misconstrued as damage caused by salvage
operations.
2. Before selective demolition or removal of existing site elements that will be
reproduced or duplicated in final Work, make permanent record of measurements,
materials, and construction details required to make exact reproduction.

3.2

UTILITY SERVICES AND MECHANICAL/ELECTRICAL SYSTEMS


A. Existing Services/Systems to Remain: Maintain services/systems indicated to remain and
protect them against damage.

SELECTIVE STRUCTURE DEMOLITION


264

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


5 of 8

1. Comply with requirements for existing services/systems interruptions.


B. Existing Services/Systems to Be Removed, Relocated, or Abandoned: Locate, identify,
disconnect, and seal or cap off indicated utility services and mechanical/electrical
systems serving areas to be selectively demolished.
1. Arrange to shut off indicated utilities with utility companies.
2. If services/systems are required to be removed, relocated, or abandoned, provide
temporary services/systems that bypass area of selective demolition and that
maintain continuity of services/systems to other parts of building.
3. Disconnect, demolish, and remove fire-suppression systems, plumbing, and HVAC
systems, equipment, and components indicated to be removed.
a. Piping to Be Removed: Remove portion of piping indicated to be removed and
cap or plug remaining piping with same or compatible piping material.
b. Piping to Be Abandoned in Place: Drain piping and cap or plug piping with same
or compatible piping material.
c. Equipment to Be Removed: Disconnect and cap services and remove equipment.
d. Equipment to Be Removed and Reinstalled: Disconnect and cap services and
remove, clean, and store equipment; when appropriate, reinstall, reconnect, and
make equipment operational.
e. Equipment to Be Removed and Salvaged: Disconnect and cap services and
remove equipment and deliver to Owner.
3.3

PREPARATION
A. Site Access and Temporary Controls: Conduct selective demolition and debris-removal
operations to ensure minimum interference with roads, streets, walks, walkways, and
other adjacent occupied and used facilities.
B. Temporary Facilities: Provide temporary barricades and other protection required to
prevent injury to people and damage to adjacent buildings and facilities to remain.
1. Provide protection to ensure safe passage of people around selective demolition area
and to and from occupied portions of building.
2. Provide temporary weather protection, during interval between selective demolition
of existing construction on exterior surfaces and new construction, to prevent water
leakage and damage to structure and interior areas.
3. Provide adequate dewatering for selective demolition area to sufficiently remove
existing ground water and storm runoff that may enter the excavation zone.

SELECTIVE STRUCTURE DEMOLITION


265

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


6 of 8

4. Protect site elements that are to remain or that are exposed during selective
demolition operations.
5. Cover and protect equipment that has not been removed.
6. Comply with requirements for temporary enclosures and dust control.
C. Temporary Shoring: Provide and maintain shoring, bracing, and structural supports as
required to preserve stability and prevent movement, settlement, or collapse of
construction and finishes to remain, and to prevent unexpected or uncontrolled
movement or collapse of construction being demolished.
1. Strengthen or add new supports when required during progress of selective
demolition.
2. Comply with requirements and guidelines for excavation shoring.
3.4

SELECTIVE DEMOLITION, GENERAL


A. General: Demolish and remove existing construction only to the extent required by new
construction and as indicated. Use methods required to complete the Work within
limitations of governing regulations and as follows:
1. Proceed with selective demolition systematically, from higher to lower level.
Complete selective demolition operations above each floor or tier before disturbing
supporting members on the next lower level.
2. Neatly cut openings and holes plumb, square, and true to dimensions required. Use
cutting methods least likely to damage construction to remain or adjoining
construction. Use hand tools or small power tools designed for sawing or grinding,
not hammering and chopping, to minimize disturbance of adjacent surfaces.
Temporarily cover openings to remain.
3. Cut or drill from the exposed or finished side into concealed surfaces to avoid
marring existing finished surfaces.
4. Do not use cutting torches until work area is cleared of flammable materials. At
concealed spaces, such as duct and pipe interiors, verify condition and contents of
hidden space before starting flame-cutting operations. Maintain fire watch and
portable fire-suppression devices during flame-cutting operations.
5. Maintain adequate ventilation when using cutting torches.
6. Remove decayed, vermin-infested, or otherwise dangerous or unsuitable materials
and promptly dispose of off-site.

SELECTIVE STRUCTURE DEMOLITION


266

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


7 of 8

7. Remove structural framing members and lower to ground by method suitable to


avoid free fall and to prevent ground impact or dust generation.
8. Locate selective demolition equipment and remove debris and materials so as not to
impose excessive loads on supporting walls, framing, or adjacent excavations.
9. Dispose of demolished items and materials promptly.
B. Existing Items to Remain: Protect construction indicated to remain against damage and
soiling during selective demolition. When permitted by Engineer and/or Owner, items
may be removed to a suitable, protected storage location during selective demolition and
cleaned and reinstalled in their original locations after selective demolition operations
are complete.
3.5

SELECTIVE DEMOLITION PROCEDURES FOR SPECIFIC MATERIALS


A. Concrete: Demolish in sections. Cut concrete full depth at junctures with construction to
remain and at regular intervals using power-driven saw, then remove concrete between
saw cuts.
B. Masonry: Demolish in small sections. Cut masonry at junctures with construction to
remain, using power-driven saw, and then remove masonry between saw cuts.

3.6

DISPOSAL OF DEMOLISHED MATERIALS


A. General: Except for items or materials indicated to be reused, salvaged, reinstalled, or
otherwise indicated to remain Owner's property, remove demolished materials from
Project site and legally dispose of them in an EPA-approved landfill.
1. Do not allow demolished materials to accumulate on-site.
2. Remove and transport debris in a manner that will prevent spillage on adjacent
surfaces and areas.
B. Burning: Do not burn demolished materials.
C. Disposal: Transport demolished materials off Owner's property and legally dispose of
them.

3.7

CLEANING
A. Clean adjacent structures and improvements of dust, dirt, and debris caused by selective
demolition operations. Return adjacent areas to condition existing before selective
demolition operations began.

SELECTIVE STRUCTURE DEMOLITION


267

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


8 of 8

PART 4 - MEASUREMENTS AND PAYMENT


4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective item
as described herein and shown below. This price shall be full compensation for all work
contained in the bid item as described herein and required by the related Special
Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to complete
the Work in every respect, including furnishing all materials, installation, testing,
placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional requirements.
END OF SPECIAL PROVISION 024119

SELECTIVE STRUCTURE DEMOLITION


268

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 15

CATEGORY 800
BUILDINGS
SECTION 033000 - CAST-IN-PLACE CONCRETE
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions, Special
Provisions, General Provisions, and Terms and Conditions, apply to this section.

1.2

SUMMARY
A. Special Provision Section includes cast-in-place concrete, including reinforcement,
concrete materials, mixture design, placement procedures, and finishes.

1.3

DEFINITIONS
A. W/C Ratio: The ratio by weight of water to cementitious materials.

1.4

ACTION SUBMITTALS
A. Product Data: For each type of product.
B. Design Mixtures: For each concrete mixture. Submit alternate design mixtures when
characteristics of materials, Project conditions, weather, test results, or other
circumstances warrant adjustments.
C. Steel Reinforcement Shop Drawings: Placing Drawings that detail fabrication, bending,
and placement. Include bar sizes, lengths, material, grade, bar schedules, bent bar
diagrams, bar arrangement, splices and laps, and supports for concrete reinforcement.

1.5

INFORMATIONAL SUBMITTALS
A. Qualification Data: For Installer, manufacturer and testing agency.
B. Material Certificates: For each of the following, signed by manufacturers:
1. Cementitious materials.
2. Admixtures.

CAST-IN-PLACE CONCRETE
269

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


2 of 15

3. Steel reinforcement and accessories.


4. Curing compounds.
5. Floor and slab treatments.
6. Bonding agents.
7. Adhesives.
8. Repair materials.
C. Floor surface flatness and levelness measurements indicating compliance with specified
tolerances.
D. Field quality-control reports.
1.6

QUALITY ASSURANCE
A. Manufacturer Qualifications: A firm experienced in manufacturing ready-mixed
concrete products and that complies with ASTM C 94/C 94M requirements for
production facilities and equipment.
B. Testing Agency Qualifications: An independent agency, acceptable to authorities having
jurisdiction, qualified according to ASTM C 1077 and ASTM E 329 for testing
indicated.
1. Personnel conducting field tests shall be qualified as ACI Concrete Field Testing
Technician, Grade 1, according to ACI CP-1 or an equivalent certification program.
2. Personnel performing laboratory tests shall be ACI-certified Concrete Strength
Testing Technician and Concrete Laboratory Testing Technician, Grade I. Testing
agency laboratory supervisor shall be an ACI-certified Concrete Laboratory Testing
Technician, Grade II.

1.7

DELIVERY, STORAGE, AND HANDLING


A. Steel Reinforcement: Deliver, store, and handle steel reinforcement to prevent bending
and damage.

CAST-IN-PLACE CONCRETE
270

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

1.8

Contract No. BB-2829-000-006


3 of 15

FIELD CONDITIONS
A. Cold-Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work
from physical damage or reduced strength that could be caused by frost, freezing actions,
or low temperatures.
1. When average high and low temperature is expected to fall below 40 deg. F for three
successive days, maintain delivered concrete mixture temperature within the
temperature range required by ACI 301.
2. Do not use frozen materials or materials containing ice or snow. Do not place
concrete on frozen subgrade or on subgrade containing frozen materials.
3. Do not use calcium chloride, salt, or other materials containing antifreeze agents or
chemical accelerators unless otherwise specified and approved in mixture designs.
B. Hot-Weather Placement: Comply with ACI 301 and as follows:
1. Maintain concrete temperature below 90 deg. F at time of placement. Chilled mixing
water or chopped ice may be used to control temperature, provided water equivalent
of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool
concrete is Contractor's option.
2. Fog-spray steel reinforcement, and subgrade just before placing concrete.

PART 2 - PRODUCTS
2.1

CONCRETE, GENERAL
A. ACI Publications: Comply with the following unless modified by requirements in the
Contract Documents:
1. ACI 301.
2. ACI 117.

2.2

STEEL REINFORCEMENT
A. Reinforcing Bars: ASTM A 615/A 615M, Grade 60, deformed.
B. Plain-Steel Wire: ASTM A 1064/A 1064M, as drawn.

CAST-IN-PLACE CONCRETE
271

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


4 of 15

C. Plain-Steel Welded-Wire Reinforcement: ASTM A 1064/A 1064M, plain, fabricated


from as-drawn steel wire into flat sheets.
2.3

REINFORCEMENT ACCESSORIES
A. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and
fastening reinforcing bars and welded-wire reinforcement in place. Manufacture bar
supports from steel wire, plastic, or precast concrete according to CRSI's "Manual of
Standard Practice," of greater compressive strength than concrete and as follows:

2.4

CONCRETE MATERIALS
A. Source Limitations: Obtain each type or class of cementitious material of the same brand
from the same manufacturer's plant, obtain aggregate from single source, and obtain
admixtures from single source from single manufacturer.
B. Cementitious Materials:
1. Portland Cement: ASTM C 150/C 150M.
2. Blended Hydraulic Cement: ASTM C 595/C 595M, Type IS, portland blast-furnace
slag cement.
C. Normal-Weight Aggregates: ASTM C 33/C 33M, coarse aggregate or better, graded.
Provide aggregates from a single source.
1. Maximum Coarse-Aggregate Size: 1-1/2 inches nominal.
D. Air-Entraining Admixture: ASTM C 260/C 260M.
E. Chemical Admixtures: Certified by manufacturer to be compatible with other admixtures
and that do not contribute water-soluble chloride ions exceeding those permitted in
hardened concrete. Do not use calcium chloride or admixtures containing calcium
chloride.
1. Water-Reducing Admixture: ASTM C 494/C 494M, Type A.
2. Retarding Admixture: ASTM C 494/C 494M, Type B.
3. Water-Reducing and Retarding Admixture: ASTM C 494/C 494M, Type D.
4. High-Range, Water-Reducing Admixture: ASTM C 494/C 494M, Type F.

CAST-IN-PLACE CONCRETE
272

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


5 of 15

5. High-Range, Water-Reducing and Retarding Admixture: ASTM C 494/C 494M,


Type G.
6. Plasticizing and Retarding Admixture: ASTM C 1017/C 1017M, Type II.
F. Water: ASTM C 94/C 94M and potable.
2.5

CURING MATERIALS
A. Absorptive Cover: AASHTO M 182, Class 2, burlap cloth made from jute or kenaf,
weighing approximately 9 oz./sq. yd. when dry.
B. Moisture-Retaining Cover: ASTM C 171, polyethylene film or white burlappolyethylene sheet.
C. Water: Potable.
D. Clear, Waterborne, Membrane-Forming Curing Compound: ASTM C 309, Type 1,
Class B, dissipating.

2.6

RELATED MATERIALS
A. Bonding Agent: ASTM C 1059/C 1059M, Type II, nonredispersible, acrylic emulsion or
styrene butadiene.
B. Epoxy Bonding Adhesive: ASTM C 881, two-component epoxy resin, capable of humid
curing and bonding to damp surfaces, of class suitable for application temperature and of
grade to suit requirements, and as follows:
1. Types IV and V, load bearing, for bonding hardened or freshly mixed concrete to
hardened concrete.

2.7

REPAIR MATERIALS
A. Repair Underlayment: Cement-based, polymer-modified, self-leveling product that can
be applied in thicknesses from 1/8 inch and that can be feathered at edges to match
adjacent floor elevations.
1. Cement Binder: ASTM C 150/C 150M, portland cement or hydraulic or blended
hydraulic cement as defined in ASTM C 219.
2. Primer: Product of underlayment manufacturer recommended for substrate,
conditions, and application.

CAST-IN-PLACE CONCRETE
273

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


6 of 15

3. Aggregate: Well-graded, washed gravel, 1/8 to 1/4 inch or coarse sand as


recommended by underlayment manufacturer.
4. Compressive Strength: Not less than 4100 psi at 28 days when tested according to
ASTM C 109/C 109M.
B. Repair Overlayment: Cement-based, polymer-modified, self-leveling product that can be
applied in thicknesses from 1/4 inch and that can be filled in over a scarified surface to
match adjacent floor elevations.
1. Cement Binder: ASTM C 150/C 150M, portland cement or hydraulic or blended
hydraulic cement as defined in ASTM C 219.
2. Primer: Product of topping manufacturer recommended for substrate, conditions, and
application.
3. Aggregate: Well-graded, washed gravel, 1/8 to 1/4 inch or coarse sand as
recommended by topping manufacturer.
4. Compressive Strength: Not less than 5000 psi at 28 days when tested according to
ASTM C 109/C 109M.
2.8

CONCRETE MIXTURES, GENERAL


A. Prepare design mixtures for each type and strength of concrete, proportioned on the basis
of laboratory trial mixture or field test data, or both, according to ACI 301.
1. Use a qualified independent testing agency for preparing and reporting proposed
mixture designs based on laboratory trial mixtures.
B. Admixtures: Use admixtures according to manufacturer's written instructions.
1. Use water-reducing, high-range water-reducing or plasticizing admixture in concrete,
as required, for placement and workability.
2. Use water-reducing and -retarding admixture when required by high temperatures,
low humidity, or other adverse placement conditions.
3. Use water-reducing admixture in pumped concrete and concrete with a w/c ratio
below 0.50.

CAST-IN-PLACE CONCRETE
274

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

2.9

Contract No. BB-2829-000-006


7 of 15

CONCRETE MIXTURES FOR BUILDING ELEMENTS


A. Suspended Slabs: Normal-weight concrete.
1. Minimum Compressive Strength: 3000 psi at 28 days.
2. Maximum W/C Ratio: 0.50.
3. Slump Limit: 4 inches, plus or minus 1 inch.
4. Air Content: Do not allow air content of trowel-finished floors to exceed 3 percent.
B. Equipment Pads: Normal-weight concrete.
1. Minimum Compressive Strength: 4000 psi at 28 days.
2. Maximum W/C Ratio: 0.50.
3. Slump Limit: 4 inches, plus or minus 1 inch.
4. Air Content: 5.5 percent, plus or minus 1.5 percent at point of delivery for 1-1/2-inch
nominal maximum aggregate size.
C. Generator Pad: Normal-weight concrete.
1. Minimum Compressive Strength: 4000 psi at 28 days.
2. Maximum W/C Ratio: 0.50.
3. Slump Limit: 4 inches, plus or minus 1 inch.
4. Air Content: 5.5 percent, plus or minus 1.5 percent at point of delivery for 1-1/2-inch
nominal maximum aggregate size.

2.10

FABRICATING REINFORCEMENT
A. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice."

2.11

CONCRETE MIXING
A. Ready-Mixed Concrete: Measure, batch, mix, and deliver concrete according to
ASTM C 94/C 94M, and furnish batch ticket information.

CAST-IN-PLACE CONCRETE
275

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


8 of 15

1. When air temperature is between 85 and 90 deg. F, reduce mixing and delivery time
from 1-1/2 hours to 75 minutes; when air temperature is above 90 deg. F, reduce
mixing and delivery time to 60 minutes.
PART 3 - EXECUTION
3.1

EMBEDDED ITEM INSTALLATION


A. Place and secure anchorage devices and other embedded items required for adjoining
work that is attached to or supported by cast-in-place concrete. Use setting drawings,
templates, diagrams, instructions, and directions furnished with items to be embedded.

3.2

STEEL REINFORCEMENT INSTALLATION


A. General: Comply with CRSI's "Manual of Standard Practice" for fabricating, placing,
and supporting reinforcement.
B. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials
that reduce bond to concrete.
C. Accurately position, support, and secure reinforcement against displacement. Locate and
support reinforcement with bar supports to maintain minimum concrete cover. Do not
tack weld crossing reinforcing bars.
D. Set wire ties with ends directed into concrete, not toward exposed concrete surfaces.
E. Install welded-wire reinforcement in longest practicable lengths on bar supports spaced
to minimize sagging. Lap edges and ends of adjoining sheets at least one mesh spacing.
Offset laps of adjoining sheet widths to prevent continuous laps in either direction. Lace
overlaps with wire.

3.3

CONCRETE PLACEMENT
A. Before placing concrete, verify that installation of reinforcement and embedded items is
complete and that required inspections are completed.
B. Before test sampling and placing concrete, water may be added at Project site, subject to
limitations of ACI 30.
1. Do not add water to concrete after adding high-range water-reducing admixtures to
mixture.

CAST-IN-PLACE CONCRETE
276

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


9 of 15

C. Deposit concrete continuously in one layer or in horizontal layers of such thickness that
no new concrete is placed on concrete that has hardened enough to cause seams or
planes of weakness. Deposit concrete to avoid segregation.
1. Consolidate placed concrete with mechanical vibrating equipment according to ACI
301.
2. Do not use vibrators to transport concrete. Insert and withdraw vibrators vertically at
uniformly spaced locations to rapidly penetrate placed layer and at least 6 inches into
preceding layer. Do not insert vibrators into lower layers of concrete that have begun
to lose plasticity. At each insertion, limit duration of vibration to time necessary to
consolidate concrete and complete embedment of reinforcement and other embedded
items without causing mixture constituents to segregate.
D. Deposit and consolidate concrete for slabs in a continuous operation, within limits of
construction joints, until placement of a panel or section is complete.
1. Consolidate concrete during placement operations, so concrete is thoroughly worked
around reinforcement and other embedded items and into corners.
2. Maintain reinforcement in position on chairs during concrete placement.
3. Screed slab surfaces with a straightedge and strike off to correct elevations.
4. Slope surfaces uniformly to drains where required.
5. Begin initial floating using bull floats or darbies to form a uniform and open-textured
surface plane, before excess bleedwater appears on the surface. Do not further
disturb slab surfaces before starting finishing operations.
3.4

FINISHING FLOORS AND SLABS


A. General: Comply with ACI 302.1R recommendations for screeding, restraightening, and
finishing operations for concrete surfaces. Do not wet concrete surfaces.
B. Float Finish: Consolidate surface with power-driven floats or by hand floating if area is
small or inaccessible to power-driven floats. Restraighten, cut down high spots, and fill
low spots. Repeat float passes and restraightening until surface is left with a uniform,
smooth, granular texture.
1. Apply float finish to surfaces to receive trowel finish.

CAST-IN-PLACE CONCRETE
277

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


10 of 15

C. Trowel Finish: After applying float finish, apply first troweling and consolidate concrete
by hand or power-driven trowel. Continue troweling passes and restraighten until surface
is free of trowel marks and uniform in texture and appearance. Grind smooth any surface
defects that would telegraph through applied coatings or floor coverings.
1. Apply a trowel finish to surfaces exposed to view or to be covered with resilient
flooring, carpet, paint, or another thin-film-finish coating system.
2. Finish and measure surface, so gap at any point between concrete surface and an
unleveled, freestanding, 10-ft.-long straightedge resting on two high spots and placed
anywhere on the surface does not exceed 1/4 inch.
3.5

MISCELLANEOUS CONCRETE ITEM INSTALLATION


A. Filling In: Fill in holes and openings left in concrete structures after work of other trades
is in place unless otherwise indicated. Mix, place, and cure concrete, as specified, to
blend with in-place construction. Provide other miscellaneous concrete filling indicated
or required to complete the Work.
B. Equipment Bases and Foundations:
1. Coordinate sizes and locations of concrete bases with actual equipment provided.
2. Construct concrete bases 4 inches high unless otherwise indicated, and extend base
not less than 6 inches in each direction beyond the maximum dimensions of
supported equipment unless otherwise indicated or unless required for seismic
anchor support.
3. Minimum Compressive Strength: 3000 psi at 28 days, unless otherwise indicated.
4. Prior to pouring concrete, place and secure anchorage devices. Use setting drawings,
templates, diagrams, instructions, and directions furnished with items to be
embedded.
5. Cast anchor-bolt insert into bases. Install anchor bolts to elevations required for
proper attachment to supported equipment.

3.6

CONCRETE PROTECTING AND CURING


A. General: Protect freshly placed concrete from premature drying and excessive cold or
hot temperatures. Comply with ACI 306.1 for cold-weather protection and ACI 301 for
hot-weather protection during curing.

CAST-IN-PLACE CONCRETE
278

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


11 of 15

B. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure unformed
surfaces, including floors and slabs, concrete floor toppings, and other surfaces.
C. Cure concrete according to ACI 308.1, by one or a combination of the following
methods:
1. Moisture Curing: Keep surfaces continuously moist for not less than seven days with
the following materials:
a. Water.
b. Continuous water-fog spray.
c. Absorptive cover, water saturated, and kept continuously wet. Cover concrete
surfaces and edges with 12-inch lap over adjacent absorptive covers.
2. Moisture-Retaining-Cover Curing: Cover concrete surfaces with moisture-retaining
cover for curing concrete, placed in widest practicable width, with sides and ends
lapped at least 12 inches, and sealed by waterproof tape or adhesive. Cure for not
less than seven days. Immediately repair any holes or tears during curing period,
using cover material and waterproof tape.
a. Cure concrete surfaces to receive floor coverings with either a moisture-retaining
cover or a curing compound that the manufacturer certifies does not interfere
with bonding of floor covering used on Project.
3. Curing Compound: Apply uniformly in continuous operation by power spray or
roller according to manufacturer's written instructions. Recoat areas subjected to
heavy rainfall within three hours after initial application. Maintain continuity of
coating and repair damage during curing period.
a. Removal: After curing period has elapsed, remove curing compound without
damaging concrete surfaces by method recommended by curing compound
manufacturer unless manufacturer certifies curing compound does not interfere
with bonding of floor covering used on Project.
3.7

CONCRETE SURFACE REPAIRS


A. Defective Concrete: Repair and patch defective areas when approved by Engineer.
Remove and replace concrete that cannot be repaired and patched to Engineer's approval.
B. Patching Mortar: Mix dry-pack patching mortar, consisting of 1 part portland cement to
2-1/2 parts fine aggregate passing a No. 16 sieve, using only enough water for handling
and placing.
C. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, for
finish and verify surface tolerances specified for each surface. Correct low and high
areas. Test surfaces sloped to drain for trueness of slope and smoothness; use a sloped
template.

CAST-IN-PLACE CONCRETE
279

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


12 of 15

1. Repair finished surfaces containing defects. Surface defects include spalls, popouts,
honeycombs, rock pockets, crazing and cracks in excess of 0.01 inch wide or that
penetrate to reinforcement or completely through unreinforced sections regardless of
width, and other objectionable conditions.
2. After concrete has cured at least 14 days, correct high areas by grinding.
3. Correct localized low areas during or immediately after completing surface finishing
operations by cutting out low areas and replacing with patching mortar. Finish
repaired areas to blend into adjacent concrete.
4. Correct other low areas scheduled to receive floor coverings with a repair
underlayment. Prepare, mix, and apply repair underlayment and primer according to
manufacturer's written instructions to produce a smooth, uniform, plane, and level
surface. Feather edges to match adjacent floor elevations.
5. Correct other low areas scheduled to remain exposed with a repair topping. Cut out
low areas to ensure a minimum repair topping depth of 1/4 inch to match adjacent
floor elevations. Prepare, mix, and apply repair topping and primer according to
manufacturer's written instructions to produce a smooth, uniform, plane, and level
surface.
6. Repair defective areas, except random cracks and single holes 1 inch or less in
diameter, by cutting out and replacing with fresh concrete. Remove defective areas
with clean, square cuts and expose steel reinforcement with at least a 3/4-inch
clearance all around. Dampen concrete surfaces in contact with patching concrete
and apply bonding agent. Mix patching concrete of same materials and mixture as
original concrete, except without coarse aggregate. Place, compact, and finish to
blend with adjacent finished concrete. Cure in same manner as adjacent concrete.
7. Repair random cracks and single holes 1 inch or less in diameter with patching
mortar. Groove top of cracks and cut out holes to sound concrete and clean off dust,
dirt, and loose particles. Dampen cleaned concrete surfaces and apply bonding agent.
Place patching mortar before bonding agent has dried. Compact patching mortar and
finish to match adjacent concrete. Keep patched area continuously moist for at least
72 hours.
D. Perform structural repairs of concrete, subject to Engineer's approval, using epoxy
adhesive and patching mortar.
E. Repair materials and installation not specified above may be used, subject to Engineer's
approval.

CAST-IN-PLACE CONCRETE
280

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

3.8

Contract No. BB-2829-000-006


13 of 15

FIELD QUALITY CONTROL


A. Testing Agency: Engage a qualified testing and inspecting agency to perform tests and
inspections and to submit reports.
B. Inspections:
1. Steel reinforcement placement.
2. Steel reinforcement welding.
3. Verification of use of required design mixture.
4. Concrete placement, including conveying and depositing.
5. Curing procedures and maintenance of curing temperature.
C. Concrete Tests: Testing of composite samples of fresh concrete obtained according to
ASTM C 172/C 172M shall be performed according to the following requirements:
1. Testing Frequency: Obtain one composite sample for each day's pour of each
concrete mixture exceeding 5 cu. yd., but less than 25 cu. yd., plus one set for each
additional 50 cu. yd. or fraction thereof.
a. When frequency of testing provides fewer than five compressive-strength tests
for each concrete mixture, testing shall be conducted from at least five randomly
selected batches or from each batch if fewer than five are used.
2. Slump: ASTM C 143/C 143M; one test at point of placement for each composite
sample, but not less than one test for each day's pour of each concrete mixture.
Perform additional tests when concrete consistency appears to change.
3. Air Content: ASTM C 231/C 231M, pressure method, for normal-weight concrete;
one test for each composite sample, but not less than one test for each day's pour of
each concrete mixture.
4. Concrete Temperature: ASTM C 1064/C 1064M; one test hourly when air
temperature is 40 deg F and below or 80 deg F and above, and one test for each
composite sample.
5. Compression Test Specimens: ASTM C 31/C 31M.
a. Cast and laboratory cure two sets of two standard cylinder specimens for each
composite sample.

CAST-IN-PLACE CONCRETE
281

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


14 of 15

6. Compressive-Strength Tests: ASTM C 39/C 39M; test one set of two laboratorycured specimens at 7 days and one set of two specimens at 28 days.
a. Test one set of two field-cured specimens at 7 days and one set of two specimens
at 28 days.
b. A compressive-strength test shall be the average compressive strength from a set
of two specimens obtained from same composite sample and tested at age
indicated.
7. Strength of each concrete mixture will be satisfactory if every average of any three
consecutive compressive-strength tests equals or exceeds specified compressive
strength and no compressive-strength test value falls below specified compressive
strength by more than 500 psi.
8. Test results shall be reported in writing to Engineer, concrete manufacturer, and
Contractor within 48 hours of testing. Reports of compressive-strength tests shall
contain Project identification name and number, date of concrete placement, name of
concrete testing and inspecting agency, location of concrete batch in Work, design
compressive strength at 28 days, concrete mixture proportions and materials,
compressive breaking strength, and type of break for both 7- and 28-day tests.
9. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device
may be permitted by Engineer but will not be used as sole basis for approval or
rejection of concrete.
10. Additional Tests: Testing and inspecting agency shall make additional tests of
concrete when test results indicate that slump, air entrainment, compressive
strengths, or other requirements have not been met, as directed by Engineer. Testing
and inspecting agency may conduct tests to determine adequacy of concrete by cored
cylinders complying with ASTM C 42/C 42M or by other methods as directed by
Engineer.
11. Additional testing and inspecting, at Contractor's expense, will be performed to
determine compliance of replaced or additional work with specified requirements.
12. Correct deficiencies in the Work that test reports and inspections indicate do not
comply with the Contract Documents.
PART 4 - MEASUREMENTS AND PAYMENT
4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

CAST-IN-PLACE CONCRETE
282

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS
4.2

Contract No. BB-2829-000-006


15 of 15

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective item
as described herein and shown below. This price shall be full compensation for all work
contained in the bid item as described herein and required by the related Special
Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to complete
the Work in every respect, including furnishing all materials, installation, testing,
placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional requirements.
END OF SPECIAL PROVISION 033000

CAST-IN-PLACE CONCRETE
283

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 14

CATEGORY 800
BUILDINGS
SECTION 048100 UNIT MASONRY ASSEMBLIES
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions, Special
Provisions, General Provisions, and Terms and Conditions, apply to this Section.

1.2

SUMMARY
A. Special Provision Section includes:
1. Concrete masonry units.
2. Mortar and grout.
3. Steel reinforcing bars.
4. Masonry joint reinforcement.
5. Ties and anchors.
B. Related Sections:
1. Special Provision Section 033000 "Cast-in-Place Concrete" for installing dovetail
slots for masonry anchors.

1.3

DEFINITIONS
A. CMU(s): Concrete masonry unit(s).
B. Reinforced Masonry: Masonry containing reinforcing steel in grouted cells.

1.4

PERFORMANCE REQUIREMENTS
A. Provide structural unit masonry that develops indicated net-area compressive strengths at
28 days.

UNIT MASONRY ASSEMBLIES


284

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


2 of 14

B. Determine net-area compressive strength of masonry from average net-area compressive


strengths of masonry units and mortar types (unit-strength method) according to Tables
1 and 2 in ACI 530.1/ASCE 6/TMS 602.
C. Determine net-area compressive strength of masonry by testing masonry prisms
according to ASTM C 1314.
1.5

ACTION SUBMITTALS
A. Product Data: For each type of product indicated.
B. Shop Drawings: For the following:
1. Masonry Units: Show sizes, profiles, coursing, and locations of special shapes.

1.6

INFORMATIONAL SUBMITTALS
A. List of Materials Used in Constructing Mockups: List generic product names together
with manufacturers, manufacturers' product names, model numbers, lot numbers, batch
numbers, source of supply, and other information as required to identify materials used.
Include mix proportions for mortar and grout and source of aggregates.
B. Submittal is for information only. Neither receipt of list nor approval of mockup
constitutes approval of deviations from the Contract Documents unless such deviations
are specifically brought to the attention of Architect and approved in writing.
C. Qualification Data: For testing agency.
D. Material Certificates: For each type and size of the following:
1. Masonry units.
a. Include data on material properties.
b. For masonry units used in structural masonry, include data and calculations
establishing average net-area compressive strength of units.
2. Cementitious materials. Include brand, type, and name of manufacturer.
3. Preblended, dry mortar mixes.
ingredients.

Include description of type and proportions of

4. Grout mixes. Include description of type and proportions of ingredients.

UNIT MASONRY ASSEMBLIES


285

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


3 of 14

5. Reinforcing bars.
6. Joint reinforcement.
7. Anchors, ties, and metal accessories.
E. Mix Designs: For each type of mortar. Include description of type and proportions of
ingredients.
F. Include test reports for mortar mixes required to comply with property specification.
Test according to ASTM C 109/C 109M for compressive strength, ASTM C 1506 for
water retention, and ASTM C 91 for air content.
G. Statement of Compressive Strength of Masonry: For each combination of masonry unit
type and mortar type, provide statement of average net-area compressive strength of
masonry units, mortar type, and resulting net-area compressive strength of masonry
determined according to Tables 1 and 2 in ACI 530.1/ASCE 6/TMS 602.
1.7

QUALITY ASSURANCE
A. Testing Agency Qualifications:
indicated.

Qualified according to ASTM C 1093 for testing

B. Source Limitations for Masonry Units: Obtain exposed masonry units of a uniform
texture and color, or a uniform blend within the ranges accepted for these characteristics,
from single source from single manufacturer for each product required.
C. Source Limitations for Mortar Materials: Obtain mortar ingredients of a uniform
quality, including color for exposed masonry, from single manufacturer for each
cementitious component and from single source or producer for each aggregate.
D. Masonry Standard: Comply with ACI 530.1/ASCE 6/TMS 602 unless modified by
requirements in the Contract Documents.
E. Preinstallation Conference: Conduct conference at Project site.
1.8

DELIVERY, STORAGE, AND HANDLING


A. Store masonry units on elevated platforms in a dry location. If units are not stored in an
enclosed location, cover tops and sides of stacks with waterproof sheeting, securely tied.
If units become wet, do not install until they are dry.

UNIT MASONRY ASSEMBLIES


286

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


4 of 14

B. Store cementitious materials on elevated platforms, under cover, and in a dry location.
Do not use cementitious materials that have become damp.
C. Store aggregates where grading and other required characteristics can be maintained and
contamination avoided.
D. Deliver preblended, dry mortar mix in moisture-resistant containers designed for use
with dispensing silos. Store preblended, dry mortar mix in delivery containers on
elevated platforms, under cover, and in a dry location or in covered weatherproof
dispensing silos.
E. Store masonry accessories, including metal items, to prevent corrosion and accumulation
of dirt and oil.
1.9

PROJECT CONDITIONS
A. Protection of Masonry: During construction, cover tops of walls, projections, and sills
with waterproof sheeting at end of each day's work. Cover partially completed masonry
when construction is not in progress.

PART 2 - PRODUCTS
2.1

MASONRY UNITS, GENERAL


A. Defective Units: Referenced masonry unit standards may allow a certain percentage of
units to contain chips, cracks, or other defects exceeding limits stated in the standard.
Do not use units where such defects will be exposed in the completed Work.
B. Fire-Resistance Ratings: Where indicated, provide units that comply with requirements
for fire-resistance ratings indicated as determined by testing according to ASTM E 119,
by equivalent masonry thickness, or by other means, as acceptable to authorities having
jurisdiction.

2.2

CONCRETE MASONRY UNITS


A. CMUs: ASTM C 90.
1. Unit Compressive Strength: Provide units with minimum average net-area
compressive strength of 2150 psi.
2. Density Classification: Normal weight

UNIT MASONRY ASSEMBLIES


287

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


5 of 14

3. Size (Width): Manufactured to dimensions 3/8 inch less than nominal dimensions.
2.3

CONCRETE LINTELS
A. General: Provide one of the following:
1. Concrete Lintels: ASTM C 1623, matching CMUs in color, texture, and density
classification; and with reinforcing bars indicated.
2. Concrete Lintels: Precast or formed-in-place concrete lintels complying with
requirements in Section 033000 "Cast-in-Place Concrete," and with reinforcing bars
indicated.

2.4

MORTAR AND GROUT MATERIALS


A. Regional Materials: Aggregate for mortar and grout, cement, and lime shall be
extracted, harvested, or recovered, as well as manufactured, within 500 miles of Project
site.
B. Portland Cement: ASTM C 150, Type I or II, except Type III may be used for coldweather construction. Provide natural color or white cement as required to produce
mortar color indicated.
C. Hydrated Lime: ASTM C 207, Type S.
D. Portland Cement-Lime Mix: Packaged blend of portland cement and hydrated lime
containing no other ingredients.
E. Masonry Cement: ASTM C 91.
1. Products: Subject to compliance with requirements available products that may be
incorporated into the Work include, but are not limited to, the following:
a. Capital Materials Corporation; Flamingo Color Masonry Cement.
b. Cemex S.A.B. de C.V.; Citadel Type S
c. Essroc, Italcementi Group; Brixment or Velvet.
d. Holcim (US) Inc.; Mortamix Masonry Cement, White Mortamix Masonry
Cement.
e. Lafarge North America Inc. Lafarge Masonry Cement
f. National Cement Company, Inc.; Coosa Masonry Cement.
F. Mortar Cement: ASTM C 1329.

UNIT MASONRY ASSEMBLIES


288

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


6 of 14

1. Products: Subject to compliance with requirements, available products that may be


incorporated into the Work include, but are not limited to, the following:
a. Lafarge North America Inc.; Lafarge Mortar Cement or Magnolia Superbond
Mortar Cement.
2. Aggregate for Mortar: ASTM C 144.
a. For mortar that is exposed to view, use washed aggregate consisting of natural
sand or crushed stone.
b. For joints less than 1/4 inch thick, use aggregate graded with 100 percent passing
the No. 16 sieve.
c. White-Mortar Aggregates: Natural white sand or crushed white stone.
d. Colored-Mortar Aggregates: Natural sand or crushed stone of color necessary to
produce required mortar color.
3. Aggregate for Grout: ASTM C 404.
4. Water: Potable.
2.5

REINFORCEMENT
A. Uncoated Steel Reinforcing Bars: ASTM A 615/A 615M or ASTM A 996/A 996M,
Grade 60.
B. Masonry Joint Reinforcement, General: ASTM A 951/A 951M.
1. Interior Walls: Hot-dip galvanized, carbon steel.
2. Wire Size for Side Rods: 0.148-inch diameter.
3. Wire Size for Cross Rods: 0.148-inch diameter.
4. Spacing of Cross Rods, Tabs, and Cross Ties: Not more than 16 inches o.c.
C. Masonry Joint Reinforcement for Single-Wythe Masonry: Either ladder or truss type
with single pair of side rods.

2.6

TIES AND ANCHORS


A. Materials: Provide ties and anchors specified in this article that are made from materials
that comply with the following unless otherwise indicated.
1. Mill-Galvanized, Carbon-Steel Wire: ASTM A 82/A 82M; with ASTM A 641/A
641M, Class 1 coating.

UNIT MASONRY ASSEMBLIES


289

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


7 of 14

2. Hot-Dip Galvanized, Carbon-Steel Wire:


153/A 153M, Class B-2 coating.

ASTM A 82/A 82M; with ASTM A

3. Stainless-Steel Wire: ASTM A 580/A 580M, Type 304.


4. Galvanized Steel Sheet:
coating.

ASTM A 653/A 653M, Commercial Steel, G60 zinc

5. Steel Sheet, Galvanized after Fabrication: ASTM A 1008/A 1008M, Commercial


Steel, with ASTM A 153/A 153M, Class B coating.
6. Stainless-Steel Sheet: ASTM A 666, Type 304.
7. Steel Plates, Shapes, and Bars: ASTM A 36/A 36M.
8. Stainless-Steel Bars: ASTM A 276 or ASTM a 666, Type 304.
2.7

MASONRY CLEANERS
A. Proprietary Acidic Cleaner: Manufacturer's standard-strength cleaner designed for
removing mortar/grout stains, efflorescence, and other new construction stains from new
masonry without discoloring or damaging masonry surfaces. Use product expressly
approved for intended use by cleaner manufacturer and manufacturer of masonry units
being cleaned.
1. 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:
a. Diedrich Technologies, Inc.
b. EaCo Chem, Inc.
c. ProSoCo, Inc.

2.8

MORTAR AND GROUT MIXES


A. General: Do not use admixtures, including pigments, air-entraining agents, accelerators,
retarders, water-repellent agents, antifreeze compounds, or other admixtures, unless
otherwise indicated.
1. Do not use calcium chloride in mortar or grout.
2. Use portland cement-lime mortar unless otherwise indicated.

UNIT MASONRY ASSEMBLIES


290

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


8 of 14

B. Preblended, Dry Mortar Mix: Furnish dry mortar ingredients in form of a preblended
mix. Measure quantities by weight to ensure accurate proportions, and thoroughly blend
ingredients before delivering to Project site.
C. Mortar for Unit Masonry: Comply with ASTM C 270, Property Specification. Provide
the following types of mortar for applications stated unless another type is indicated.
1. For exterior, above-grade, load-bearing and non-load-bearing walls and parapet
walls; for interior load-bearing walls; for interior non-load-bearing partitions; and for
other applications where another type is not indicated, use Type N.
2. For interior non-load-bearing partitions, Type O may be used instead of Type N.
D. Grout for Unit Masonry: Comply with ASTM C 476.
1. Use grout of type indicated or, if not otherwise indicated, of type (fine or coarse) that
will comply with Table 1.15.1 in ACI 530.1/ASCE 6/TMS 602 for dimensions of
grout spaces and pour height.
2. Proportion grout in accordance with ASTM C 476, paragraph 4.2.2 for specified 28day compressive strength indicated, but not less than 2000 psi.
3. Provide grout with a slump of 8 to 11 inches as measured according to ASTM C
143/C 143M.
PART 3 - EXECUTION
3.1

EXAMINATION
A. Examine conditions, with Installer present, for compliance with requirements for
installation tolerances and other conditions affecting performance of the Work.
1. For the record, prepare written report, endorsed by Installer, listing conditions
detrimental to performance of work.
2. Verify that foundations are within tolerances specified.
3. Verify that reinforcing dowels are properly placed.
4. Before installation, examine rough-in and built-in construction for piping systems to
verify actual locations of piping connections.
5. Proceed with installation only after unsatisfactory conditions have been corrected.

UNIT MASONRY ASSEMBLIES


291

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

3.2

Contract No. BB-2829-000-006


9 of 14

INSTALLATION, GENERAL
A. Thickness: Build cavity and composite walls and other masonry construction to full
thickness shown. Build single-wythe walls to actual widths of masonry units, using
units of widths indicated.
B. Build chases and recesses to accommodate items specified in this and other Sections.
C. Leave openings for equipment to be installed before completing masonry. After
installing equipment, complete masonry to match the construction immediately adjacent
to opening.
D. Use full-size units without cutting if possible. If cutting is required to provide a
continuous pattern or to fit adjoining construction, cut units with motor-driven saws;
provide clean, sharp, unchipped edges. Allow units to dry before laying unless wetting
of units is specified. Install cut units with cut surfaces and, where possible, cut edges
concealed.
E. Select and arrange units for exposed unit masonry to produce a uniform blend of colors
and textures.
1. Mix units from several pallets or cubes as they are placed.
F. Matching Existing Masonry: Match coursing, bonding, color, and texture of existing
masonry.

3.3

TOLERANCES
A. Dimensions and Locations of Elements:
1. For dimensions in cross section or elevation do not vary by more than plus 1/2 inch
or minus 1/4 inch.
2. For location of elements in plan do not vary from that indicated by more than plus or
minus 1/2 inch.
3. For location of elements in elevation do not vary from that indicated by more than
plus or minus 1/4 inch in a story height or 1/2 inch total.
B. Lines and Levels:
1. For bed joints and top surfaces of bearing walls do not vary from level by more than
1/4 inch in 10 feet, or 1/2 inch maximum.

UNIT MASONRY ASSEMBLIES


292

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


10 of 14

2. For conspicuous horizontal lines, such as lintels, sills, parapets, and reveals, do not
vary from level by more than 1/8 inch in 10 feet, 1/4 inch in 20 feet, or 1/2 inch
maximum.
3. For vertical lines and surfaces do not vary from plumb by more than 1/4 inch in 10
feet, 3/8 inch in 20 feet, or 1/2 inch maximum.
4. For conspicuous vertical lines, such as external corners, door jambs, reveals, and
expansion and control joints, do not vary from plumb by more than 1/8 inch in 10
feet, 1/4 inch in 20 feet, or 1/2 inch maximum.
5. For lines and surfaces do not vary from straight by more than 1/4 inch in 10 feet, 3/8
inch in 20 feet, or 1/2 inch maximum.
6. For vertical alignment of exposed head joints, do not vary from plumb by more than
1/4 inch in 10 feet, or 1/2 inch maximum.
7. For faces of adjacent exposed masonry units, do not vary from flush alignment by
more than 1/16 inch except due to warpage of masonry units within tolerances
specified for warpage of units.
C. Joints:
1. For bed joints, do not vary from thickness indicated by more than plus or minus 1/8
inch, with a maximum thickness limited to 1/2 inch.
2. For exposed bed joints, do not vary from bed-joint thickness of adjacent courses by
more than 1/8 inch.
3. For head and collar joints, do not vary from thickness indicated by more than plus
3/8 inch or minus 1/4 inch.
3.4

MORTAR BEDDING AND JOINTING


A. Lay hollow CMUs as follows:
1. With face shells fully bedded in mortar and with head joints of depth equal to bed
joints.
2. With webs fully bedded in mortar in all courses of piers, columns, and pilasters.
3. With webs fully bedded in mortar in grouted masonry, including starting course on
footings.

UNIT MASONRY ASSEMBLIES


293

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


11 of 14

4. With entire units, including areas under cells, fully bedded in mortar at starting
course on footings where cells are not grouted.
B. Lay solid masonry units with completely filled bed and head joints; butter ends with
sufficient mortar to fill head joints and shove into place. Do not deeply furrow bed
joints or slush head joints.
C. Tool exposed joints slightly concave when thumbprint hard, using a jointer larger than
joint thickness unless otherwise indicated.
D. Cut joints flush for masonry walls to receive plaster or other direct-applied finishes
(other than paint) unless otherwise indicated.
3.5

LINTELS
A. Install steel lintels where indicated.
B. Provide concrete or masonry lintels where openings of more than 12 inches for bricksize units and 24 inches for block-size units are shown without structural steel or other
supporting lintels.
C. Provide minimum bearing of 8 inches at each jamb unless otherwise indicated.

3.6

REINFORCED UNIT MASONRY INSTALLATION


A. Temporary Formwork and Shores: Construct formwork and shores as needed to support
reinforced masonry elements during construction.
1. Construct formwork to provide shape, line, and dimensions of completed masonry as
indicated. Make forms sufficiently tight to prevent leakage of mortar and grout.
Brace, tie, and support forms to maintain position and shape during construction and
curing of reinforced masonry.
2. Do not remove forms and shores until reinforced masonry members have hardened
sufficiently to carry their own weight and other loads that may be placed on them
during construction.
B. Placing Reinforcement: Comply with requirements in ACI 530.1/ASCE 6/TMS 602.
C. Grouting: Do not place grout until entire height of masonry to be grouted has attained
enough strength to resist grout pressure.

UNIT MASONRY ASSEMBLIES


294

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

3.7

Contract No. BB-2829-000-006


12 of 14

FIELD QUALITY CONTROL


A. Testing and Inspecting: Owner will engage special inspectors to perform tests and
inspections and prepare reports. Allow inspectors access to scaffolding and work areas,
as needed to perform tests and inspections. Retesting of materials that fail to comply
with specified requirements shall be done at Contractor's expense.
B. Concrete Masonry Unit Test: For each type of unit provided, according to ASTM C 140
for compressive strength.
C. Mortar Aggregate Ratio Test (Proportion Specification):
according to ASTM C 780.

For each mix provided,

D. Mortar Test (Property Specification): For each mix provided, according to ASTM C
780. Test mortar for mortar air content and compressive strength.
3.8

REPAIRING, POINTING, AND CLEANING


A. Remove and replace masonry units that are loose, chipped, broken, stained, or otherwise
damaged or that do not match adjoining units. Install new units to match adjoining
units; install in fresh mortar, pointed to eliminate evidence of replacement.
B. Pointing: During the tooling of joints, enlarge voids and holes, except weep holes, and
completely fill with mortar. Point up joints, including corners, openings, and adjacent
construction, to provide a neat, uniform appearance. Prepare joints for sealant
application, where indicated.
C. In-Progress Cleaning: Clean unit masonry as work progresses by dry brushing to
remove mortar fins and smears before tooling joints.
D. Final Cleaning: After mortar is thoroughly set and cured, clean exposed masonry as
follows:
1. Remove large mortar particles by hand with wooden paddles and nonmetallic scrape
hoes or chisels.
2. Test cleaning methods on sample wall panel; leave one-half of panel uncleaned for
comparison purposes. Obtain Architect's approval of sample cleaning before
proceeding with cleaning of masonry.
3. Protect adjacent stone and nonmasonry surfaces from contact with cleaner by
covering them with liquid strippable masking agent or polyethylene film and
waterproof masking tape.

UNIT MASONRY ASSEMBLIES


295

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


13 of 14

4. Wet wall surfaces with water before applying cleaners; remove cleaners promptly by
rinsing surfaces thoroughly with clear water.
5. Clean brick by bucket-and-brush hand-cleaning method described in BIA Technical
Notes 20.
6. Clean masonry with a proprietary acidic cleaner applied according to manufacturer's
written instructions.
E. Clean concrete masonry by cleaning method indicated in NCMA TEK 8-2A applicable
to type of stain on exposed surfaces.
F. Clean stone trim to comply with stone supplier's written instructions.
G. Clean limestone units to comply with recommendations in ILI's "Indiana Limestone
Handbook."
3.9

MASONRY WASTE DISPOSAL


A. Salvageable Materials: Unless otherwise indicated, excess masonry materials are
Contractor's property. At completion of unit masonry work, remove from Project site.
B. Excess Masonry Waste: Remove excess clean masonry waste that cannot be used as fill,
as described above, and other masonry waste, and legally dispose of off Owner's
property.

PART 4 - MEASUREMENTS AND PAYMENT


4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective item
as described herein and shown below. This price shall be full compensation for all work
contained in the bid item as described herein and required by the related Special
Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum

UNIT MASONRY ASSEMBLIES


296

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


14 of 14

Item 8003 Temporary Trailerslump sum


C. Costs include all labor, materials, services, testing and equipment necessary to complete
the Work in every respect, including furnishing all materials, installation, testing,
placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional requirements.
END OF SPECIAL PROVISION 048100

UNIT MASONRY ASSEMBLIES


297

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 7
CATEGORY 800
BUILDINGS
SECTION 053100 - STEEL DECKING

PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions, Special
Provisions, General Provisions, and Terms and Conditions, apply to this Section.

1.2

SUMMARY
A. Special Provision Section includes:
1. Roof deck.
2. Noncomposite form deck.
B. Related Requirements:
1. Special Provision 03 30 00 Cast-In-Place Concrete for normal weight structural
concrete fill over metal deck.
2. Special Provision 05 50 00 "Metal Fabrications" for framing deck openings with
miscellaneous steel shapes.

1.3

ACTION SUBMITTALS
A. Product Data: For each type of deck, accessory, and product indicated.
B. Shop Drawings:
1. Include layout and types of deck panels, anchorage details, reinforcing channels,
pans, cut deck openings, special jointing, accessories, and attachments to other
construction.

1.4

INFORMATIONAL SUBMITTALS
A. Welding certificates.

STEEL DECKING
298

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


2 of 7

B. Product Certificates: For each type of steel-deck.


C. Evaluation Reports: For steel-deck.
D. Field quality-control reports.
1.5

QUALITY ASSURANCE
A. Testing Agency Qualifications: Qualified according to ASTM E 329 for testing
indicated.
B. Welding Qualifications: Qualify procedures and personnel according to AWS D1.3,
"Structural Welding Code - Sheet Steel."
C. FM Global Listing: Provide steel roof deck evaluated by FM Global and listed in its
"Approval Guide, Building Materials" for Class 1 fire rating and Class 1-90 windstorm
ratings.

1.6

DELIVERY, STORAGE, AND HANDLING


A. Protect steel-deck from corrosion, deformation, and other damage during delivery,
storage, and handling.
B. Stack steel-deck on platforms or pallets and slope to provide drainage. Protect with a
waterproof covering and ventilate to avoid condensation.

PART 2 - PRODUCTS
2.1

PERFORMANCE REQUIREMENTS
A. AISI Specifications: Comply with calculated structural characteristics of steel-deck
according to AISI's "North American Specification for the Design of Cold-Formed Steel
Structural Members."

2.2

METAL DECK
A. Manufacturers: Subject to compliance with requirements, provide products by one of the
following available manufacturers offering products that may be incorporated into the
Work include, but are not limited to, the following:
1. Consolidated Systems, Inc.; Metal Dek Group.

STEEL DECKING
299

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


3 of 7

2. Nucor Corp.; Vulcraft Group.


3. Wheeling Corrugating Company; Div. of Wheeling-Pittsburgh Steel Corporation.
B. Roof Deck: Fabricate panels, without top-flange stiffening grooves, to comply with "SDI
Specifications and Commentary for Steel Roof Deck," in SDI Publication No. 31, and
with the following:
1. See Structural Drawings.
C. Noncomposite form deck: Fabricate ribbed-steel sheet noncomposite form deck panels
to comply with SDI Specifications and Commentary for Noncomposite Steel Form
Deck, in SDI Publication No. 31, with the minimum section properties indicated, and
with the following:
1. See Structural Drawings.
2.3

ACCESSORIES
A. General: Provide manufacturer's standard accessory materials for deck that comply with
requirements indicated.
B. Side-Lap Fasteners: Corrosion-resistant, hexagonal washer head; self-drilling, carbonsteel screws, No. 10 minimum diameter.
C. Miscellaneous Sheet Metal Deck Accessories: Steel sheet, minimum yield strength of
33,000 psi, not less than 0.0359-inch design uncoated thickness, of same material and
finish as deck; of profile indicated or required for application.
D. Pour Stops and Girder Fillers: Steel sheet, minimum yield strength of 33,000 psi, of
same material and finish as deck, and of thickness and profile recommended by SDI
Publication No. 31 for overhang and slab depth.
E. Column Closures, End Closures, Z-Closures, and Cover Plates: Steel sheet, of same
material, finish, and thickness as deck unless otherwise indicated.
F. Galvanizing Repair Paint: ASTM A 780.

STEEL DECKING
300

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


4 of 7

PART 3 - EXECUTION
3.1

EXAMINATION
A. Examine supporting frame and field conditions for compliance with requirements for
installation tolerances and other conditions affecting performance.
B. Proceed with installation only after unsatisfactory conditions have been corrected.

3.2

INSTALLATION, GENERAL
A. Install deck panels and accessories according to applicable specifications and
commentary in SDI Publication No. 31, manufacturer's written instructions, and
requirements in this Section.
B. Locate deck bundles to prevent overloading of supporting members.
C. Place deck panels on supporting frame and adjust to final position with ends accurately
aligned and bearing on supporting frame before being permanently fastened. Do not
stretch or contract side-lap interlocks.
D. Place deck panels flat and square and fasten to supporting frame without warp or
deflection.
E. Cut and neatly fit deck panels and accessories around openings and other work
projecting through or adjacent to deck.
F. Provide additional reinforcement and closure pieces at openings as required for strength,
continuity of deck, and support of other work.
G. Comply with AWS requirements and procedures for manual shielded metal arc welding,
appearance and quality of welds, and methods used for correcting welding work.

3.3

ROOF-DECK INSTALLATION
A. Fasten roof-deck panels to steel supporting members by arc spot (puddle) welds of the
surface diameter indicated.
1. Weld Diameter: 3/4 inch, nominal.

STEEL DECKING
301

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


5 of 7

2. Weld Spacing: Weld edge and interior ribs of deck units with a minimum of two
welds per deck unit at each support. Space welds 18 inches apart, maximum.
B. Side-Lap and Perimeter Edge Fastening: Fasten side laps and perimeter edges of panels
between supports, at intervals not exceeding the lesser of 1/2 of the span or 18 inches,
and as follows:
1. Mechanically fasten with self-drilling, No. 10 diameter or larger, carbon-steel screws
or fasten with a minimum of 1-1/2-inch- long welds.
C. End Bearing: Install deck ends over supporting frame with a minimum end bearing of 11/2 inches, with end joints as follows:
1. End Joints: Lapped 2 inches minimum.
D. Miscellaneous Roof-Deck Accessories: Install ridge and valley plates, finish strips, end
closures, and reinforcing channels according to deck manufacturer's written instructions.
Weld to substrate to provide a complete deck installation.
1. Weld cover plates at changes in direction of roof-deck panels unless otherwise
indicated.
3.4

FLOOR-DECK INSTALLATION
A. Fasten floor-deck panels to steel supporting members by arc spot (puddle) welds of the
surface diameter indicated and as follows:
1. Weld Diameter: 5/8 inch, nominal.
2. Weld Spacing: Weld edge ribs of panels at each support. Space additional welds an
average of 12 inches apart, but not more than 18 inches apart.
B. Side-Lap and Perimeter Edge Fastening: Fasten side laps and perimeter edges of panels
between supports, at intervals not exceeding the lesser of half of the span or 36 inches,
and as follows:
1. Mechanically fasten with self-drilling, No. 10 diameter or larger, carbon-steel screws
or fasten with a minimum of 1-1/2-inch- long welds.
C. End Bearing: Install deck ends over supporting frame with a minimum end bearing of 11/2 inches, with end joints as follows:
1. End Joints: Lapped.

STEEL DECKING
302

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


6 of 7

D. Pour Stops and Girder Fillers: Weld steel sheet pour stops and girder fillers to supporting
structure according to SDI recommendations unless otherwise indicated.
E. Floor-Deck Closures: Weld steel sheet column closures, cell closures, and Z-closures to
deck, according to SDI recommendations, to provide tight-fitting closures at open ends
of ribs and sides of deck.
3.5

FIELD QUALITY CONTROL


A. Testing Agency: Engage a qualified testing agency to perform tests and inspections.
B. Field welds will be subject to inspection.
C. Testing agency will report inspection results promptly and in writing to Contractor and
Engineer.
D. Remove and replace work that does not comply with specified requirements.
E. Additional inspecting, at Contractor's expense, will be performed to determine
compliance of corrected work with specified requirements.

3.6

PROTECTION
A. Galvanizing Repairs: Prepare and repair damaged galvanized coatings on both surfaces
of deck with galvanized repair paint according to ASTM A 780 and manufacturer's
written instructions.
B. Provide final protection and maintain conditions to ensure that steel-deck is without
damage or deterioration at time of Substantial Completion.

PART 4 - MEASUREMENTS AND PAYMENT


4.1 METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.
4.2 BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective item
as described herein and shown below. This price shall be full compensation for all work
contained in the bid item as described herein and required by the related Special
Provisions.

STEEL DECKING
303

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


7 of 7

B. Payment will be made under:


Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to complete
the Work in every respect, including furnishing all materials, installation, testing,
placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional requirements.
END OF SPECIAL PROVISION 053100

STEEL DECKING
304

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 8

CATEGORY 800
BUILDINGS
SECTION 055000 - METAL FABRICATIONS
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions, Special
Provisions, General Provisions, and Terms and Conditions, apply to this Section.

1.2

SUMMARY
A. Special Provision Section includes:
1. Steel framing and supports for mechanical and electrical equipment.
2. Steel framing and supports for applications where framing and supports are not
specified in other Sections.
3. Miscellaneous steel framing.
4. Loose steel lintels.
B. Related Special Provision Sections:
1. Special Provision Section 033000 "Cast-in-Place Concrete" for installing items cast
into concrete.
2. Special Provision Section 048100 "Unit Masonry Assemblies" for installing loose
lintels, and other items built into unit masonry.

1.3

COORDINATION
A. Coordinate selection of shop primers with topcoats to be applied over them. Comply
with paint and coating manufacturers' written recommendations to ensure that shop
primers and topcoats are compatible with one another.
B. Coordinate installation of metal fabrications that are anchored to or that receive other
work. 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.

METAL FABRICATIONS
305

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

1.4

Contract No. BB-2829-000-006


2 of 8

ACTION SUBMITTALS
A. Product Data: For the following:
1. Paint products.
B. Shop Drawings: Show fabrication and installation details. Include plans, elevations,
sections, and details of metal fabrications and their connections. Show anchorage and
accessory items. Provide Shop Drawings for the following:
1. Steel framing and supports for mechanical and electrical equipment.
2. Steel framing and supports for applications where framing and supports are not
specified in other Sections.
3. Miscellaneous steel framing.
4. Loose steel lintels.

1.5

INFORMATIONAL SUBMITTALS
A. Qualification Data: For testing agency.
B. Welding certificates.
C. Research/Evaluation Reports: For post-installed anchors, from ICC-ES.
D. Field Quality-Control reports.

1.6

QUALITY ASSURANCE
A. Welding Qualifications:
Qualify procedures and
AWS D1.1/D1.1M, "Structural Welding Code - Steel."

1.7

personnel

according

to

PROJECT CONDITIONS
A. Field Measurements: Verify actual locations of construction contiguous with metal
fabrications by field measurements before fabrication.

METAL FABRICATIONS
306

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


3 of 8

PART 2 - PRODUCTS
2.1

METALS
A. Metal Surfaces, General: Provide materials with smooth, flat surfaces unless otherwise
indicated. For metal fabrications exposed to view in the completed Work, provide
materials without seam marks, roller marks, rolled trade names, or blemishes.
B. Steel Plates, Channels and Angles: ASTM A 36.
C. Wide Flange Shapes: ASTM A 992.
D. Steel Pipe: ASTM A 53, Standard Weight (Schedule 40) unless otherwise indicated.
E. Hollow Structural Sections: ASTM A 500
F. Slotted Chanel Framing: Cold-formed metal box channels (struts) complying with
MFMA-4.
1. Size of Channels: 1-5/8 by 1-5/8 inches, minimum.
2. Material: Galvanized steel, ASTM A 653/A 653M, with G90 coating; 0.108-inch
minimum nominal thickness.

2.2

FASTENERS
A. General: Unless otherwise indicated, provide Type 304 stainless-steel fasteners for
exterior use and zinc-plated fasteners with coating complying with ASTM B 633 or
ASTM F 1941, Class Fe/Zn 5, at exterior walls. Select fasteners for type, grade, and
class required.
B. Steel Bolts and Nuts: Regular hexagon-head bolts, ASTM A 307, Grade A; with hex
nuts, ASTM A 563; and, where indicated, flat washers.
C. Anchors, General: Anchors capable of sustaining, without failure, a load equal to six
times the load imposed when installed in unit masonry and four times the load imposed
when installed in concrete, as determined by testing according to ASTM E 488/E 488M,
conducted by a qualified independent testing agency.
D. Post-Installed Anchors: Torque-controlled expansion anchors or chemical anchors.
1. Material for Interior Locations: Carbon-steel components zinc plated to comply with
ASTM B 633 or ASTM F 1941, Class Fe/Zn 5, unless otherwise indicated.

METAL FABRICATIONS
307

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


4 of 8

2. Material for Exterior Locations and Where Stainless Steel Is Indicated:


Group 1 stainless-steel bolts, ASTM F 593, and nuts, ASTM F 594.
2.3

Alloy

MISCELLANEOUS MATERIALS
A. Shop Primers: Provide primers that comply with Special Provision 09 91 23 "Interior
Painting."
B. Bituminous
Paint:
ASTM D 1187/D 1187M.

Cold-applied

asphalt

emulsion

complying

with

C. Alkyd, Anti-Corrosive Primer: Complying with MPI #79 and compatible with topcoat.
2.4

FABRICATION, GENERAL
A. Shop Assembly: Preassemble items in the shop to greatest extent possible. Disassemble
units only as necessary for shipping and handling limitations. Use connections that
maintain structural value of joined pieces. Clearly mark units for reassembly and
coordinated installation.
B. Cut, drill, and punch metals cleanly and accurately. Remove burrs and ease edges to a
radius of approximately 1/32 inch unless otherwise indicated. Remove sharp or rough
areas on exposed surfaces.
C. Form bent-metal corners to smallest radius possible without causing grain separation or
otherwise impairing work.
D. Form exposed work with accurate angles and surfaces and straight edges.
E. Weld corners and seams continuously to comply 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.
4. At exposed connections, finish exposed welds and surfaces smooth and blended so
no roughness shows after finishing and contour of welded surface matches that of
adjacent surface.
F. Form exposed connections with hairline joints, flush and smooth, using concealed
fasteners or welds where possible. Where exposed fasteners are required, use Phillips

METAL FABRICATIONS
308

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


5 of 8

flat-head (countersunk) fasteners unless otherwise indicated. Locate joints where least
conspicuous.
G. Fabricate seams and other connections that are exposed to weather in a manner to
exclude water. Provide weep holes where water may accumulate.
H. Cut, reinforce, drill, and tap metal fabrications as indicated to receive finish hardware,
screws, and similar items.
I. Provide for anchorage of type indicated; coordinate with supporting structure. Space
anchoring devices to secure metal fabrications rigidly in place and to support indicated
loads.
2.5

MISCELLANEOUS FRAMING AND SUPPORTS


A. General: Provide steel framing and supports not specified in other Sections as needed to
complete the Work.
B. Fabricate units from steel shapes, plates, and bars of welded construction unless
otherwise indicated. Fabricate to sizes, shapes, and profiles indicated and as necessary
to receive adjacent construction.
1. Provide supplemental roof framing as indicated.
2. Fabricate units from slotted channel framing where indicated.

2.6

LOOSE STEEL LINTELS


A. Fabricate loose steel lintels from steel angles and shapes of size indicated for openings
and recesses in masonry walls and partitions at locations indicated. Fabricate in single
lengths for each opening unless otherwise indicated. Weld adjoining members together
to form a single unit where indicated.
B. Size loose lintels to provide bearing length at each side of openings equal to 1/12 of
clear span, but not less than 8 inches unless otherwise indicated.
C. Galvanize loose steel lintels located in exterior walls.

2.7

FINISHES, GENERAL
A. Finish metal fabrications after assembly.

METAL FABRICATIONS
309

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

2.8

Contract No. BB-2829-000-006


6 of 8

STEEL FINISHES
A. Shop prime steel items, unless otherwise indicated.
1. Exterior items, including lintels, to be primed with alkyd, anti-corrosive primer.
B. Preparation for Shop Priming: Prepare surfaces to comply with requirements indicated
below:
1. Exterior Items: SSPC-SP 6/NACE No. 3, "Commercial Blast Cleaning."
2. Interior Items: SSPC-SP 3, "Power Tool Cleaning."
C. Shop Priming: Apply shop primer to comply with SSPC-PA 1, "Paint Application
Specification No. 1: Shop, Field, and Maintenance Painting of Steel," for shop painting.
1. Stripe paint corners, crevices, bolts, welds, and sharp edges.
D. All exposed surfaces shall be field painted after installation.
1. Do not paint steel plates with abrasive finished.

PART 3 - EXECUTION
3.1

INSTALLATION, GENERAL
A. Cutting, Fitting, and Placement: Perform cutting, drilling, and fitting required for
installing metal fabrications. Set metal fabrications accurately in location, alignment,
and elevation; with edges and surfaces level, plumb, true, and free of rack; and measured
from established lines and levels.
B. Fit exposed connections accurately together to form hairline joints. Weld connections
that are not to be left as exposed joints but cannot be shop welded because of shipping
size limitations. Do not weld, cut, or abrade surfaces of exterior units that have been
hot-dip galvanized after fabrication and are for bolted or screwed field connections.
C. Field Welding: Comply with the following requirements:
1. Use materials and methods that minimize distortion and develop strength and
corrosion resistance of base metals.
2. Obtain fusion without undercut or overlap.

METAL FABRICATIONS
310

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


7 of 8

3. Remove welding flux immediately.


4. At exposed connections, finish exposed welds and surfaces smooth and blended so
no roughness shows after finishing and contour of welded surface matches that of
adjacent surface.
D. Fastening to In-Place Construction: Provide anchorage devices and fasteners where
metal fabrications are required to be fastened to in-place construction. Provide threaded
fasteners for use with concrete and masonry inserts, toggle bolts, through bolts and other
connectors.
3.2

INSTALLING MISCELLANEOUS FRAMING AND SUPPORTS


A. General: Install framing and supports to comply with requirements of items being
supported, including manufacturers' written instructions and requirements indicated on
Shop Drawings.

3.3

FIELD QUALITY CONTROL


A. Testing Agency: Engage a qualified testing agency to perform tests and inspections.
B. Welded Connections: Visually inspect field welds according to AWS D1.1/D1.1M.
1. In addition to visual inspection, test and inspect field welds according to
AWS D1.1/D1.1M and the following inspection procedures, at testing agency's
option:
a. Liquid Penetrant Inspection: ASTM E 165.
b. Magnetic Particle Inspection: ASTM E 709; performed on root pass and on
finished weld. Cracks or zones of incomplete fusion or penetration are not
accepted.

3.4

ADJUSTING AND CLEANING


A. Touchup Painting: Cleaning and touchup painting of field welds, bolted connections,
and abraded areas. Paint uncoated abrades areas with the same material as used for shop
painting to comply with SSPC-PA-1 for touching up shop-painted surfaces.
1. Apply by brush or spray to provide a minimum 2.0-mil dry film thickness.

METAL FABRICATIONS
311

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


8 of 8

PART 4 - MEASUREMENTS AND PAYMENT


4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective item
as described herein and shown below. This price shall be full compensation for all work
contained in the bid item as described herein and required by the related Special
Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to complete
the Work in every respect, including furnishing all materials, installation, testing,
placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional requirements.
END OF SPECIAL PROVISION 05500

METAL FABRICATIONS
312

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 8

CATEGORY 800
BUILDINGS
SECTION 055213 - PIPE AND TUBE RAILINGS
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions, Special
Provisions, General Provisions, and Terms and Conditions, apply to this Section.

1.2

SUMMARY
A. Special Provision Section includes:
1. Steel pipe and tube railings.

1.3

COORDINATION
A. Coordinate installation of anchorages for railings. Furnish setting drawings, templates,
and directions for installing anchorages, including sleeves, concrete inserts and anchor
bolts. Deliver such items to Project site in time for installation.
B. Schedule installation so wall attachments are made only to completed walls. Do not
support railings temporarily by any means that do not satisfy structural performance
requirements.

1.4

ACTION SUBMITTALS
A. Product Data: For the following:
1. Manufacturer's product lines of mechanically connected railings.
B. Shop Drawings: Include plans, elevations, sections, details, and attachments to other
work.
C. Delegated-Design Submittal: For railings, including analysis data signed and sealed by
the qualified professional engineer responsible for their preparation.

PIPE AND TUBE RAILINGS


313

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

1.5

Contract No. BB-2829-000-006


2 of 8

INFORMATIONAL SUBMITTALS
A. Qualification Data: For testing agency.
B. Welding certificates.
C. Mill Certificates: Signed by manufacturers of stainless-steel products certifying that
products furnished comply with requirements.
D. Product Test Reports: For pipe and tube railings, for tests performed by a qualified
testing agency, according to ASTM E 894 and ASTM E 935.
E. Evaluation Reports: For post-installed anchors, from ICC-ES.

1.6

QUALITY ASSURANCE
A. Welding Qualifications: Qualify procedures and personnel according to the following:
1. AWS D1.1/D1.1M, "Structural Welding Code - Steel."

1.7

DELIVERY, STORAGE, AND HANDLING


A. Protect mechanical finishes on exposed surfaces from damage by applying a strippable,
temporary protective covering before shipping.

1.8

FIELD CONDITIONS
A. Field Measurements: Verify actual locations of walls and other construction contiguous
with metal fabrications by field measurements before fabrication.

PART 2 - PRODUCTS
2.1

PERFORMANCE REQUIREMENTS
A. Delegated Design: Engage a qualified professional engineer, as defined in Section
"Quality Requirements," to design railings, including attachment to building
construction.

PIPE AND TUBE RAILINGS


314

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


3 of 8

B. Structural Performance: Railings, including attachment to building construction, shall


withstand the effects of gravity loads and the following loads and stresses within limits
and under conditions indicated:
1. Handrails and Top Rails of Guards:
a. Uniform load of 50 lbf/ ft. applied in any direction.
b. Concentrated load of 200 lbf applied in any direction.
c. Uniform and concentrated loads need not be assumed to act concurrently.
2. Infill of Guards:
a. Concentrated load of 50 lbf applied horizontally on an area of 1 sq. ft.
b. Infill load and other loads need not be assumed to act concurrently.
C. Thermal Movements: Allow for thermal movements from ambient and surface
temperature changes.
1. Temperature Change: 120 deg. F, ambient; 180 deg. F.
2.2

METALS, GENERAL
A. Metal Surfaces, General: Provide materials with smooth surfaces, without seam marks,
roller marks, rolled trade names, stains, discolorations, or blemishes.
B. Brackets, Flanges, and Anchors: Cast or formed metal of same type of material and
finish as supported rails unless otherwise indicated.

2.3

STEEL AND IRON


A. Tubing: ASTM A 500 (cold formed).
B. Pipe: ASTM A 53/A 53M, Type F or Type S, Grade A, Standard Weight (Schedule 40),
unless another grade and weight are required by structural loads.
1. Provide galvanized finish for exterior installations and where indicated.
C. Plates, Shapes, and Bars: ASTM A 36/A 36M.

PIPE AND TUBE RAILINGS


315

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

2.4

Contract No. BB-2829-000-006


4 of 8

FASTENERS
A. General: Provide the following:
1. Hot-Dip Galvanized Railings: Type 304 stainless-steel or hot-dip zinc-coated steel
fasteners complying with ASTM A 153/A 153M or ASTM F 2329 for zinc coating.
2. Provide exposed fasteners with finish matching appearance, including color and
texture, of railings.
B. Fasteners for Anchoring Railings to Other Construction: Select fasteners of type, grade,
and class required to produce connections suitable for anchoring railings to other types
of construction indicated and capable of withstanding design loads.
C. Fasteners for Interconnecting Railing Components:
1. Provide concealed fasteners for interconnecting railing components and for attaching
them to other work, unless otherwise indicated.
D. Post-Installed Anchors: Torque-controlled expansion anchors or chemical anchors
capable of sustaining, without failure, a load equal to 6 times the load imposed when
installed in unit masonry and 4 times the load imposed when installed in concrete, as
determined by testing according to ASTM E 488/E 488M, conducted by a qualified
independent testing agency.
1. Material for Exterior Locations and Where Stainless Steel Is Indicated: Alloy Group
1 stainless-steel bolts, ASTM F 593, and nuts, ASTM F 594.

2.5

MISCELLANEOUS MATERIALS
A. Welding Rods and Bare Electrodes: Select according to AWS specifications for metal
alloy welded.
B. Etching Cleaner for Galvanized Metal: Complying with MPI#25.
C. Galvanizing Repair Paint: High-zinc-dust-content paint complying with SSPC-Paint 20
and compatible with paints specified to be used over it.

2.6

FABRICATION
A. General: Fabricate railings to comply with requirements indicated for design,
dimensions, member sizes and spacing, details, finish, and anchorage, but not less than
that required to support structural loads.

PIPE AND TUBE RAILINGS


316

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


5 of 8

B. Shop assemble railings to greatest extent possible to minimize field splicing and
assembly. Disassemble units only as necessary for shipping and handling limitations.
Clearly mark units for reassembly and coordinated installation. Use connections that
maintain structural value of joined pieces.
C. Cut, drill, and punch metals cleanly and accurately. Remove burrs and ease edges to a
radius of approximately 1/32 inch unless otherwise indicated. Remove sharp or rough
areas on exposed surfaces.
D. Form work true to line and level with accurate angles and surfaces.
E. Fabricate connections that are exposed to weather in a manner that excludes water.
Provide weep holes where water may accumulate.
F. Cut, reinforce, drill, and tap as indicated to receive finish hardware, screws, and similar
items.
G. Connections: Fabricate railings with welded connections unless otherwise indicated.
H. Welded Connections: Cope components at connections to provide close fit, or use
fittings designed for this purpose. Weld all around at connections, including at fittings.
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 flux immediately.
4. At exposed connections, finish exposed surfaces smooth and blended so no
roughness shows after finishing and welded surface matches contours of adjoining
surfaces.
I. Nonwelded Connections: Connect members with concealed mechanical fasteners and
fittings. Fabricate members and fittings to produce flush, smooth, rigid, hairline joints.
1. Fabricate splice joints for field connection using an epoxy structural adhesive if this
is manufacturer's standard splicing method.
J. Form Changes in Direction as Follows:
1. By bending or by inserting prefabricated elbow fittings.

PIPE AND TUBE RAILINGS


317

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


6 of 8

K. For changes in direction made by bending, use jigs to produce uniform curvature for
each repetitive configuration required. Maintain cross section of member throughout
entire bend without buckling, twisting, cracking, or otherwise deforming exposed
surfaces of components.
L. Close exposed ends of railing members with prefabricated end fittings.
M. Brackets, Flanges, Fittings, and Anchors: Provide brackets, flanges, miscellaneous
fittings, and anchors to interconnect railing members to other work unless otherwise
indicated.
N. Provide anchorage devices for connecting railings to concrete or masonry work.
Fabricate anchorage devices capable of withstanding loads imposed by railings.
Coordinate anchorage devices with supporting structure.
O. Toe Boards: Provide toe boards at railings around openings and at edge of open-sided
floors, roofs and platforms.
2.7

STEEL AND IRON FINISHES


A. Galvanized Railings:
1. Hot-dip galvanize exterior steel railings, including hardware, after fabrication.
2. Comply with ASTM A 123/A 123M for hot-dip galvanized railings.
3. Comply with ASTM A 153/A 153M for hot-dip galvanized hardware.
4. Fill vent and drain holes that are exposed in the finished Work, unless indicated to
remain as weep holes, by plugging with zinc solder and filing off smooth.
B. For galvanized railings, provide hot-dip galvanized fittings, brackets, fasteners,
sleeves, and other ferrous components.
C. Preparing Galvanized Railings for Shop Priming: After galvanizing, thoroughly
clean railings of grease, dirt, oil, flux, and other foreign matter, and treat with
etching cleaner.

PART 3 - EXECUTION
3.1

INSTALLATION, GENERAL
A. Fit exposed connections together to form tight, hairline joints.

PIPE AND TUBE RAILINGS


318

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


7 of 8

B. Perform cutting, drilling, and fitting required for installing railings. Set railings
accurately in location, alignment, and elevation; measured from established lines and
levels and free of rack.
1. Do not weld, cut, or abrade surfaces of railing components that are coated or finished
after fabrication and that are intended for field connection by mechanical or other
means without further cutting or fitting.
2. Set posts plumb within a tolerance of 1/16 inch in 3 feet.
3. Align rails so variations from level for horizontal members and variations from
parallel with rake of steps and ramps for sloping members do not exceed 1/4 inch in
12 feet.
C. Adjust railings before anchoring to ensure matching alignment at abutting joints.
D. Fastening to In-Place Construction: Use anchorage devices and fasteners where
necessary for securing railings and for properly transferring loads to in-place
construction.
3.2

ADJUSTING AND CLEANING


A. Galvanized Surfaces: Clean field welds, bolted connections, and abraded areas, and
repair galvanizing to comply with ASTM A 780/A 780M.

3.3

PROTECTION
A. Protect finishes of railings from damage during construction period with temporary
protective coverings approved by railing manufacturer. Remove protective coverings
at time of Substantial Completion.

PART 4 - MEASUREMENTS AND PAYMENT


4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective
item as described herein and shown below. This price shall be full compensation for
all work contained in the bid item as described herein and required by the related
Special Provisions.

PIPE AND TUBE RAILINGS


319

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


8 of 8

B. Payment will be made under:


Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to
complete the Work in every respect, including furnishing all materials, installation,
testing, placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional
requirements.
END OF SPECIAL PROVISION 055213

PIPE AND TUBE RAILINGS


320

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 8

CATEGORY 800
BUILDINGS
SECTION 061000 - ROUGH CARPENTRY
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions, Special
Provisions, General Provisions, and Terms and Conditions, apply to this Section.

1.2

SUMMARY
A. This Special Provision Section includes the following:
1. Wood blocking, cants, and nailers.
2. Wood furring.
3. Utility shelving.
4. Plywood backing panels.

1.3

DEFINITIONS
A. Exposed Framing: Framing not concealed by other construction.
B. Dimension Lumber: Lumber of 2 inches nominal or greater but less than 5 inches
nominal in least dimension.
C. Lumber grading agencies, and the abbreviations used to reference them, include the
following:
1. NeLMA: Northeastern Lumber Manufacturers' Association.
2. NLGA: National Lumber Grades Authority.
3. SPIB: The Southern Pine Inspection Bureau.

ROUGH CARPENTRY
321

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

1.4

Contract No. BB-2829-000-006


2 of 8

SUBMITTALS
A. Product Data: For each type of process and factory-fabricated product, indicate
component materials and dimensions and include construction and application details.
1. Include data for wood-preservative treatment from chemical treatment manufacturer
and certification by treating plant that treated materials comply with requirements.
Indicate type of preservative used and net amount of preservative retained.
2. Include data for fire-retardant treatment from chemical treatment manufacturer and
certification by treating plant that treated materials comply with requirements.
Include physical properties of treated materials based on testing by a qualified
independent testing agency.
3. For fire-retardant treatments specified to be High-Temperature (HT) type, include
physical properties of treated lumber both before and after exposure to elevated
temperatures, based on testing by a qualified independent testing agency according
to ASTM D 5664.
4. For products receiving a waterborne treatment, include statement that moisture
content of treated materials was reduced to levels specified before shipment to
Project site.
5. Include copies of warranties from chemical treatment manufacturers for each type of
treatment.
B. Material Certificates: For dimension lumber specified to comply with minimum
allowable unit stresses. Indicate species and grade selected for each use and design
values approved by the ALSC Board of Review.

1.5

QUALITY ASSURANCE
A. Source Limitations for Engineered Wood Products: Obtain each type of engineered
wood product through one source from a single manufacturer.

1.6

DELIVERY, STORAGE, AND HANDLING


A. Stack lumber flat with spacers between each bundle to provide air circulation. Provide
for air circulation around stacks and under coverings.

ROUGH CARPENTRY
322

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


3 of 8

PART 2 - PRODUCTS
2.1

WOOD PRODUCTS, GENERAL


A. Lumber: DOC PS 20 and applicable rules of grading agencies indicated. If no grading
agency is indicated, provide lumber that complies with the applicable rules of any ruleswriting agency certified by the ALSC Board of Review. Provide lumber graded by an
agency certified by the ALSC Board of Review to inspect and grade lumber under the
rules indicated.
1. Factory mark each piece of lumber with grade stamp of grading agency.
2. Where nominal sizes are indicated, provide actual sizes required by DOC PS 20 for
moisture content specified. Where actual sizes are indicated, they are minimum
dressed sizes for dry lumber.
3. Provide dressed lumber, S4S, unless otherwise indicated.

2.2

WOOD-PRESERVATIVE-TREATED LUMBER
A. Preservative Treatment by Pressure Process: AWPA C2, except that lumber that is not
in contact with the ground and is continuously protected from liquid water may be
treated according to AWPA C31 with inorganic boron (SBX).
1. Preservative Chemicals: Acceptable to authorities having jurisdiction and containing
no arsenic or chromium.
2. For exposed items indicated to receive a stained or natural finish, use chemical
formulations that do not require incising, contain colorants, bleed through, or
otherwise adversely affect finishes.
B. Kiln-dry lumber after treatment to a maximum moisture content of 19 percent. Do not
use material that is warped or does not comply with requirements for untreated material.
C. Application: Treat all rough carpentry, unless otherwise indicated..
1. Wood cants, nailers, curbs, equipment support bases, blocking, stripping, and similar
members in connection with roofing, flashing, vapor barriers, and waterproofing.
2. Wood sills, sleepers, blocking, and similar concealed members in contact with
masonry or concrete.

ROUGH CARPENTRY
323

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

2.3

Contract No. BB-2829-000-006


4 of 8

FIRE-RETARDANT-TREATED MATERIALS
A. General: Comply with performance requirements in AWPA C20 (lumber) and
AWPA C27 (plywood).
1. Use Exterior type for exterior locations and where indicated.
2. Use Interior Type A, High Temperature (HT) for enclosed roof framing, framing in
spaces, where indicated.
3. Use Interior Type A, unless otherwise indicated.
B. Identify fire-retardant-treated wood with appropriate classification marking of testing
and inspecting agency acceptable to authorities having jurisdiction.

2.4

DIMENSION LUMBER FRAMING


A. Maximum Moisture Content: 15 percent for 2-inch nominal thickness or less.
1. Spruce-pine-fir; NLGA.
2. Douglas fir-larch (north); NLGA.

2.5

MISCELLANEOUS LUMBER
A. General: Provide miscellaneous lumber indicated and lumber for support or attachment
of other construction, including the following:
1. Blocking.
2. Nailers.
3. Cants.
4. Furring.
5. Utility shelving.
B. For items of dimension lumber size, provide Standard, Stud, or No. 3 grade lumber with
percent maximum moisture content of any species.

ROUGH CARPENTRY
324

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


5 of 8

C. For blocking and nailers used for attachment of other construction, select and cut lumber
to eliminate knots and other defects that will interfere with attachment of other work.
D. For furring strips for installing plywood or hardboard paneling, select boards with no
knots capable of producing bent-over nails and damage to paneling.
2.6

PLYWOOD BACKING PANELS


A. Telephone and Electrical Equipment Backing Panels: DOC PS 1, Exposure 1, C-D
Plugged in thickness indicated or, if not indicated, not less than 1/2-inch nominal
thickness.

2.7

FASTENERS
A. General: Provide fasteners of size and type indicated that comply with requirements
specified in this Article for material and manufacture.
1. Where rough carpentry is exposed to weather, in ground contact, pressurepreservative treated, or in area of high relative humidity, provide fasteners with hotdip zinc coating complying with ASTM A 153.
B. Nails, Brads, and Staples: ASTM F 1667.
C. Power-Driven Fasteners: NES NER-272.
D. Wood Screws: ASME B18.6.1.
E. Lag Bolts: ASME B18.2.1.
F. Bolts: Steel bolts complying with ASTM A 307, Grade A; with ASTM A 563 hex nuts
and, where indicated, flat washers.
G. Expansion Anchors: Anchor bolt and sleeve assembly of material indicated below with
capability to sustain, without failure, a load equal to 6 times the load imposed when
installed in unit masonry assemblies and equal to 4 times the load imposed when
installed in concrete as determined by testing per ASTM E 488 conducted by a qualified
independent testing and inspecting agency.
1. Material: Carbon-steel components, zinc plated to comply with ASTM B 633,
Class Fe/Zn 5.
2. Material: Stainless steel with bolts and nuts complying with ASTM F 593 and
ASTM F 594, Alloy Group 1 or 2.

ROUGH CARPENTRY
325

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

2.8

Contract No. BB-2829-000-006


6 of 8

MISCELLANEOUS MATERIALS
A. Sill-Sealer Gaskets: Glass-fiber-resilient insulation, fabricated in strip form, for use as a
sill sealer; 1-inchnominal thickness, compressible to 1/32 inch; selected from
manufacturer's standard widths to suit width of sill members indicated.
B. Sill-Sealer Gaskets: Closed-cell neoprene foam, 1/4 inch thick, selected from
manufacturer's standard widths to suit width of sill members indicated.
C. Water-Repellent Preservative: NWWDA-tested and -accepted formulation containing 3iodo-2-propynyl butyl carbamate, combined with an insecticide containing chloropyrifos
as its active ingredient.

PART 3 - EXECUTION
3.1

INSTALLATION, GENERAL
A. Set rough carpentry to required levels and lines, with members plumb, true to line, cut,
and fitted. Fit rough carpentry to other construction; scribe and cope as needed for
accurate fit. Locate, nailers, blocking, and similar supports to comply with requirements
for attaching other construction.
B. Framing Standard: Comply with AF&PA's "Details for Conventional Wood Frame
Construction," unless otherwise indicated.
C. Metal Framing Anchors: Install metal framing to comply with manufacturer's written
instructions.
D. Do not splice structural members between supports, unless otherwise indicated. Provide
blocking and framing as indicated and as required to support facing materials, fixtures,
specialty items, and trim.
1. Provide metal clips for fastening gypsum board or lath at corners and intersections
where framing or blocking does not provide a surface for fastening edges of panels.
Space clips not more than 16 inches o.c.
E. Sort and select lumber so that natural characteristics will not interfere with installation or
with fastening other materials to lumber. Do not use materials with defects that interfere
with function of member or pieces that are too small to use with minimum number of
joints or optimum joint arrangement.

ROUGH CARPENTRY
326

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


7 of 8

F. Comply with AWPA M4 for applying field treatment to cut surfaces of preservativetreated lumber.
1. Use inorganic boron for items that are continuously protected from liquid water.
2. Use copper naphthenate for items not continuously protected from liquid water.
G. Securely attach rough carpentry work to substrate by anchoring and fastening as
indicated, complying with the following:
1. NES NER-272 for power-driven fasteners.
2. Table 2304.9.1, "Fastening Schedule," in ICC's International Building Code.
H. Use common wire nails, unless otherwise indicated. Select fasteners of size that will not
fully penetrate members where opposite side will be exposed to view or will receive
finish materials. Make tight connections between members. Install fasteners without
splitting wood; do not countersink nail heads, unless otherwise indicated.
I. For exposed work, arrange fasteners in straight rows parallel with edges of members,
with fasteners evenly spaced, and with adjacent rows staggered.
1. Comply with approved fastener patterns where applicable
2. Use finishing nails, unless otherwise indicated.
3.2

WOOD FURRING INSTALLATION


A. Install level and plumb with closure strips at edges and openings. Shim with wood as
required for tolerance of finish work.
B. Furring to Receive Plywood or Hardboard Paneling: Install 1-by-3-inch nominal- size
furring horizontally & vertically at 24 inches 600 mm o.c.
C. Furring to Receive Gypsum Board: Install 1-by-2-inch nominal-size furring vertically at
16 inches on center.

3.3

PROTECTION
A. Protect wood that has been treated with inorganic boron (SBX) from weather. If, despite
protection, inorganic boron-treated wood becomes wet, apply EPA-registered borate
treatment. Apply borate solution by spraying to comply with EPA-registered label.

ROUGH CARPENTRY
327

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


8 of 8

B. Protect rough carpentry from weather. If, despite protection, rough carpentry becomes
wet, apply EPA-registered borate treatment. Apply borate solution by spraying to
comply with EPA-registered label.
PART 4 - MEASUREMENTS AND PAYMENT
4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective item
as described herein and shown below. This price shall be full compensation for all work
contained in the bid item as described herein and required by the related Special
Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to complete
the Work in every respect, including furnishing all materials, installation, testing,
placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional requirements.
END OF SPECIAL PROVISION 061000

ROUGH CARPENTRY
328

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 8

CATEGORY 800
BUILDINGS
SECTION 077200 - ROOF ACCESSORIES
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions,
Special Provisions, General Provisions, and Terms and Conditions, apply to this
Section.

1.2

SUMMARY
A. This Special Provision Section includes the following:
1. Roof curbs.
2. Sheet metal curb caps.
3. Preformed flashings.
B. Related Special Provision Sections include the following:
1. Special Provision Section 061000 "Rough Carpentry" for roof sheathing, wood
cants, and wood nailers.

1.3

SUBMITTALS
A. Product Data: For each type of roof accessory indicated. Include construction
details, material descriptions, dimensions of individual components and profiles, and
finishes.
B. Shop Drawings: Show fabrication and installation details for roof accessories. Show
layouts of roof accessories including plans and elevations. Indicate dimensions,
weights, loadings, required clearances, method of field assembly, and components.
Include plans, elevations, sections, details, and attachments to other work.
C. Coordination Drawings: Roof plans, drawn to scale, and coordinating penetrations
and roof-mounted items. Show the following:
1. Size and location of roof accessories specified in this Special Provision Section.

ROOF ACCESSORIES
329

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


2 of 8

2. Method of attaching roof accessories to roof or building structure.


3. Other roof-mounted items including mechanical and electrical equipment,
ductwork, piping, and conduit.
D. Samples: For each type of exposed factory-applied finish required and for each type
of roof accessory indicated, prepared on Samples of size to adequately show color.
E. Warranty: Special warranty specified in this Special Provision Section.
1.4

QUALITY ASSURANCE
A. Sheet Metal Standard: Comply with SMACNA's "Architectural Sheet Metal Manual"
details for fabrication of units, including flanges and cap flashing to coordinate with
type of roofing indicated.

1.5

DELIVERY, STORAGE, AND HANDLING


A. Pack, handle, and ship roof accessories properly labeled in heavy-duty packaging to
prevent damage.

1.6

PROJECT CONDITIONS
A. Field Measurements: Verify required openings for each type of roof accessory by
field measurements before fabrication and indicate measurements on Shop Drawings.

1.7

COORDINATION
A. Coordinate layout and installation of roof accessories with roofing membrane and
base flashing and interfacing and adjoining construction to provide a leakproof,
weathertight, secure, and noncorrosive installation.
1. With Architect's approval, adjust location of roof accessories that would interrupt
roof drainage routes.

1.8

WARRANTY
A. Special Warranty on Painted Finishes: Manufacturer's standard form in which
manufacturer agrees to repair finish or replace roof accessories that show evidence of
deterioration of factory-applied finishes within specified warranty period.
1. Fluoropolymer Finish: Deterioration includes, but is not limited to, the following:

ROOF ACCESSORIES
330

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


3 of 8

a. Color fading more than 5 Hunter units when tested according to


ASTM D 2244.
b. Chalking in excess of a No. 8 rating when tested according to ASTM D 4214.
c. Cracking, checking, peeling, or failure of paint to adhere to bare metal.
d. Finish Warranty Period: 20 years from date of Substantial Completion.
PART 2 - PRODUCTS
2.1

MANUFACTURERS
A. Available Manufacturers: Subject to compliance with requirements, manufacturers
offering products that may be incorporated into the Work include, but are not limited
to, manufacturers listed in other Part 2 articles.

2.2

METAL MATERIALS
A. Zinc-Coated (Galvanized) Steel Sheet: ASTM A 653/A 653M, G60 coating
designation and mill phosphatized for field painting.
B. Aluminum-Zinc Alloy-Coated Steel Sheet: ASTM A 792/A 792M, AZ50 coated.
C. Prepainted, Metallic-Coated Steel Sheet: Steel sheet metallic coated by hot-dip
process and prepainted by coil-coating process to comply with
ASTM A 755/A 755M.
1. Galvanized Steel Sheet: ASTM A 653/A 653M, G90 coated.
2. Aluminum-Zinc Alloy-Coated Steel Sheet: ASTM A 792/A 792M, Class AZ50
coated.
3. Exposed Finishes: High-Performance Organic Finish (2-Coat Fluoropolymer):
Prepare, pretreat, and apply coating to exposed metal surfaces to comply with
coating and resin manufacturer's written instructions.
a. Fluoropolymer 2-Coat System: Manufacturer's standard 2-coat, thermocured
system consisting of specially formulated inhibitive primer and fluoropolymer
color topcoat containing not less than 70 percent polyvinylidene fluoride resin
by weight; complying with physical properties and coating performance
requirements in AAMA 2605, except as modified below:
1)
Humidity Resistance: 2000 hours.
2)
Salt-Spray Resistance: 2000 hours.

ROOF ACCESSORIES
331

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


4 of 8

D. Aluminum Sheet: ASTM B 209, alloy and temper recommended by manufacturer for
type of use and mill finish.
1. Factory-Prime Coating: Where painting after installation is indicated, provide
pretreatment and white or light-colored, factory-applied, baked-on epoxy primer
coat; with a minimum dry film thickness of 0.2 mil.
2. High-Performance Organic Finish (2-Coat Fluoropolymer): AA-C12C40R1x
(Chemical Finish:
Cleaned with inhibited chemicals; Chemical Finish:
Conversion coating; Organic Coating:
Manufacturer's standard 2-coat,
thermocured system consisting of specially formulated inhibitive primer and
fluoropolymer color topcoat containing not less than 70 percent polyvinylidene
fluoride resin by weight). Prepare, pretreat, and apply coating to exposed metal
surfaces to comply with AAMA 2605 and with coating and resin manufacturer's
written instructions.
a. Color and Gloss As selected by Architect from manufacturer's full range.
E. Aluminum Extrusions and Tubes: ASTM B 221, alloy and temper recommended by
manufacturer for type of use, mill finished.
F. Stainless-Steel Shapes or Sheet: ASTM A 240/A 240M or ASTM A 666, Type 304
or Type 316, No. 2D finish.
G. Steel Shapes:
ASTM A 36/A 36M, hot-dip
ASTM A 123/A 123M, unless otherwise indicated.

galvanized

to

comply

with

H. Steel Tube: ASTM A 500, round tube, baked-enamel finished.


I. Galvanized Steel Tube: ASTM A 500, round tube, hot-dip galvanized to comply with
ASTM A 123/A 123M.
J. Galvanized Steel Pipe: ASTM A 53/A 53M.
2.3

MISCELLANEOUS MATERIALS
A. Cellulosic-Fiber Board Insulation: ASTM C 208, Type II, Grade 1, 1 inch thick.
B. Glass-Fiber Board Insulation: ASTM C 726, 1 inch thick.
C. Polyisocyanurate Board Insulation: ASTM C 1289, 1 inch thick.
D. Wood Nailers: Softwood lumber, pressure treated with waterborne preservatives for
aboveground use, complying with AWPA C2; not less than 1-1/2 inches thick.

ROOF ACCESSORIES
332

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


5 of 8

E. Bituminous Coating: Cold-applied asphalt mastic, SSPC-Paint 12, compounded for


15-mil dry film thickness per coat. Provide inert-type noncorrosive compound free of
asbestos fibers, sulfur components, and other deleterious impurities.
F. Polyethylene Sheet: 6-mil thick, polyethylene sheet complying with ASTM D 4397.
G. Felt: ASTM D 226, Type II (No. 30), asphalt-saturated organic felt, nonperforated.
1. Slip Sheet: Rosin-sized paper, minimum 3 lb./100 sq. ft..
H. Fasteners: Same metal as metals being fastened, or nonmagnetic stainless steel or
other noncorrosive metal as recommended by roof accessory manufacturer. Match
finish of exposed fasteners with finish of material being fastened. Provide
nonremovable fastener heads to exterior exposed fasteners.
I. Gaskets: Manufacturer's standard tubular or fingered design of neoprene, EPDM, or
PVC; or flat design of foam rubber, sponge neoprene, or cork.
J. Elastomeric Sealant: ASTM C 920, polyurethane, and silicone sealant; of type,
grade, class, and use classifications required to seal joints in sheet metal flashing and
trim and remain watertight.
K. Butyl Sealant: ASTM C 1311, single-component, solvent-release butyl rubber
sealant, polyisobutylene plasticized, and heavy bodied for hooked-type expansion
joints with limited movement.
L. Roofing Cement: ASTM D 4586, nonasbestos, fibrated asphalt cement designed for
trowel application or other adhesive compatible with roofing system.
2.4

ROOF CURBS
A. Roof Curbs:
Internally reinforced roof-curb units capable of supporting
superimposed live and dead loads, including equipment loads and other construction
indicated on Drawings; with welded or mechanically fastened and sealed corner
joints, integral metal cant, and integrally formed deck-mounting flange at perimeter
bottom.
1. 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:
a. Greenheck Fan Corporation.
b. Milcor Inc.; Commercial Products Group of Hart & Cooley, Inc.
c. Pate Company (The).
d. Thybar Corporation.

ROOF ACCESSORIES
333

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


6 of 8

B. Size: Coordinate dimensions with roughing-in information or Shop Drawings of


equipment to be supported.
C. Loads: As required to support equipment and any loads applied to equipment.
D. Material: Zinc-coated (galvanized) or Aluminum-zinc alloy-coated steel sheet, 0.079
inch thick.
1. Finish: Two-coat fluoropolymer.
2. Color: Match selected roofing color.
2.5

SHEET METAL CURB CAP


A. Weathertight galvanized sheet metal closure sealed and fastened to existing curb, per
S.M.A.C.N.A Standards.

2.6

PREFORMED FLASHING SLEEVES


A. Vent Stack Flashing: Metal flashing sleeve, with integral deck flange, uninsulated,
and as follows:
1. Available Manufacturers:
a. Thaler Metal Industries Ltd.
2. Metal: Aluminum sheet, 0.064 inch thick, mill finished Height: 7 inches.

PART 3 - EXECUTION
3.1

EXAMINATION
A. Examine substrates, areas, and conditions, with Installer present, to verify actual
locations, dimensions, and other conditions affecting performance of work.
1. Verify that substrate is sound, dry, smooth, and clean, sloped for drainage, and
securely anchored and is ready to receive roof accessories.
2. Verify dimensions of roof openings for roof accessories.
3. Proceed with installation only after unsatisfactory conditions have been corrected.

ROOF ACCESSORIES
334

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

3.2

Contract No. BB-2829-000-006


7 of 8

INSTALLATION
A. General: Install roof accessories according to manufacturer's written instructions.
Anchor roof accessories securely in place and capable of resisting forces specified.
Use fasteners, separators, sealants, and other miscellaneous items as required for
completing roof accessory installation. Install roof accessories to resist exposure to
weather without failing, rattling, leaking, and fastener disengagement.
1. Install cupolas in accordance with manufacturers instructions.
B. Install roof accessories to fit substrates and to result in watertight performance.
C. Metal Protection: Where dissimilar metals will contact each other or corrosive
substrates, protect against galvanic action by painting contact surfaces with
bituminous coating or by other permanent separation as recommended by
manufacturer.
1. Coat concealed side of roof accessories with bituminous coating where in contact
with wood, ferrous metal, or cementitious construction.
2. Underlayment: Where installing exposed-to-view components of roof accessories
directly on cementitious or wood substrates, install a course of felt underlayment
and cover with a slip sheet, or install a course of polyethylene underlayment.
3. Bed flanges in thick coat of asphalt roofing cement where required by roof
accessory manufacturers for waterproof performance.
D. Install roof accessories level, plumb, true to line and elevation, and without warping,
jogs in alignment, excessive oil canning, buckling, or tool mark

3.3

TOUCH UP
A. Touch up factory-primed surfaces with compatible primer ready for field painting in
accordance with painting Special Provision Sections.
B. Galvanized Surfaces: Clean field welds, bolted connections, and abraded areas and
repair galvanizing to comply with ASTM A 780.

3.4

CLEANING
A. Clean exposed surfaces according to manufacturer's written instructions.

ROOF ACCESSORIES
335

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


8 of 8

PART 4 - MEASUREMENTS AND PAYMENT


4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective
item as described herein and shown below. This price shall be full compensation for
all work contained in the bid item as described herein and required by the related
Special Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to
complete the Work in every respect, including furnishing all materials, installation,
testing, placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional
requirements.
END OF SPECIAL PROVISION 077200

ROOF ACCESSORIES
336

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 12

CATEGORY 800
BUILDINGS
SECTION 078413 - THROUGH-PENETRATION FIRESTOP SYSTEMS
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions,
Special Provisions, General Provisions, and Terms and Conditions, apply to this
Section.

1.2

SUMMARY
A. Special Provision Section includes:
1. Penetrations in fire-resistance-rated walls.
2. Penetrations in horizontal assemblies.
3. Penetrations in smoke barriers.

1.3

SUBMITTALS
A. Product Data: For each type of product indicated.
B. Product Schedule: For each penetration firestopping system. Include location and
design designation of qualified testing and inspecting agency.
1. Where Project conditions require modification to a qualified testing and
inspecting agency's illustration for a particular penetration firestopping condition,
submit illustration, with modifications marked, approved by penetration
firestopping manufacturer's fire-protection engineer as an engineering judgment
or equivalent fire-resistance-rated assembly.
C. Qualification Data: For qualified Installer.
D. Installer Certificates: From Installer indicating penetration firestopping has been
installed in compliance with requirements and manufacturer's written
recommendations.

THROUGH-PENETRATION FIRESTOP SYSTEMS


337

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

1.4

Contract No. BB-2829-000-006


2 of 12

QUALITY ASSURANCE
A. Installer Qualifications: A firm experienced in installing penetration firestopping
similar in material, design, and extent to that indicated for this Project, whose work
has resulted in construction with a record of successful performance. Qualifications
include having the necessary experience, staff, and training to install manufacturer's
products per specified requirements. Manufacturer's willingness to sell its penetration
firestopping products to Contractor or to Installer engaged by Contractor does not in
itself confer qualification on buyer.
1. Contractor must be a certified installer by manufacturer/supplier of approved
firestop system(s). The Contractor shall provide documentation meeting these
requirements at time of bid as part of the Experience Questionnaire.
2. Documentation/letter from manufacturer/supplier identifying company as a
certified installer must be submitted for the record prior to installation.
3. Copy of employee(s) training records from approved manufacturer/supplier must
be submitted for the record prior to installation.
4. Only trained employees shall install the approved firestop system(s).
5. Technical representative from the manufacturer/supplier must come to the site
when work begins to verify manufacturer installation procedures are being
adhered to.
B. Fire-Test-Response Characteristics: Penetration firestopping shall comply with the
following requirements:
1. Penetration firestopping is identical to those tested per testing standard referenced
in "Through-Penetration Firestop Systems" Article. Provide rated systems
complying with the following requirements:
a. Classification markings on penetration firestopping correspond to
designations listed by the following:
1)
UL in its "Fire Resistance Directory."
C. Preinstallation Conference: Conduct conference at Project site.

1.5

PROJECT CONDITIONS
A. Environmental Limitations: Do not install penetration firestopping when ambient or
substrate temperatures are outside limits permitted by penetration firestopping

THROUGH-PENETRATION FIRESTOP SYSTEMS


338

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS
Contract No. BB-2829-000-006
manufacturers or when substrates are wet because of rain, frost, condensation, or
other causes.

THROUGH-PENETRATION FIRESTOP SYSTEMS


339

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


3 of 12

B. Install and cure penetration firestopping per manufacturer's written instructions using
natural means of ventilations or, where this is inadequate, forced-air circulation.
1.6

COORDINATION
A. Coordinate construction of openings and penetrating items to ensure that penetration
firestopping is installed according to specified requirements.
B. Coordinate sizing of sleeves, openings, core-drilled holes, or cut openings to
accommodate penetration firestopping.
C. Notify Owner's testing agency at least seven days in advance of penetration
firestopping installations; confirm dates and times on day preceding each series of
installations.

PART 2 - PRODUCTS
2.1

MANUFACTURERS
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. A/D Fire Protection Systems Inc.
2. Grace Construction Products.
3. Hilti, Inc.
4. Johns Manville.
5. Nelson Firestop Products.
6. RectorSeal Corporation.
7. Specified Technologies Inc.
8. 3M Fire Protection Products.
9. Tremco, Inc.; Tremco Fire Protection Systems Group.
10. USG Corporation.

THROUGH-PENETRATION FIRESTOP SYSTEMS


340

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

2.2

Contract No. BB-2829-000-006


4 of 12

PENETRATION FIRESTOPPING
A. Provide penetration firestopping that is produced and installed to resist spread of fire
according to requirements indicated, resist passage of smoke and other gases, and
maintain original fire-resistance rating of construction penetrated. Penetration
firestopping systems shall be compatible with one another, with the substrates
forming openings, and with penetrating items if any.
B. Penetrations in Fire-Resistance-Rated Walls: Provide penetration firestopping with
ratings determined per ASTM E 814 or UL 1479, based on testing at a positive
pressure differential of 0.01-inch wg.
1. Fire-resistance-rated walls include fire walls, fire-barrier walls, smoke-barrier
walls, and fire partitions.
2. F-Rating: Not less than the fire-resistance rating of constructions penetrated.
C. Penetrations in Horizontal Assemblies: Provide penetration firestopping with ratings
determined per ASTM E 814 or UL 1479, based on testing at a positive pressure
differential of 0.01-inch wg.
1. Horizontal assemblies include floor/ceiling assemblies and ceiling membranes of
roof/ceiling assemblies.
2. F-Rating: At least 1 hour, but not less than the fire-resistance rating of
constructions penetrated.
3. T-Rating: At least 1 hour, but not less than the fire-resistance rating of
constructions penetrated except for floor penetrations within the cavity of a wall.
D. Penetrations in Smoke Barriers:
determined per UL 1479.

Provide penetration firestopping with ratings

1. L-Rating: Not exceeding 5.0 cfm/sq. ft. of penetration opening at 0.30-inch wg.
at both ambient and elevated temperatures.
E. W-Rating: Provide penetration firestopping showing no evidence of water leakage
when tested according to UL 1479.
F. Exposed Penetration Firestopping: Provide products with flame-spread and smokedeveloped indexes of less than 25 and 450, respectively, as determined per
ASTM E 84.

THROUGH-PENETRATION FIRESTOP SYSTEMS


341

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


5 of 12

G. VOC Content: Provide penetration firestopping that complies with the following
limits for VOC content when calculated according to 40 CFR 59, Subpart D (EPA
Method 24):
1. Architectural Sealants: 250 g/L.
2. Sealant Primers for Nonporous Substrates: 250 g/L.
3. Sealant Primers for Porous Substrates: 775 g/L.
H. Accessories: Provide components for each penetration firestopping system that are
needed to install fill materials and to maintain ratings required. Use only those
components specified by penetration firestopping manufacturer and approved by
qualified testing and inspecting agency for firestopping indicated.
1. Permanent forming/damming/backing materials, including the following:
a. Slag-wool-fiber or rock-wool-fiber insulation.
b. Sealants used in combination with other forming/damming/backing materials
to prevent leakage of fill materials in liquid state.
c. Fire-rated form board.
d. Fillers for sealants.
2. Temporary forming materials.
3. Substrate primers.
4. Collars.
5. Steel sleeves.
2.3

FILL MATERIALS
A. Cast-in-Place Firestop Devices: Factory-assembled devices for use in cast-in-place
concrete floors and consisting of an outer metallic sleeve lined with an intumescent
strip, a radial extended flange attached to one end of the sleeve for fastening to
concrete formwork, and a neoprene gasket.
B. Latex Sealants: Single-component latex formulations that do not re-emulsify after
cure during exposure to moisture.
C. Firestop Devices: Factory-assembled collars formed from galvanized steel and lined
with intumescent material sized to fit specific diameter of penetrant.
D. Intumescent Composite Sheets: Rigid panels consisting of aluminum-foil-faced
elastomeric sheet bonded to galvanized-steel sheet.

THROUGH-PENETRATION FIRESTOP SYSTEMS


342

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


6 of 12

E. Intumescent Putties: Nonhardening dielectric, water-resistant putties containing no


solvents, inorganic fibers, or silicone compounds.
F. Intumescent Wrap Strips: Single-component intumescent elastomeric sheets with
aluminum foil on one side.
G. Mortars: Prepackaged dry mixes consisting of a blend of inorganic binders, hydraulic
cement, fillers, and lightweight aggregate formulated for mixing with water at Project
site to form a nonshrinking, homogeneous mortar.
H. Pillows/Bags: Reusable heat-expanding pillows/bags consisting of glass-fiber cloth
cases filled with a combination of mineral-fiber, water-insoluble expansion agents,
and fire-retardant additives. Where exposed, cover openings with steel-reinforcing
wire mesh to protect pillows/bags from being easily removed.
I. Silicone Foams: Multicomponent, silicone-based liquid elastomers that, when mixed,
expand and cure in place to produce a flexible, nonshrinking foam.
J. Silicone Sealants: Single-component, silicone-based, neutral-curing elastomeric
sealants of grade indicated below:
1. Grade: Pourable (self-leveling) formulation for openings in floors and other
horizontal surfaces, and nonsag formulation for openings in vertical and sloped
surfaces, unless indicated firestopping limits use of nonsag grade for both opening
conditions.
2.4

MIXING
A. For those products requiring mixing before application, comply with penetration
firestopping manufacturer's written instructions for accurate proportioning of
materials, water (if required), type of mixing equipment, selection of mixer speeds,
mixing containers, mixing time, and other items or procedures needed to produce
products of uniform quality with optimum performance characteristics for application
indicated.

PART 3 - EXECUTION
3.1

EXAMINATION
A. Examine substrates and conditions, with Installer present, for compliance with
requirements for opening configurations, penetrating items, substrates, and other
conditions affecting performance of the Work.

THROUGH-PENETRATION FIRESTOP SYSTEMS


343

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


7 of 12

B. Proceed with installation only after unsatisfactory conditions have been corrected.
3.2

PREPARATION
A. Surface Cleaning: Clean out openings immediately before installing penetration
firestopping to comply with manufacturer's written instructions and with the
following requirements:
1. Remove from surfaces of opening substrates and from penetrating items foreign
materials that could interfere with adhesion of penetration firestopping.
2. Clean opening substrates and penetrating items to produce clean, sound surfaces
capable of developing optimum bond with penetration firestopping. Remove
loose particles remaining from cleaning operation.
3. Remove laitance and form-release agents from concrete.
B. Priming: Prime substrates where recommended in writing by manufacturer using that
manufacturer's recommended products and methods. Confine primers to areas of
bond; do not allow spillage and migration onto exposed surfaces.
C. Masking Tape: Use masking tape to prevent penetration firestopping from contacting
adjoining surfaces that will remain exposed on completion of the Work and that
would otherwise be permanently stained or damaged by such contact or by cleaning
methods used to remove stains. Remove tape as soon as possible without disturbing
firestopping's seal with substrates.

3.3

INSTALLATION
A. General: Install penetration firestopping to comply with manufacturer's written
installation instructions and published drawings for products and applications
indicated.
B. Install forming materials and other accessories of types required to support fill
materials during their application and in the position needed to produce crosssectional shapes and depths required to achieve fire ratings indicated.
1. After installing fill materials and allowing them to fully cure, remove combustible
forming materials and other accessories not indicated as permanent components
of firestopping.

THROUGH-PENETRATION FIRESTOP SYSTEMS


344

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


8 of 12

C. Install fill materials for firestopping by proven techniques to produce the following
results:
1. Fill voids and cavities formed by openings, forming materials, accessories, and
penetrating items as required to achieve fire-resistance ratings indicated.
2. Apply materials so they contact and adhere to substrates formed by openings and
penetrating items.
3. For fill materials that will remain exposed after completing the Work, finish to
produce smooth, uniform surfaces that are flush with adjoining finishes.
3.4

IDENTIFICATION
A. Identify penetration firestopping with preprinted metal or plastic labels. Attach labels
permanently to surfaces adjacent to and within 6 inches of firestopping edge so labels
will be visible to anyone seeking to remove penetrating items or firestopping. Use
mechanical fasteners or self-adhering-type labels with adhesives capable of
permanently bonding labels to surfaces on which labels are placed. Include the
following information on labels:
1. The words "Warning - Penetration Firestopping - Do Not Disturb.
Building Management of Any Damage."

Notify

2. Contractor's name, address, and phone number.


3. Designation of applicable testing and inspecting agency.
4. Date of installation.
5. Manufacturer's name.
6. Installer's name.
3.5

CLEANING AND PROTECTION


A. Clean off excess fill materials adjacent to openings as the Work progresses by
methods and with cleaning materials that are approved in writing by penetration
firestopping manufacturers and that do not damage materials in which openings
occur.
B. Provide final protection and maintain conditions during and after installation that
ensure that penetration firestopping is without damage or deterioration at time of

THROUGH-PENETRATION FIRESTOP SYSTEMS


345

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


9 of 12

C. Substantial Completion. If, despite such protection, damage or deterioration occurs,


immediately cut out and remove damaged or deteriorated penetration firestopping and
install new materials to produce systems complying with specified requirements.
3.6

PENETRATION FIRESTOPPING SCHEDULE


A. Where UL-classified systems are indicated, they refer to system numbers in UL's
"Fire Resistance Directory" under product Category XHEZ.
B. Firestopping with No Penetrating Items:
1. UL-Classified Systems: C-AJ, W-J, W-K, and W-L 0001-0999.
2. F-Rating: Not less that the assembly being penetrated.
3. T-Rating: Not less that the assembly being penetrated.
4. Type of Fill Materials: As required to achieve rating.
C. Firestopping for Metallic Pipes, Conduit, or Tubing:
1. UL-Classified Systems: C-AJ, W-J, W-K, and W-L 1001-1999.
2. F-Rating: Not less that the assembly being penetrated.
D. Firestopping for Cable Trays with Electric Cables:
1. UL-Classified Systems: C-AJ, W-J, W-K, and W-L 4001-4999.
2. F-Rating: Not less that the assembly being penetrated.
3. T-Rating: Not less that the assembly being penetrated.
4. Type of Fill Materials: As required to achieve rating.
E. Firestopping for Insulated Pipes:
1. UL-Classified Systems: C-AJ, W-J, W-K, and W-L 5001-5999.
2. F-Rating: Not less that the assembly being penetrated.
3. T-Rating: Not less that the assembly being penetrated.
4. Type of Fill Materials: As required to achieve rating.

THROUGH-PENETRATION FIRESTOP SYSTEMS


346

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


10 of 12

F. Firestopping for Miscellaneous Electrical Penetrants:


1. UL-Classified Systems: C-AJ, W-J, W-K, and W-L 6001-6999.
2. F-Rating: Not less that the assembly being penetrated.
3. T-Rating: Not less that the assembly being penetrated.
4. Type of Fill Materials: As required to achieve rating.
G. Firestopping for Miscellaneous Mechanical Penetrants:
1. UL-Classified Systems: C-AJ, W-J, W-K, and W-L 7001-7999.
2. F-Rating: Not less that the assembly being penetrated.
3. T-Rating: Not less that the assembly being penetrated.
4. Type of Fill Materials: As required to achieve rating.
H. Firestopping for Groupings of Penetrants:
1. UL-Classified Systems: C-AJ, W-J, W-K, and W-L 8001-8999.
2. F-Rating: Not less that the assembly being penetrated.
3. T-Rating: Not less that the assembly being penetrated.
4. Type of Fill Materials: As required to achieve rating.
PART 4 - MEASUREMENTS AND PAYMENT
4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective
item as described herein and shown below. This price shall be full compensation for
all work contained in the bid item as described herein and required by the related
Special Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum

THROUGH-PENETRATION FIRESTOP SYSTEMS


347

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


11 of 12

Item 8002 Bay Bridge Police Buildinglump sum


Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to
complete the Work in every respect, including furnishing all materials, installation,
testing, placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional
requirements.
END OF SPECIAL PROVISION 078413

THROUGH-PENETRATION FIRESTOP SYSTEMS


348

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 11
CATEGORY 800
BUILDINGS
SECTION 079200 - JOINT SEALANTS

PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions,
Special Provisions, General Provisions, and Terms and Conditions, apply to this
Section.

1.2

SUMMARY
A. This Special Provision Section includes joint sealants for following applications,
including those specified by reference to this Section:
1. Exterior joints in the following vertical surfaces and horizontal nontraffic
surfaces:
a. Control and expansion joints in unit masonry.
b. Joints between metal panels.
c. Joints between different materials listed above.
d. Perimeter joints between materials listed above and frames of doors windows
and louvers.
e. Other joints as indicated.
2. Interior joints in the following vertical surfaces and horizontal nontraffic surfaces:
a. Control and expansion joints on exposed interior surfaces of exterior walls.
b. Perimeter joints of exterior openings where indicated.
c. Tile control and expansion joints.
d. Vertical joints on exposed surfaces of interior unit masonry and partitions.
e. Perimeter joints between interior wall surfaces and frames of interior doors
windows and elevator entrances.
f. Joints between plumbing fixtures and adjoining walls, floors, and counters.
g. Other joints as indicated.

JOINT SEALANTS
349

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


2 of 11

B. Related Special Provision Sections include the following:


1. Special Provision 092900 "Gypsum Board" for sealing perimeter joints of gypsum
board partitions to reduce sound transmission.
1.3

PERFORMANCE REQUIREMENTS
A. Provide elastomeric joint sealants that establish and maintain watertight and airtight
continuous joint seals without staining or deteriorating joint substrates.
B. Provide joint sealants for interior applications that establish and maintain airtight and
water-resistant continuous joint seals without staining or deteriorating joint substrates.

1.4

SUBMITTALS
A. Product Data: For each joint-sealant product indicated.
B. Samples for Initial Selection: Manufacturer's color charts consisting of strips of
cured sealants showing the full range of colors available for each product exposed to
view.
C. Samples for Verification: For each type and color of joint sealant required, provide
Samples with joint sealants in 1/2-inch- wide joints formed between two 6-inch- long
strips of material matching the appearance of exposed surfaces adjacent to joint
sealants.
D. Product Certificates: For each type of joint sealant and accessory, signed by product
manufacturer.
E. SWRI Validation Certificate: For each elastomeric sealant specified to be validated
by SWRI's Sealant Validation Program.
F. Qualification Data: For Installer and testing agency.
G. Preconstruction Field Test Reports: Indicate which sealants and joint preparation
methods resulted in optimum adhesion to joint substrates based on preconstruction
testing specified in "Quality Assurance" Article.
H. Compatibility and Adhesion Test Reports: From sealant manufacturer, indicating the
following:
1. Materials forming joint substrates and joint-sealant backings have been tested for
compatibility and adhesion with joint sealants.

JOINT SEALANTS
350

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


3 of 11

2. Interpretation of test results and written recommendations for primers and


substrate preparation needed for adhesion.
I. Field Test Report Log: For each elastomeric sealant application.
J. Product Test Reports: Based on comprehensive testing of product formulations
performed by a qualified testing agency, indicating that sealants comply with
requirements.
K. Warranties: Special warranties specified in this Section.
1.5

QUALITY ASSURANCE
A. Installer Qualifications: Manufacturer's authorized Installer who is approved or
licensed for installation of elastomeric sealants required for this Project.
B. Source Limitations: Obtain each type of joint sealant through one source from a
single manufacturer.
C. Product Testing: Obtain test results for "Product Test Reports" Paragraph in
"Submittals" Article from a qualified testing agency based on testing current sealant
formulations within a 36-month period preceding the Notice to Proceed with the
Work.
1. Testing Agency Qualifications: An independent testing agency qualified
according to ASTM C 1021 to conduct the testing indicated, as documented
according to ASTM E 548.
2. Test elastomeric joint sealants for compliance with requirements specified by
reference to ASTM C 920, and where applicable, to other standard test methods.
3. Test elastomeric joint sealants according to SWRI's Sealant Validation Program
for compliance with requirements specified by reference to ASTM C 920 for
adhesion and cohesion under cyclic movement, adhesion-in-peel, and indentation
hardness.
4. Test other joint sealants for compliance with requirements indicated by
referencing standard specifications and test methods.

1.6

PROJECT CONDITIONS
A. Do not proceed with installation of joint sealants under the following conditions:

JOINT SEALANTS
351

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


4 of 11

1. When ambient and substrate temperature conditions are outside limits permitted
by joint-sealant manufacture or are below 40 deg. F.
2. When joint substrates are wet.
3. Where joint widths are less than those allowed by joint-sealant manufacturer for
applications indicated.
4. Contaminants capable of interfering with adhesion have not yet been removed
from joint substrates.
1.7

WARRANTY
A. Special Installer's Warranty: Installer's standard form in which Installer agrees to
repair or replace elastomeric joint sealants that do not comply with performance and
other requirements specified in this Section within specified warranty period.
1. Warranty Period: Two years from date of Substantial Completion.
B. Special warranties specified in this Article exclude deterioration or failure of
elastomeric joint sealants from the following:
1. Movement of the structure resulting in stresses on the sealant exceeding sealant
manufacturer's written specifications for sealant elongation and compression
caused by structural settlement or errors attributable to design or construction.
2. Disintegration of joint substrates from natural causes exceeding design
specifications.
3. Mechanical damage caused by individuals, tools, or other outside agents.
4. Changes in sealant appearance caused by accumulation of dirt or other
atmospheric contaminants.

PART 2 - PRODUCTS
2.1

MANUFACTURERS
A. Available Products: Subject to compliance with requirements, products that may be
incorporated into the Work include, but are not limited to, products listed in other
Part 2 articles.

JOINT SEALANTS
352

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

2.2

Contract No. BB-2829-000-006


5 of 11

MATERIALS, GENERAL
A. Compatibility: Provide joint sealants, backings, and other related materials that are
compatible with one another and with joint substrates under conditions of service and
application, as demonstrated by sealant manufacturer, based on testing and field
experience.
B. VOC Content of Interior Sealants: Provide sealants and sealant primers for use inside
the weatherproofing system that comply with the following limits for VOC content
when calculated according to 40 CFR 59, Subpart D (EPA Method 24):
1. Architectural Sealants: 250 g/L.
2. Nonmembrane Roof Sealants: 300 g/L.
3. Sealant Primers for Nonporous Substrates: 250 g/L.
4. Sealant Primers for Porous Substrates: 775 g/L.
5. Modified Bituminous Sealant Primers: 500 g/L.
C. Colors of Exposed Joint Sealants: As selected by Architect to coordinate with
adjacent surfaces from manufacturer's full range.

2.3

ELASTOMERIC JOINT SEALANTS


A. Elastomeric Sealants: Comply with ASTM C 920 and other requirements indicated
for each liquid-applied chemically curing sealant specified, including those
referencing ASTM C 920 classifications for type, grade, class, and uses related to
exposure and joint substrates.
B. Stain-Test-Response Characteristics: Where elastomeric sealants are specified to be
nonstaining to porous substrates, provide products that have undergone testing
according to ASTM C 1248 and have not stained porous joint substrates indicated for
Project.
C. Suitability for Immersion in Liquids. Where elastomeric sealants are indicated for
Use I for joints that will be continuously immersed in liquids, provide products that
have undergone testing according to ASTM C 1247 and qualify for the length of
exposure indicated by reference to ASTM C 920 for Class 1 or 2. Liquid used for
testing sealants is deionized water, unless otherwise indicated.

JOINT SEALANTS
353

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


6 of 11

D. Single-Component Nonsag Polysulfide Sealant:


1. Available Products:
a. Pacific Polymers, Inc.; Elastoseal 230 Type I (Gun Grade).
b. Polymeric Systems Inc.; PSI-7000.
2. Type and Grade: S (single component) and NS (nonsag).
3. Class: 25.
4. Use Related to Exposure: NT (nontraffic).
5. Uses Related to Joint Substrates: M, G, A, and, as applicable to joint substrates
indicated, O.
E. Single-Component Nonsag Neutral-Curing Silicone Sealant:
1. Available Products:
a. Dow Corning Corporation; 756 SMS.
2. Type and Grade: S (single-component) and NS (nonsag).
3. Class: 50.
4. Use Related to Exposure: NT (nontraffic).
5. Uses Related to Joint Substrates: M, G, A, and, as applicable to joint substrates
indicated, O.
F. Butyl-Rubber-Based Solvent-Release Joint Sealant: Comply with ASTM C 1085.
1. Available Products:
a. Bostik Findley; Bostik 300.
b. Pecora Corporation; BC-158.
c. Polymeric Systems Inc.; PSI-301
d. Sonneborn, Division of ChemRex Inc.; Sonneborn Multi-Purpose Sealant.
e. Tremco; Tremco Butyl Sealant.
2.4

JOINT-SEALANT BACKING
A. General: Provide sealant backings of material and type that are nonstaining; are
compatible with joint substrates, sealants, primers, and other joint fillers; and are
approved for applications indicated by sealant manufacturer based on field experience
and laboratory testing.

JOINT SEALANTS
354

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


7 of 11

B. Cylindrical Sealant Backings: ASTM C 1330, Type C closed-cell material with a


surface skin, and of size and density to control sealant depth and otherwise contribute
to producing optimum sealant performance:
C. Elastomeric Tubing Sealant Backings: Neoprene, butyl, EPDM, or silicone tubing
complying with ASTM D 1056, nonabsorbent to water and gas, and capable of
remaining resilient at temperatures down to minus 26 deg. F. Provide products with
low compression set and of size and shape to provide a secondary seal, to control
sealant depth, and to otherwise contribute to optimum sealant performance.
D. Bond-Breaker Tape: Polyethylene tape or other plastic tape recommended by sealant
manufacturer for preventing sealant from adhering to rigid, inflexible joint-filler
materials or joint surfaces at back of joint where such adhesion would result in sealant
failure. Provide self-adhesive tape where applicable.
2.5

MISCELLANEOUS MATERIALS
A. Primer: Material recommended by joint-sealant manufacturer where required for
adhesion of sealant to joint substrates indicated, as determined from preconstruction
joint-sealant-substrate tests and field tests.
B. Cleaners for Nonporous Surfaces: Chemical cleaners acceptable to manufacturers of
sealants and sealant backing materials, free of oily residues or other substances
capable of staining or harming joint substrates and adjacent nonporous surfaces in any
way, and formulated to promote optimum adhesion of sealants to joint substrates.
C. Masking Tape: Nonstaining, nonabsorbent material compatible with joint sealants
and surfaces adjacent to joints.

PART 3 - EXECUTION
3.1

EXAMINATION
A. Examine joints indicated to receive joint sealants, with Installer present, for
compliance with requirements for joint configuration, installation tolerances, and
other conditions affecting joint-sealant performance.
B. Proceed with installation only after unsatisfactory conditions have been corrected.

JOINT SEALANTS
355

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

3.2

Contract No. BB-2829-000-006


8 of 11

PREPARATION
A. Surface Cleaning of Joints: Clean out joints immediately before installing joint
sealants to comply with joint-sealant manufacturer's written instructions and the
following requirements:
1. Remove all foreign material from joint substrates that could interfere with
adhesion of joint sealant, including dust, paints (except for permanent, protective
coatings tested and approved for sealant adhesion and compatibility by sealant
manufacturer), old joint sealants, oil, grease, waterproofing, water repellents,
water, surface dirt, and frost.
2. Clean porous joint substrate surfaces by brushing, grinding, blast cleaning,
mechanical abrading, or a combination of these methods to produce a clean,
sound substrate capable of developing optimum bond with joint sealants. Remove
loose particles remaining after cleaning operations above by vacuuming or
blowing out joints with oil-free compressed air. Porous joint substrates include
the following:
a. Concrete.
b. Masonry.
c. Unglazed surfaces of ceramic tile.
3. Remove laitance and form-release agents from concrete.
4. Clean nonporous surfaces with chemical cleaners or other means that do not stain,
harm substrates, or leave residues capable of interfering with adhesion of joint
sealants. Nonporous joint substrates include the following:
a. Metal.
b. Glass.
c. Porcelain enamel.
B. Joint Priming: Prime joint substrates, based on preconstruction joint-sealant-substrate
tests or prior experience. Apply primer to comply with joint-sealant manufacturer's
written instructions. Confine primers to areas of joint-sealant bond; do not allow
spillage or migration onto adjoining surfaces.
C. Masking Tape: Use masking tape where required to prevent contact of sealant with
adjoining surfaces that otherwise would be permanently stained or damaged by such
contact or by cleaning methods required to remove sealant smears. Remove tape
immediately after tooling without disturbing joint seal.

JOINT SEALANTS
356

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

3.3

Contract No. BB-2829-000-006


9 of 11

INSTALLATION OF JOINT SEALANTS


A. General: Comply with joint-sealant manufacturer's written installation instructions
for products and applications indicated, unless more stringent requirements apply.
B. Sealant Installation Standard: Comply with recommendations in ASTM C 1193 for
use of joint sealants as applicable to materials, applications, and conditions indicated.
C. Install sealant backings of type indicated to support sealants during application and at
position required to produce cross-sectional shapes and depths of installed sealants
relative to joint widths that allow optimum sealant movement capability.
1. Do not leave gaps between ends of sealant backings.
2. Do not stretch, twist, puncture, or tear sealant backings.
3. Remove absorbent sealant backings that have become wet before sealant
application and replace them with dry materials.
D. Install bond-breaker tape behind sealants where sealant backings are not used
between sealants and backs of joints.
E. Install sealants using proven techniques that comply with the following and at the
same time backings are installed:
1. Place sealants so they directly contact and fully wet joint substrates.
2. Completely fill recesses in each joint configuration.
3. Produce uniform, cross-sectional shapes and depths relative to joint widths that
allow optimum sealant movement capability.
F. Tooling of Nonsag Sealants: Immediately after sealant application and before
skinning or curing begins, tool sealants according to requirements specified below to
form smooth, uniform beads of configuration indicated; to eliminate air pockets; and
to ensure contact and adhesion of sealant with sides of joint.
1. Remove excess sealant from surfaces adjacent to joints.
2. Use tooling agents that are approved in writing by sealant manufacturer and that
do not discolor sealants or adjacent surfaces.

JOINT SEALANTS
357

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


10 of 11

3. Provide concave joint configuration per Figure 5A in ASTM C 1193, unless


otherwise indicated.
4. Provide flush joint configuration where indicated per Figure 5B in ASTM C 1193.
5. Provide recessed joint configuration of recess depth and at locations indicated per
Figure 5C in ASTM C 1193.
a. Use masking tape to protect surfaces adjacent to recessed tooled joints.
G. Installation of Preformed Tapes:
instructions.
3.4

Install according to manufacturer's written

CLEANING
A. Clean off excess sealant or sealant smears adjacent to joints as the Work progresses
by methods and with cleaning materials approved in writing by manufacturers of joint
sealants and of products in which joints occur.

3.5

PROTECTION
A. Protect joint sealants during and after curing period from contact with contaminating
substances and from damage resulting from construction operations or other causes so
sealants are without deterioration or damage at time of Substantial Completion. If,
despite such protection, damage or deterioration occurs, cut out and remove damaged
or deteriorated joint sealants immediately so installations with repaired areas are
indistinguishable from original work.

PART 4 - MEASUREMENTS AND PAYMENT


4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective
item as described herein and shown below. This price shall be full compensation for
all work contained in the bid item as described herein and required by the related
Special Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum

JOINT SEALANTS
358

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


11 of 11

Item 8002 Bay Bridge Police Buildinglump sum


Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to
complete the Work in every respect, including furnishing all materials, installation,
testing, placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional
requirements.
END OF SPECIAL PROVISION 079200

JOINT SEALANTS
359

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 8

CATEGORY 800
BUILDINGS
SECTION 081113 - HOLLOW METAL DOORS AND FRAMES
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions,
Special Provisions, General Provisions, and Terms and Conditions, apply to this
Section.

1.2

SUMMARY
A. Special Provision Section includes:
1. Standard hollow metal doors and frames.
B. Related Special Provision Sections:
1. Special Provision 087111"Door Hardware (Descriptive Specification)" for door
hardware for hollow metal doors.
2. Special Provision 099123 "Interior Painting" for field painting hollow metal doors
and frames.

1.3

DEFINITIONS
A. Minimum Thickness: Minimum thickness of base metal without coatings.
B. Standard Hollow Metal Work:
ANSI/SDI A250.8.

1.4

Hollow metal work fabricated according to

SUBMITTALS
A. Product Data: For each type of product indicated. Include construction details,
material descriptions, core descriptions, fire-resistance rating, and finishes.

HOLLOW METAL DOORS AND FRAMES


360

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


2 of 8

B. Shop Drawings: Include the following:


1. Elevations of each door design.
2. Details of doors, including vertical and horizontal edge details and metal
thicknesses.
3. Frame details for each frame type, including dimensioned profiles and metal
thicknesses.
4. Locations of reinforcement and preparations for hardware.
5. Details of each different wall opening condition.
6. Details of anchorages, joints, field splices, and connections.
7. Details of accessories.
1.5

QUALITY ASSURANCE
A. Source Limitations:
manufacturer.

1.6

Obtain hollow metal work from single source from single

DELIVERY, STORAGE, AND HANDLING


A. Deliver hollow metal work palletized, wrapped, or crated to provide protection during
transit and Project-site storage. Do not use nonvented plastic.
B. Store hollow metal work under cover at Project site. Place on minimum 4-inch- high
wood blocking. Do not store in a manner that traps excess humidity.

1.7

PROJECT CONDITIONS
A. Field Measurements: Verify actual dimensions of openings by field measurements
before fabrication.

1.8

COORDINATION
A. Coordinate installation of anchorages for hollow metal frames.

HOLLOW METAL DOORS AND FRAMES


361

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


3 of 8

PART 2 - PRODUCTS
2.1

MANUFACTURERS
A. Manufacturers: Subject to compliance with requirements, available manufacturers
offering product that may be incorporated into the work include, but at not limited to,
the following:
1. Amweld Building Products, LLC.
2. Ceco Door Products; an Assa Abloy Group company.

3. Steelcraft; an Ingersoll-Rand company.


2.2

MATERIALS
A. Cold-Rolled Steel Sheet: ASTM A 1008/A 1008M, Commercial Steel (CS), Type B;
suitable for exposed applications.
B. Hot-Rolled Steel Sheet: ASTM A 1011/A 1011M, Commercial Steel (CS), Type B;
free of scale, pitting, or surface defects; pickled and oiled.
C. Frame Anchors: ASTM A 591/A 591M, Commercial Steel (CS), 40Z coating
designation; mill phosphatized.
D. Inserts, Bolts, and Fasteners: Hot-dip galvanized according to ASTM A 153/A 153M.
E. Mineral-Fiber Insulation: ASTM C 665, Type I (blankets without membrane facing);
consisting of fibers manufactured from slag or rock wool with 6- to 12-lb/cu. ft.
density; with maximum flame-spread and smoke-development indexes of 25 and 50,
respectively; passing ASTM E 136 for combustion characteristics.

2.3

STANDARD HOLLOW METAL DOORS


A. General: Provide doors of design indicated, not less than thickness indicated;
fabricated with smooth surfaces, without visible joints or seams on exposed faces
unless otherwise indicated. Comply with ANSI/SDI A250.8.
1. Design: Flush panel.

HOLLOW METAL DOORS AND FRAMES


362

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


4 of 8

2. Core Construction: Manufacturer's standard kraft-paper honeycomb, polystyrene,


polyurethane, polyisocyanurate, mineral-board, or vertical steel-stiffener core.
3. Vertical Edges for Single-Acting Doors: Beveled edge.
a. Beveled Edge: 1/8 inch in 2 inches.
4. Top and Bottom Edges: Closed with flush or inverted 0.042-inch- thick, end
closures or channels of same material as face sheets.
5. Tolerances: Comply with SDI 117, "Manufacturing Tolerances for Standard Steel
Doors and Frames."
B. Interior Doors: Face sheets fabricated from cold-rolled steel sheet. Provide doors
complying with requirements indicated below by referencing ANSI/SDI A250.8 for
level and model and ANSI/SDI A250.4 for physical performance level:
1. Level 3 and Physical Performance Level A (Extra Heavy Duty), Model 2
(Seamless).
C. Hardware Reinforcement: Fabricate according to ANSI/SDI A250.6 with reinforcing
plates from same material as door face sheets.
D. Fabricate concealed stiffeners and hardware reinforcement from either cold- or hotrolled steel sheet.
2.4

STANDARD HOLLOW METAL FRAMES


A. General: Comply with ANSI/SDI A250.8 and with details indicated for type and
profile.
B. Interior Frames: Fabricated from cold-rolled steel sheet.
1. Fabricate frames with mitered or coped corners.
2. Fabricate frames as knocked down.
3. Frames for Level 3 Steel Doors: 0.053-inch- thick steel sheet.
C. Hardware Reinforcement: Fabricate according
reinforcement plates from same material as frames.

HOLLOW METAL DOORS AND FRAMES


363

to

ANSI/SDI A250.6

with

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

2.5

Contract No. BB-2829-000-006


5 of 8

FRAME ANCHORS
A. Jamb Anchors:
1. Stud-Wall Type: Designed to engage stud, welded to back of frames; not less
than 0.042 inch thick.

2.6

FABRICATION
A. Fabricate hollow metal work to be rigid and free of defects, warp, or buckle.
Accurately form metal to required sizes and profiles, with minimum radius for
thickness of metal. Where practical, fit and assemble units in manufacturer's plant.
To ensure proper assembly at Project site, clearly identify work that cannot be
permanently factory assembled before shipment.
B. Tolerances: Fabricate hollow metal work to tolerances indicated in SDI 117.
C. Hollow Metal Frames: Where frames are fabricated in sections due to shipping or
handling limitations, provide alignment plates or angles at each joint, fabricated of
same thickness metal as frames.
1. Provide countersunk, flat- or oval-head exposed screws and bolts for exposed
fasteners unless otherwise indicated.
2. Jamb Anchors: Provide four anchors per jamb.
3. Door Silencers: Except on weather-stripped doors, drill stops to receive door
silencers as follows. Keep holes clear during construction. Drill stop in head
jamb to receive two door silencers.
D. Fabricate concealed stiffeners, edge channels, and hardware reinforcement from
either cold- or hot-rolled steel sheet.
E. Hardware Preparation: Factory prepare hollow metal work to receive templated
mortised hardware; include cutouts, reinforcement, mortising, drilling, and tapping
according to the Door Hardware Schedule and templates furnished as specified in
Special Provision 087111 "Door Hardware (Descriptive Specification)."
1. Locate hardware as indicated, or if not indicated, according to ANSI/SDI A250.8.

HOLLOW METAL DOORS AND FRAMES


364

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


6 of 8

2. Reinforce doors and frames to receive nontemplated, mortised and surfacemounted door hardware.
3. Comply with
applicable requirements
in
ANSI/SDI A250.6
and
ANSI/DHI A115 Series specifications for preparation of hollow metal work for
hardware.
2.7

STEEL FINISHES
A. Prime Finish: Apply manufacturer's standard primer immediately after cleaning and
pretreating.
1. Shop Primer: Manufacturer's standard, fast-curing, lead- and chromate-free
primer complying with ANSI/SDI A250.10 acceptance criteria; recommended by
primer manufacturer for substrate; compatible with substrate and field-applied
coatings despite prolonged exposure.

PART 3 - 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
the Work.
B. Examine roughing-in for embedded and built-in anchors to verify actual locations
before frame installation.
C. Proceed with installation only after unsatisfactory conditions have been corrected.

3.2

PREPARATION
A. Drill and tap doors and frames to receive nontemplated, mortised, and surfacemounted door hardware.

HOLLOW METAL DOORS AND FRAMES


365

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

3.3

Contract No. BB-2829-000-006


7 of 8

INSTALLATION
A. General: Install hollow metal work plumb, rigid, properly aligned, and securely
fastened in place; comply with Drawings and manufacturer's written instructions.
1. Set frames accurately in position, plumbed, aligned, and braced securely until
permanent anchors are set. After wall construction is complete, remove
temporary braces, leaving surfaces smooth and undamaged.
a. Install door silencers in frames before grouting.
b. Remove temporary braces necessary for installation only after frames have
been properly set and secured.
c. Check plumbness, squareness, and twist of frames as walls are constructed.
Shim as necessary to comply with installation tolerances.
2. Metal-Stud Partitions: Solidly pack mineral-fiber insulation behind frames.
3. Installation Tolerances: Adjust hollow metal door frames for squareness,
alignment, twist, and plumb to the following tolerances:
a. Squareness: Plus or minus 1/16 inch, measured at door rabbet on a line 90
degrees from jamb perpendicular to frame head.
b. Alignment: Plus or minus 1/16 inch, measured at jambs on a horizontal line
parallel to plane of wall.
c. Twist: Plus or minus 1/16 inch, measured at opposite face corners of jambs
on parallel lines, and perpendicular to plane of wall.
d. Plumbness: Plus or minus 1/16 inch, measured at jambs at floor.
B. Hollow Metal Doors: Fit hollow metal doors accurately in frames, within clearances
specified below. Shim as necessary.
1. Non-Fire-Rated Standard Steel Doors:
a. Jambs and Head: 1/8 inch plus or minus 1/16 inch.
b. Between Edges of Pairs of Doors: 1/8 inch plus or minus 1/16 inch.
c. Between Bottom of Door and Top of Threshold: Maximum 3/8 inch.
d. Between Bottom of Door and Top of Finish Floor (No Threshold): Maximum
3/4 inch.

3.4

ADJUSTING AND CLEANING


A. Final Adjustments: Check and readjust operating hardware items immediately before
final inspection. Leave work in complete and proper operating condition. Remove
and replace defective work, including hollow metal work that is warped, bowed, or
otherwise unacceptable.

HOLLOW METAL DOORS AND FRAMES


366

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


8 of 8

B. Remove bonding material from hollow metal work immediately after installation.
C. Prime-Coat Touchup: Immediately after erection, sand smooth rusted or damaged
areas of prime coat and apply touchup of compatible air-drying, rust-inhibitive
primer.
PART 4 - MEASUREMENTS AND PAYMENT
4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective
item as described herein and shown below. This price shall be full compensation for
all work contained in the bid item as described herein and required by the related
Special Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to
complete the Work in every respect, including furnishing all materials, installation,
testing, placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional
requirements.
END OF SPECIAL PROVISION 081113

HOLLOW METAL DOORS AND FRAMES


367

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 6

CATEGORY 800
BUILDINGS
SECTION 087111 - DOOR HARDWARE (DESCRIPTIVE SPECIFICATION)
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions,
Special Provisions, General Provisions, and Terms and Conditions, apply to this
Section.

1.2

SUMMARY
A. Special Provision Section includes:
1. Mechanical door hardware for the following:
a. Swinging doors.

1.3

ACTION SUBMITTALS
A. Product Data: For each type of product indicated.
B. Samples: For each exposed product and for each color and texture specified.

1.4

QUALITY ASSURANCE
A. Installer Qualifications: Supplier of products and an employer of workers trained and
approved by product manufacturers and an Architectural Hardware Consultant who is
available during the course of the Work to consult with Contractor, Architect, and
Owner about door hardware and keying.
B. Architectural Hardware Consultant Qualifications: A person who is experienced in
providing consulting services for door hardware installations that are comparable in
material, design, and extent to that indicated for this Project and who is currently
certified by DHI as follows:
1. For door hardware, an Architectural Hardware Consultant (AHC).

1.5

DELIVERY, STORAGE, AND HANDLING


A. Deliver keys to Owner by registered mail or overnight package service.

DOOR HARDWARE (DESCRIPTIVE SPECIFICATION)


368

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

1.6

Contract No. BB-2829-000-006


2 of 6

WARRANTY
A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to
repair or replace components of door hardware that fails in materials or workmanship
within specified warranty period.
1. Warranty Period: Three years from date of Substantial Completion, unless
otherwise indicated.

PART 2 - PRODUCTS
2.1

SCHEDULED DOOR HARDWARE


A. Provide door hardware for each door as scheduled in Part 3 "Door Hardware
Schedule" Article to comply with requirements in this Section.
1. Door Hardware Sets: Provide quantity, item, size, finish or color indicated.
B. Designations: Requirements for design, grade, function, finish, size, and other
distinctive qualities of each type of door hardware are indicated in Part 3 "Door
Hardware Schedule" Article. Products are identified by descriptive titles
corresponding to requirements specified in Part 2.

2.2

HINGES
A. Hinges: BHMA A156.1. Provide template-produced hinges for hinges installed on
hollow-metal doors and hollow-metal frames.
1. 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:
a. Baldwin Hardware Corporation.
b. Hager Companies.
c. IVES Hardware; an Ingersoll-Rand company.
d. McKinney Products Company; an ASSA ABLOY Group company.
e. Stanley Commercial Hardware; Div. of The Stanley Works.
B. Antifriction-Bearing Hinges:
1. Mounting: Full mortise (butts).
2. Bearing Material: Manufacturer's standard antifriction bearing.

DOOR HARDWARE (DESCRIPTIVE SPECIFICATION)


369

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


3 of 6

3. Grade: Grade 1 (heavy weight).


4. Base and Pin Metal:
a. Interior Hinges: Stainless steel with stainless-steel pin.
5. Pins: Non-rising loose unless otherwise indicated.
6. Tips: Flat button.
7. Corners: Square.
2.3

MECHANICAL LOCKS AND LATCHES


A. Lock Functions: As indicated in door hardware schedule.
B. Lock Throw: Comply with testing requirements for length of bolts required for
labeled fire doors, and as follows:
1. Mortise Locks: Minimum 3/4-inchlatchbolt throw.
C. Lock Backset: 2-3/4 inches unless otherwise indicated.
D. Lock Trim:
1. Description: Insert description or manufacturer's design designation.
2. Operating Device: Lever with escutcheons (roses).
3. Levers: Wrought, forged, or cast.
4. Escutcheons (Roses): Wrought, forged, or cast.
5. Dummy Trim: Match lever lock trim and escutcheons.
E. Strikes: Provide manufacturer's standard strike for each lock bolt or latch bolt
complying with requirements indicated for applicable lock or latch and with strike
box and curved lip extended to protect frame; finished to match lock or latch.
F. Mortise Locks: BHMA A156.13; Operational Grade 1; stamped steel case with steel
or brass parts; Series 1000.
1. 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:
a. Best Access Systems; Div. of Stanley Security Solutions, Inc.

DOOR HARDWARE (DESCRIPTIVE SPECIFICATION)


370

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

b.
c.
d.
e.
2.4

Contract No. BB-2829-000-006


4 of 6

Corbin Russwin Architectural Hardware; an ASSA ABLOY Group company.


SARGENT Manufacturing Company; an ASSA ABLOY Group company.
Schlage Commercial Lock Division; an Ingersoll-Rand company.
Yale Security Inc.; an ASSA ABLOY Group company.

MISCELLANEOUS HARDWARE
A. Door Frame Silencers (Mutes): No. SR64 by Ives.
B. Wall- and Floor-Mounted Stops: BHMA A156.16.

2.5

FINISHES
A. Provide finishes complying with BHMA A156.18 as indicated in door hardware
schedule.
B. Protect mechanical finishes on exposed surfaces from damage by applying a
strippable, temporary protective covering before shipping.

PART 3 - EXECUTION
3.1

INSTALLATION
A. Steel Doors and Frames: For surface applied door hardware, drill and tap doors and
frames according to ANSI/SDI A250.6.
B. Mounting Heights: Mount door hardware units at heights to comply with the
following unless otherwise indicated or required to comply with governing
regulations.
1. Standard Steel Doors and Frames: ANSI/SDI A250.8.
C. Install each door hardware item to comply with manufacturer's written instructions.
Where cutting and fitting are required to install door hardware onto or into surfaces
that are later to be painted or finished in another way, coordinate removal, storage,
and reinstallation of surface protective trim units with finishing work. Do not install
surface-mounted items until finishes have been completed on substrates involved.
1. Set units level, plumb, and true to line and location. Adjust and reinforce
attachment substrates as necessary for proper installation and operation.

DOOR HARDWARE (DESCRIPTIVE SPECIFICATION)


371

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


5 of 6

2. Drill and countersink units that are not factory prepared for anchorage fasteners.
Space fasteners and anchors according to industry standards.
D. Hinges: Install types and in quantities indicated in door hardware schedule but not
fewer than the number recommended by manufacturer for application indicated or
one hinge for every 30 inches of door height, whichever is more stringent, unless
other equivalent means of support for door, such as spring hinges or pivots, are
provided.
E. Adjustment: Adjust and check each operating item of door hardware and each door
to ensure proper operation or function of every unit. Replace units that cannot be
adjusted to operate as intended. Adjust door control devices to compensate for final
operation of heating and ventilating equipment and to comply with referenced
accessibility requirements.
3.2

FIELD QUALITY CONTROL


A. Independent Architectural Hardware Consultant: Owner will engage a qualified
independent Architectural Hardware Consultant to perform inspections and to prepare
inspection reports.

3.3

DOOR HARDWARE SCHEDULES


A. Temporary Office Doors:
1. (3) Standard hinges.
2. (1) Office lock set.
3. (1) Set door silencers.
4. (1) Wall stop.

PART 4 - MEASUREMENTS AND PAYMENT


4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective
item as described herein and shown below. This price shall be full compensation for

DOOR HARDWARE (DESCRIPTIVE SPECIFICATION)


372

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


6 of 6

all work contained in the bid item as described herein and required by the related
Special Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to
complete the Work in every respect, including furnishing all materials, installation,
testing, placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional
requirements.
END OF SPECIAL PROVISION 087111

DOOR HARDWARE (DESCRIPTIVE SPECIFICATION)


373

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 7

CATEGORY 800
BUILDINGS
SECTION 089000 - LOUVERS AND VENTS
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions,
Special Provisions, General Provisions, and Terms and Conditions, apply to this
Section.

1.2

SUMMARY
A. Special Provision Section includes:
1. Fixed, extruded-aluminum louvers.

1.3

PERFORMANCE REQUIREMENTS
A. Delegated Design: Design louvers, including comprehensive engineering analysis by
a qualified professional engineer, using structural performance requirements and
design criteria indicated.
B. Structural Performance: Louvers shall withstand the effects of gravity loads and the
following loads and stresses within limits and under conditions indicated without
permanent deformation of louver components, noise or metal fatigue caused by
louver blade rattle or flutter, or permanent damage to fasteners and anchors.
1. Wind Loads: Determine loads based on pressures as indicated on Drawings.
C. Louver Performance Ratings: Provide louvers complying with requirements
specified, as demonstrated by testing manufacturer's stock units identical to those
provided, except for length and width according to AMCA 500-L.

1.4

SUBMITTALS
A. Product Data: For each type of product indicated.
1. For louvers specified to bear AMCA seal, include printed catalog pages showing
specified models with appropriate AMCA Certified Ratings Seals.

LOUVERS AND VENTS


374

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


2 of 7

B. Shop Drawings: For louvers and accessories. Include plans, elevations, sections,
details, and attachments to other work. Show frame profiles and blade profiles,
angles, and spacing.
C. Samples: For each type of metal finish required.
D. Delegated-Design Submittal: For louvers indicated to comply with structural
performance requirements and design criteria, including analysis data signed and
sealed by the qualified professional engineer responsible for their preparation.
E. Product Test Reports: Based on tests performed according to AMCA 500-L.
1.5

QUALITY ASSURANCE
A. Source Limitations: Obtain louvers and vents from single source from a single
manufacturer where indicated to be of same type, design, or factory-applied color
finish.
B. Welding: Qualify procedures and personnel according to the following:
1. AWS D1.2/D1.2M, "Structural Welding Code - Aluminum."
C. SMACNA Standard: Comply with recommendations in SMACNA's "Architectural
Sheet Metal Manual" for fabrication, construction details, and installation procedures.

1.6

PROJECT CONDITIONS
A. Field Measurements: Verify actual dimensions of openings by field measurements
before fabrication.

PART 2 - PRODUCTS
2.1

MATERIALS
A. Aluminum Extrusions: ASTM B 221, Alloy 6063-T5, T-52, or T6.
B. Aluminum Sheet: ASTM B 209, Alloy 3003 or 5005 with temper as required for
forming, or as otherwise recommended by metal producer for required finish.
C. Fasteners: Use types and sizes to suit unit installation conditions.
1. For fastening aluminum, use aluminum or 300 series stainless-steel fasteners.

LOUVERS AND VENTS


375

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


3 of 7

2. For color-finished louvers, use fasteners with heads that match color of louvers.
D. Bituminous Paint: Cold-applied asphalt emulsion complying with ASTM D 1187.
2.2

FABRICATION, GENERAL
A. Assemble louvers in factory to minimize field splicing and assembly.
B. Fabricate frames, including integral sills, to fit in openings of sizes indicated, with
allowances made for fabrication and installation tolerances, adjoining material
tolerances, and perimeter sealant joints.
1. Frame Type: Channel unless otherwise indicated.
C. Join frame members to each other and to fixed louver blades with fillet welds
concealed from view unless otherwise indicated or size of louver assembly makes
bolted connections between frame members necessary.

2.3

FIXED, EXTRUDED-ALUMINUM LOUVERS


A. Horizontal, Drainable-Blade Louver
1. Manufacturers: Subject to compliance with requirements, provide product
indicated on Drawings or comparable product by one of the following:
a. Airolite Company, LLC (The).
b. Construction Specialties, Inc.
c. Industrial Louvers, Inc.
d. Louvers & Dampers, Inc.; a division of Mestek, Inc.
e. Reliable Products, Inc.
f. Ruskin Company; Tomkins PLC.
2. Louver Depth: 4 inches.
3. Frame and Blade Nominal Thickness: Not less than 0.060 inch for blades and
0.080 inch for frames.
4. Louver Performance Ratings:
a. Free Area: Not less than 7.0 sq. ft. high louver.

LOUVERS AND VENTS


376

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS
Contract No. BB-2829-000-006
b. Point of Beginning Water Penetration: Not less than 900 fpm.
c. Air Performance: Not more than 0.10-inch wg static pressure drop at 700-fpm
free-area intake velocity.
d. Air Performance: Not more than 0.15-inch wg static pressure drop at 900-fpm
free-area intake velocity.
5. AMCA Seal: Mark units with AMCA Certified Ratings Seal.

2.4

LOUVER SCREENS
A. General: Provide screen at each exterior louver.
B. Louver Screen Frames: Same kind and form of metal as indicated for louver to which
screens are attached.
C. Louver Screening:
1. Bird Screening: Aluminum, 1/2-inch- square mesh, 0.063-inch wire.

LOUVERS AND VENTS


377

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

2.5

Contract No. BB-2829-000-006


4 of 7

FINISHES, GENERAL
A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal
Products" for recommendations for applying and designating finishes.
a.
b.
c.
d.
e.
f.

Airolite Company, LLC (The).


Construction Specialties, Inc.
Industrial Louvers, Inc.
Louvers & Dampers, Inc.; a division of Mestek, Inc.
Reliable Products, Inc.
Ruskin Company; Tomkins PLC.

2. Louver Depth: 4 inches.


3. Frame and Blade Nominal Thickness: Not less than 0.060 inch for blades and
0.080 inch for frames.
4. Louver Performance Ratings:
a. Free Area: Not less than 7.0 sq. ft. high louver.
b. Point of Beginning Water Penetration: Not less than 900 fpm.
c. Air Performance: Not more than 0.10-inch wg. static pressure drop at 700fpm50-fpm velocity.
d. Air Performance: Not more than 0.15-inch wg. static pressure drop at 900fpm free-area intake velocity.
5. AMCA Seal: Mark units with AMCA Certified Ratings Seal.
2.6

ALUMINUM FINISHES
A. Color Anodic Finish:
thicker.

AAMA 611, AA-M12C22A42/A44, Class I, 0.018 mm or

1. Color: As selected by the Architect from manufacturer's full range.

LOUVERS AND VENTS


378

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


5 of 7

PART 3 - EXECUTION
3.1

EXAMINATION
A. Examine substrates and openings, with Installer present, for compliance with
requirements for installation tolerances and other conditions affecting performance.
B. Proceed with installation only after unsatisfactory conditions have been corrected.

3.2

PREPARATION
A. Coordinate setting drawings, diagrams, templates, instructions, and directions for
installation of anchorages that are to be embedded in concrete or masonry
construction. Coordinate delivery of such items to Project site.

3.3

INSTALLATION
A. Locate and place louvers and vents level, plumb, and at indicated alignment with
adjacent work.
B. Use concealed anchorages where possible. Provide brass or lead washers fitted to
screws where required to protect metal surfaces and to make a weathertight
connection.
C. Provide perimeter reveals and openings of uniform width for sealants and joint fillers,
as indicated.
D. Repair damaged finishes so no evidence remains of corrective work. Return items
that cannot be refinished in the field to the factory and refinish entire unit or provide
new units.
E. Protect nonferrous-metal surfaces that will be in contact with concrete, masonry, or
dissimilar metals from corrosion and galvanic action by applying a heavy coating of
bituminous paint.

3.4

ADJUSTING AND CLEANING


A. Clean exposed surfaces of louvers and vents that are not protected by temporary
covering, to remove fingerprints and soil during construction period. Do not let soil
accumulate during construction period.

LOUVERS AND VENTS


379

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


6 of 7

B. Before final inspection, clean exposed surfaces with water and a mild soap or
detergent not harmful to finishes. Thoroughly rinse surfaces and dry.
PART 4 - MEASUREMENTS AND PAYMENT
4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective
item as described herein and shown below. This price shall be full compensation for
all work contained in the bid item as described herein and required by the related
Special Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to
complete the Work in every respect, including furnishing all materials, installation,
testing, placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional
requirements.
END OF SPECIAL PROVISION 089000

LOUVERS AND VENTS


380

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 11

CATEGORY 800
BUILDINGS
SECTION 092216 - NON-STRUCTURAL METAL FRAMING
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions,
Special Provisions, General Provisions, and Terms and Conditions, apply to this
Section.

1.2

SUMMARY
A. Special Provision Section includes:
1. Non-load-bearing steel framing systems for interior gypsum board assemblies.
2. Suspension systems for interior gypsum ceilings, soffits, and grid systems.
B. Alterations of Existing Gypsum Board Walls and Ceilings: Work of this Section
pertains to new construction as well alterations to the existing wall and ceiling work
relative to the following:
1. Cutting and Patching, as specified in Special Provision Section 017300
"Execution".
2. Preparation of new openings in existing walls and ceilings.
3. Tie-in of new and existing construction.
C. Related Requirements:
1. Special Provision Section 092900 "Gypsum Board" for applying and finishing
panels in gypsum board assemblies and for Sound-attenuating Blankets.

1.3

ACTION SUBMITTALS
A. Product Data: For each type of product.

NON-STRUCTURAL METAL FRAMING


381

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

1.4

Contract No. BB-2829-000-006


2 of 11

INFORMATIONAL SUBMITTALS
A. Evaluation Reports: For dimpled steel studs and runners and firestop tracks, from
ICC-ES.

PART 2 - PRODUCTS
2.1

PERFORMANCE REQUIREMENTS
A. Fire-Test-Response Characteristics: For fire-resistance-rated assemblies that
incorporate non-load-bearing steel framing, provide materials and construction
identical to those tested in assembly indicated, according to ASTM E 119 by an
independent testing agency.
B. STC-Rated Assemblies: For STC-rated assemblies, provide materials and
construction identical to those tested in assembly indicated, according to ASTM E 90
and classified according to ASTM E 413 by an independent testing agency.

2.2

FRAMING SYSTEMS
A. Recycled Content of Steel Products: Postconsumer recycled content plus one-half of
preconsumer recycled content not less than 25 percent.
B. Framing Members, General: Comply with ASTM C 754 for conditions indicated.
1. Steel Sheet Components: Comply with ASTM C 645 requirements for metal
unless otherwise indicated.
2. Protective Coating: ASTM A 653/A 653M, G40 (Z120), hot-dip galvanized
unless otherwise indicated.
C. Studs and Runners: ASTM C 645. Use either steel studs and runners or embossed
steel studs and runners.
1. Steel Studs and Runners:
a. Minimum Base-Metal Thickness: As indicated on Drawings: 25 gauge - 0.018
inch (0.45 mm) and 20 gauge - 0.033 inch (0.84 mm).
b. Depth: As indicated on Drawings 3-5/8 inches (92 mm), 6 inches (152 mm),
2-1/2 inches (64 mm) and 1-5/8 inches (41 mm).
2. Dimpled Steel Studs and Runners:

NON-STRUCTURAL METAL FRAMING


382

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


3 of 11

a. Minimum Base-Metal Thickness: As indicated on Drawings: 25 gauge


equivalent - 0.015 inch (0.38 mm) and 20 gauge equivalent - 0.025 inch
(0.64 mm).
b. Depth: As indicated on Drawings 3-5/8 inches (92 mm), 6 inches (152 mm),
2-1/2 inches (64 mm) and 1-5/8 inches (41 mm).
3. Studs and Runners Manufacturers: Subject to compliance with requirements,
provide products by one of the following:
a. All Steel and Gypsum Products; www.allsteelproducts.com
b. Clark Dietrich Building Systems; www.clarkdietrich.com
c. Consolidated Fabricators Corp.; www.confabbpd.com
d. Marino\WARE; www.marinoware.com
e. Phillips Manufacturing Co.; www.phillipsmfg.com
f. SCAFCO Steel Stud Manufacturing; www.scafco.com
D. Slip-Type Head Joints: Where indicated, provide one of the following:
1. Single Long-Leg Runner System: ASTM C 645 top runner with 2-inch- (51-mm-)
deep flanges in thickness not less than indicated for studs, installed with studs
friction fit into top runner and with continuous bridging located within 12 inches
(305 mm) of the top of studs to provide lateral bracing.
2. Double-Runner System: ASTM C 645 top runners, inside runner with 2-inch- (51mm-) deep flanges in thickness not less than indicated for studs and fastened to
studs, and outer runner sized to friction fit inside runner.
3. Deflection Track: Steel sheet top runner manufactured to prevent cracking of
finishes applied to interior partition framing resulting from deflection of structure
above; in thickness not less than indicated for studs and in width to accommodate
depth of studs.
a. Products: Subject to compliance with requirements, provide one of the
following:
1) Dietrich Metal Framing; SLP-TRK Slotted Deflection Track.
2) MBA Building Supplies; FlatSteel Deflection Track or Slotted
Deflecto Track.
3) Steel Network Inc. (The); VertiClip SLD or VertiTrack VTD Series.
4) Superior Metal Trim; Superior Flex Track System (SFT).
5) Telling Industries; Vertical Slip Track or Vertical Slip Track II.
E. Firestop Tracks: Top runner manufactured to allow partition heads to expand and
contract with movement of structure while maintaining continuity of fire-resistancerated assembly indicated; in thickness not less than indicated for studs and in width to
accommodate depth of studs.
NON-STRUCTURAL METAL FRAMING
383

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


4 of 11

1. Products: Subject to compliance with requirements, provide one of the following:


a. Fire Trak Corp.; Fire Trak System.
b. Grace Construction Products; FlameSafe FlowTrak System.
c. Metal-Lite, Inc.; The System.
F. Flat Strap and Backing Plate: Steel sheet for blocking and bracing in length and width
indicated.
1. Minimum Base-Metal Thickness: As indicated on Drawings, corresponding to
stud thickness used: 0.018 inch (0.455 mm) and 0.033 inch (0.84 mm).
G. Cold-Rolled Channel Bridging: Steel, 0.0538-inch (1.367-mm) minimum base-metal
thickness, with minimum 1/2-inch- (13-mm-) wide flanges.
1. Depth: 1-1/2 inches (38 mm).
2. Clip Angle: Not less than 1-1/2 by 1-1/2 inches (38 by 38 mm), 0.068-inch- (1.72mm-) thick, galvanized steel.
H. Hat-Shaped, Rigid Furring Channels: ASTM C 645.
1. Minimum Base-Metal Thickness: 0.018 inch (0.45 mm).
2. Depth: As indicated on Drawings: 7/8 inch (22.2 mm) and 1-1/2 inches (38 mm).
I. Resilient Furring Channels: 1/2-inch- (13-mm-) deep, steel sheet members designed
to reduce sound transmission.
1. Configuration: Asymmetrical or hat shaped.
J. Cold-Rolled Furring Channels: 0.053-inch (1.34-mm) uncoated-steel thickness, with
minimum 1/2-inch- (13-mm-) wide flanges.
1. Depth: 3/4 inch (19 mm).
2. Furring Brackets: Adjustable, corrugated-edge-type steel sheet with minimum
uncoated-steel thickness of 0.0329 inch (0.8 mm).
3. Tie Wire: ASTM A 641/A 641M, Class 1 zinc coating, soft temper, 0.062-inch(1.59-mm-) diameter wire, or double strand of 0.048-inch- (1.21-mm-) diameter
wire.
K. Z-Shaped Furring: With slotted or nonslotted web, face flange of 1-1/4 inches (32
mm), wall attachment flange of 7/8 inch (22 mm), minimum uncoated-metal
thickness of 0.018 inch (0.45 mm), and depth required to fit insulation thickness
indicated.

NON-STRUCTURAL METAL FRAMING


384

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

2.3

Contract No. BB-2829-000-006


5 of 11

SUSPENSION SYSTEMS
A. Tie Wire: ASTM A 641/A 641M, Class 1 zinc coating, soft temper, 0.062-inch(1.59-mm-) diameter wire, or double strand of 0.048-inch- (1.21-mm-) diameter wire.
B. Hanger Attachments to Concrete:
1. Anchors: Fabricated from corrosion-resistant materials with holes or loops for
attaching wire hangers and capable of sustaining, without failure, a load equal to 5
times that imposed by construction as determined by testing according to
ASTM E 488 by an independent testing agency.
a. Type: Postinstalled, chemical anchor or Postinstalled, expansion anchor.
2. Power-Actuated Anchors: Fastener system of type suitable for application
indicated, fabricated from corrosion-resistant materials, with allowable load
capacities calculated according to ICC-ES AC70, greater than or equal to the
design load, as determined by testing per ASTM E 1190 conducted by a qualified
testing agency.
C. Wire Hangers: ASTM A 641/A 641M, Class 1 zinc coating, soft temper, 0.16 inch
(4.12 mm) in diameter.
D. Flat Hangers: Steel sheet, 1 by 3/16 inch (25 by 5 mm) by length indicated.
E. Carrying Channels: Cold-rolled, commercial-steel sheet with a base-metal thickness
of 0.0538 inch (1.367 mm) and minimum 1/2-inch- (13-mm-) wide flanges.
1. Depth: As indicated on Drawings: 2-1/2 inches (64 mm) and 1-1/2 inches (38
mm).
F. Furring Channels (Furring Members):
1. Cold-Rolled Channels: 0.0538-inch (1.367-mm) uncoated-steel thickness, with
minimum 1/2-inch- (13-mm-) wide flanges, 3/4 inch (19 mm) deep.
2. Steel Studs and Runners: ASTM C 645.
a. Minimum Base-Metal Thickness: As indicated on Drawings: 0.018 inch (0.45
mm) and 0.033 inch (0.84 mm).
b. Depth: As indicated on Drawings 1-5/8 inches (41 mm), 2-1/2 inches (64
mm) and 3-5/8 inches (92 mm).
3. Dimpled Steel Studs and Runners: ASTM C 645.

NON-STRUCTURAL METAL FRAMING


385

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


6 of 11

a. Minimum Base-Metal Thickness: As indicated on Drawings: 25 gauge


equivalent - 0.015 inch (0.38 mm) and 20 gauge equivalent - 0.025 inch
(0.64 mm).
b. Depth: As indicated on Drawings: 1-5/8 inches (41 mm), 2-1/2 inches (64
mm) and 3-5/8 inches (92 mm).
4. Hat-Shaped, Rigid Furring Channels: ASTM C 645, 7/8 inch (22 mm) deep.
a
Minimum Base-Metal Thickness: 0.018 inch (0.45 mm).
5. Resilient Furring Channels: 1/2-inch- (13-mm-) deep members designed to reduce
sound transmission.
a. Configuration: Asymmetrical or hat shaped.
G. Grid Suspension System for Gypsum Board Ceilings: ASTM C 645, direct-hung
system composed of main beams and cross-furring members that interlock.
1. Products: Subject to compliance with requirements, provide one of the following:
a. Armstrong World Industries, Inc; Drywall Grid Systems.
b. Chicago Metallic Corporation; Drywall Grid System.
c. United State Gypsum Company; Drywall Suspension System.
2.4

AUXILIARY MATERIALS
A. General: Provide auxiliary materials that comply with referenced installation
standards.
1. Fasteners for Metal Framing: Of type, material, size, corrosion resistance, holding
power, and other properties required to fasten steel members to substrates.
B. Isolation Strip at Exterior Walls: Provide one of the following:
1. Asphalt-Saturated Organic Felt: ASTM D 226/D 226M, Type I (No. 15 asphalt
felt), nonperforated.
2. Foam Gasket: Adhesive-backed, closed-cell vinyl foam strips that allow fastener
penetration without foam displacement, 1/8 inch (3.2 mm) thick, in width to suit
steel stud size.

NON-STRUCTURAL METAL FRAMING


386

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


7 of 11

PART 3 - EXECUTION
3.1

EXAMINATION
A. Examine areas and substrates, with Installer present, and including welded hollowmetal frames, cast-in anchors, and structural framing, for compliance with
requirements and other conditions affecting performance of the Work.
B. Proceed with installation only after unsatisfactory conditions have been corrected.

3.2

PREPARATION
A. Coordination with Sprayed Fire-Resistive Materials:
1. Before sprayed fire-resistive materials are applied, attach offset anchor plates or
ceiling runners (tracks) to surfaces indicated to receive sprayed fire-resistive
materials. Where offset anchor plates are required, provide continuous plates
fastened to building structure not more than 24 inches (610 mm) o.c.
2. After sprayed fire-resistive materials are applied, remove them only to extent
necessary for installation of non-load-bearing steel framing. Do not reduce
thickness of fire-resistive materials below that are required for fire-resistance
ratings indicated. Protect adjacent fire-resistive materials from damage.

3.3

INSTALLATION, GENERAL
A. Installation Standard: ASTM C 754.
1. Gypsum Board Assemblies: Also comply with requirements in ASTM C 840 that
apply to framing installation.
B. Install supplementary framing, and blocking to support fixtures, equipment services,
heavy trim, grab bars, toilet accessories, furnishings, or similar construction.
C. Install bracing at terminations in assemblies.
D. Do not bridge building control and expansion joints with non-load-bearing steel
framing members. Frame both sides of joints independently.

NON-STRUCTURAL METAL FRAMING


387

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

3.4

Contract No. BB-2829-000-006


8 of 11

INSTALLING FRAMED ASSEMBLIES


A. Install framing system components according to spacing indicated, but not greater
than spacing required by referenced installation standards for assembly types.
1. Standard Spacing: 16 inches (406 mm) and/or 24 inches (610 mm) o.c. as
indicated on Drawings.
B. Where studs are installed directly against exterior masonry walls or dissimilar metals
at exterior walls, install isolation strip between studs and exterior wall.
C. Install studs so flanges within framing system point in same direction.
D. Install tracks (runners) at floors and overhead supports. Extend framing full height to
structural supports or substrates above suspended ceilings except where partitions are
indicated to terminate at suspended ceilings. Continue framing around ducts that
penetrate partitions above ceiling.
1. Slip-Type Head Joints: Where framing extends to overhead structural supports,
install to produce joints at tops of framing systems that prevent axial loading of
finished assemblies.
2. Door Openings: Screw vertical studs at jambs to jamb anchor clips on door
frames; install runner track section (for cripple studs) at head and secure to jamb
studs.
a. Install two studs at each jamb unless otherwise indicated.
b. Where control joints are indicated at heads of doors, install cripple studs at
head adjacent to each jamb stud, with a minimum 1/2-inch (13-mm) clearance
from jamb stud to allow for installation of control joint in finished assembly.
3. Other Framed Openings: Frame openings other than door openings the same as
required for door openings unless otherwise indicated. Install framing below sills
of openings to match framing required above door heads.
4. Fire-Resistance-Rated Partitions: Install framing to comply with fire-resistancerated assembly indicated and support closures and to make partitions continuous
from floor to underside of solid structure.
a. Firestop Track: Where indicated, install to maintain continuity of fireresistance-rated assembly indicated.
5. Sound-Rated Partitions: Install framing to comply with sound-rated assembly
indicated.
6. Curved Partitions:
a. Bend track to uniform curve and locate straight lengths so they are tangent to
arcs.

NON-STRUCTURAL METAL FRAMING


388

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


9 of 11

b. Begin and end each arc with a stud, and space intermediate studs equally
along arcs. On straight lengths of no fewer than two studs at ends of arcs,
place studs 6 inches (150 mm) o.c.
E. Direct Furring:
1. Screw to wood framing.
2. Attach to concrete or masonry with stub nails, screws designed for masonry
attachment, or powder-driven fasteners spaced 24 inches (610 mm) o.c.
F. Z-Shaped Furring Members:
1. Erect insulation, specified in Special Provision Section 072100 "Thermal
Insulation," vertically and hold in place with Z-shaped furring members spaced 24
inches (610 mm) o.c.
2. Except at exterior corners, securely attach narrow flanges of furring members to
wall with concrete stub nails, screws designed for masonry attachment, or
powder-driven fasteners spaced 24 inches (610 mm) o.c.
3. At exterior corners, attach wide flange of furring members to wall with short
flange extending beyond corner; on adjacent wall surface, screw-attach short
flange of furring channel to web of attached channel. At interior corners, space
second member no more than 12 inches (305 mm) from corner and cut insulation
to fit.
G. Installation Tolerance: Install each framing member so fastening surfaces vary not
more than 1/8 inch (3 mm) from the plane formed by faces of adjacent framing.
3.5

INSTALLING SUSPENSION SYSTEMS


A. Install suspension system components according to spacing indicated, but not greater
than spacing required by referenced installation standards for assembly types.
1. Hangers: 48 inches (1219 mm) o.c.
2. Carrying Channels (Main Runners): 48 inches (1219 mm) o.c.
3. Furring Channels (Furring Members): 24 inches (610 mm) o.c..
B. Isolate suspension systems from building structure where they abut or are penetrated
by building structure to prevent transfer of loading imposed by structural movement.
C. Suspend hangers from building structure as follows:
1. Install hangers plumb and free from contact with insulation or other objects within
ceiling plenum that are not part of supporting structural or suspension system.

NON-STRUCTURAL METAL FRAMING


389

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


10 of 11

a. Splay hangers only where required to miss obstructions and offset resulting
horizontal forces by bracing, counter splaying, or other equally effective
means.
2. Where width of ducts and other construction within ceiling plenum produces
hanger spacing that interfere with locations of hangers required to support
standard suspension system members, install supplemental suspension members
and hangers in the form of trapezes or equivalent devices.
a. Size supplemental suspension members and hangers to support ceiling loads
within performance limits established by referenced installation standards.
3. Wire Hangers: Secure by looping and wire tying, either directly to structures or to
inserts, eye screws, or other devices and fasteners that are secure and appropriate
for substrate, and in a manner that will not cause hangers to deteriorate or
otherwise fail.
4. Flat Hangers: Secure to structure, including intermediate framing members, by
attaching to inserts, eye screws, or other devices and fasteners that are secure and
appropriate for structure and hanger, and in a manner that will not cause hangers
to deteriorate or otherwise fail.
5. Do not attach hangers to steel roof deck.
6. Do not attach hangers to permanent metal forms. Furnish cast-in-place hanger
inserts that extend through forms.
7. Do not attach hangers to rolled-in hanger tabs of composite steel floor deck.
8. Do not connect or suspend steel framing from ducts, pipes, or conduit.
D. Fire-Resistance-Rated Assemblies: Wire tie furring channels to supports.
E. Grid Suspension Systems: Attach perimeter wall track or angle where grid suspension
systems meet vertical surfaces. Mechanically join main beam and cross-furring
members to each other and butt-cut to fit into wall track.
F. Installation Tolerances: Install suspension systems that are level to within 1/8 inch in
12 feet (3 mm in 3.6 m) measured lengthwise on each member that will receive
finishes and transversely between parallel members that will receive finishes.
PART 4 - MEASUREMENTS AND PAYMENT
4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective
item as described herein and shown below. This price shall be full compensation for

NON-STRUCTURAL METAL FRAMING


390

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


11 of 11

all work contained in the bid item as described herein and required by the related
Special Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to
complete the Work in every respect, including furnishing all materials, installation,
testing, placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional
requirements.
END OF SPECIAL PROVISION 092216

NON-STRUCTURAL METAL FRAMING


391

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 15
CATEGORY 800
BUILDINGS
SECTION 092900 - GYPSUM BOARD

PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions,
Special Provisions, General Provisions, and Terms and Conditions, apply to this
Section.

1.2

SUMMARY
A. Special Provision Includes:
1. Interior gypsum board.
2. Exterior gypsum board for ceilings and soffits.
3. Tile backing panels.
4. Texture finishes.
B. Alterations of Existing Gypsum Board Walls and Ceilings: Work of this Section
pertains to new construction as well alterations to the existing wall and ceiling work
relative to the following:
1. Cutting and Patching, as specified in Special Provision 017300 "Execution".
2. Preparation of new openings in existing walls and ceilings.
3. Tie-in of new and existing construction.
C. Related Requirements:
1. Special Provision 092216 "Non-Structural Metal Framing" for non-structural steel
framing and suspension systems that support gypsum board panels.

1.3

ACTION SUBMITTALS
A. Product Data: For each type of product.
B. Samples: For the following products:
1. Trim Accessories: Full-size Sample in 12-inch- (300-mm-) long length for each
trim accessory indicated.

GYPSUM BOARD
392

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


2 of 15

1.4

QUALITY ASSURANCE
A. Mockups: Build mockups of at least 100 sq. ft. (9 sq. m) in surface area to
demonstrate aesthetic effects and to set quality standards for materials and execution.
1. Build mockups for the following:
a. Each level of gypsum board finish indicated for use in exposed locations.
2. Apply or install final decoration indicated, including painting and wallcoverings,
on exposed surfaces for review of mockups.
3. Simulate finished lighting conditions for review of mockups.
4. Subject to compliance with requirements, approved mockups may become part of
the completed Work if undisturbed at time of Substantial Completion.

1.5

DELIVERY, STORAGE AND HANDLING


A. Store materials inside under cover and keep them dry and protected against weather,
condensation, direct sunlight, construction traffic, and other potential causes of
damage. Stack panels flat and supported on risers on a flat platform to prevent
sagging.

1.6

FIELD CONDITIONS
A. Environmental Limitations: Comply with ASTM C 840 requirements or gypsum
board manufacturer's written instructions, whichever are more stringent.
B. Do not install paper-faced gypsum panels until installation areas are enclosed and
conditioned.
C. Do not install panels that are wet, moisture damaged, and mold damaged.
1. Indications that panels are wet or moisture damaged include, but are not limited
to, discoloration, sagging, or irregular shape.
2. Indications that panels are mold damaged include, but are not limited to, fuzzy or
splotchy surface contamination and discoloration.

GYPSUM BOARD
393

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


3 of 15

PART 2 - PRODUCTS
2.1

PERFORMANCE REQUIREMENTS
A. Fire-Resistance-Rated Assemblies: For fire-resistance-rated assemblies, provide
materials and construction identical to those tested in assembly indicated according to
ASTM E 119 by an independent testing agency.
B. STC-Rated Assemblies: For STC-rated assemblies, provide materials and
construction identical to those tested in assembly indicated according to ASTM E 90
and classified according to ASTM E 413 by an independent testing agency.

2.2

GYPSUM BOARD, GENERAL


A. Recycled Content of Gypsum Panel Products: Postconsumer recycled content plus
one-half of preconsumer recycled content not less than 75 percent.
B. Regional Materials: Gypsum panel products shall be manufactured within 500 miles
(800 km) of Project site from materials that have been extracted, harvested, or
recovered, as well as manufactured, within 500 miles (800 km) of Project site.
C. Size: Provide maximum lengths and widths available that will minimize joints in each
area and that correspond with support system indicated.

2.3

INTERIOR GYPSUM BOARD


A. Manufacturers: Subject to compliance with requirements, provide products by one of
the following:
1. CertainTeed Corp.
2. Georgia-Pacific Gypsum LLC.
3. Lafarge North America Inc.
B. Flexible Gypsum Board: ASTM C 1396/C 1396M. Manufactured to bend to fit radii
and to be more flexible than standard regular-type gypsum board of same thickness.
1. Thickness: 1/4 inch (6.4 mm).
2. Long Edges: Tapered.
C. Gypsum Ceiling Board: ASTM C 1396/C 1396M.
1. Thickness: 1/2 inch (12.7 mm).

GYPSUM BOARD
394

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


4 of 15

2. Long Edges: Tapered.


D. Moisture- and Mold-Resistant Gypsum Board: ASTM C 1396/C 1396M. With
moisture- and mold-resistant core and paper surfaces.
1. Core: As indicated.
2. Long Edges: Tapered.
3. Mold Resistance: ASTM D 3273, score of 10 as rated according to
ASTM D 3274.
2.4

EXTERIOR GYPSUM BOARD FOR CEILINGS AND SOFFITS


A. Exterior Gypsum Soffit Board: ASTM C 1396/C 1396M, with manufacturer's
standard edges.
1. Manufacturers: Subject to compliance with requirements, provide products by one
of the following:
a. CertainTeed Corporation.
b. Georgia-Pacific Building Products.
c. Lafarge North America Inc.
d. National Gypsum Company.
e. USG Corporation.
2. Core: 1/2 inch (12.7 mm), regular type.
B. Glass-Mat Gypsum Sheathing Board: ASTM C 1177/C 1177M, with fiberglass mat
laminated to both sides and with manufacturer's standard edges.
1. Products: Subject to compliance with requirements, provide one of the following:
b

CertainTeed Corp.; GlasRoc Sheathing.

Georgia-Pacific Gypsum LLC; Dens-Glass Gold.

National Gypsum Company; Gold Bond, e(2)XP.

USG Corporation; Securock Glass Mat Sheathing.

2. Core: 1/2 inch (12.7 mm), regular type.


GYPSUM BOARD
395

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS
2.5

Contract No. BB-2829-000-006


5 of 15

TRIM ACCESSORIES
A. Standard Interior Trim: ASTM C 1047.
1. Material: Galvanized or aluminum-coated steel sheet or rolled zinc.
2. Shapes: Provide the following products by the same manufacturer as the gypsum
board panels.
a. Cornerbead.
b. Bullnose bead.
c. LC-Bead: J-shaped; exposed long flange receives joint compound.
d. L-Bead: L-shaped; exposed long flange receives joint compound.
e. U-Bead: J-shaped; exposed short flange does not receive joint compound.
f. Expansion (control) joint.
g. Curved-Edge Cornerbead: With notched or flexible flanges.
B. Standard Exterior Trim: ASTM C 1047.
1. Material: Hot-dip galvanized steel sheet, plastic, or rolled zinc.
2. Shapes: Provide the following products by the same manufacturer as the gypsum
board panels.
a. Cornerbead.
b. LC-Bead: J-shaped; exposed long flange receives joint compound.
c. Expansion (Control) Joint: One-piece, rolled zinc with V-shaped slot and
removable strip covering slot opening.
C. Architectural Aluminum Trim: Extruded accessories of profiles and dimensions
indicated, with flanges designed to receive joint treatment.
1. Basis-of-Design Product: Subject to compliance with requirements, provide
products scheduled below or comparable products by one of the following:
a. Fry Reglet Corporation.
b. Gordon Inc.

GYPSUM BOARD
396

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


6 of 15

c. Pittcon Industries.
2. Aluminum: Alloy and temper with not less than the strength and durability
properties of ASTM B 221 (ASTM B 221M), Alloy 6063-T5.
3. Finish: Corrosion-resistant primer compatible with joint compound and finish
materials specified.
4. Provide manufacturers standard pre-fabricated L, T and cross-intersection pieces
of the same characteristics as the trim profiles being joined.
a. Field-cutting and mitering of trim intersections will be acceptable at
contractors option, subject to Mock-up approval by the Architect.
5. Wall Reveals and Trim:
a. Intermediate Reveals: Pittcon SWR Series.
b. Perimeter Reveals, open-ended: Pittcon STR Series.
c. Perimeter Reveals, U-shaped: Pittcon SWR-U Series.
d. Straight Edge Trim, L-shaped: Pittcon ST Series.
e. Curved Edge Trim, L-shaped: Pittcon STF Series.
f. Straight Edge Trim, 45 degree bevel: Pittcon ST Series.
g. 90 degree Corner with reveals, both faces: Pittcon SO-ER-90 Series.
h. 90 degree Corner with single step: Pittcon SCS-2X Series.
i. 45 degree Corner: Pittcon SO-45 Series.
j. 60 degree Corner: Pittcon SO-60 Series.
6. Ceiling Reveals and Trim:
a. Intermediate Reveals: Pittcon SWR Series.
b. Perimeter Reveals, Wall to Gypsum Board Ceiling: Pittcon SCR Series.
c. Perimeter Reveals, Wall to Acoustical Panel Ceiling: Pittcon SWR-C Series.
d. Perimeter Reveals, Drywall-to-Acoustical: Pittcon SWR-DA Series.
e. Straight Edge Trim, L-shaped: Pittcon ST Series.
GYPSUM BOARD
397

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


7 of 15

f. Curved Edge Trim, L-shaped: Pittcon STF Series.


g. Straight Edge Trim, T-shaped: Pittcon STA Series.
h. Straight Edge Trim, Z-shaped: Pittcon SWZ Series.
i. Drop Edge Bulkhead Trim : Pittcon SGC Series.
7. Vented Soffit Reveals and Trim:
a. Intermediate Reveals: Fry Reglet DRM-V Series.
b. Perimeter Reveals, F-shaped: Fry Reglet DRMF-V Series.
c. Perimeter Reveals, Z-shaped: Fry Reglet DRMZ-V Series.
8. Unvented Soffit Reveals and Trim:
a. Intermediate Reveals: Fry Reglet DRM Series.
b. Perimeter Reveals, F-shaped: Fry Reglet DRMF Series.
c. Perimeter Reveals, Z-shaped: Fry Reglet DRMZ Series.
2.6

JOINT TREATMENT MATERIALS


A. General: Provide Joint Tape and Compound by the same manufacturer as the gypsum
board panels.
1. Basis-of-Design Product: Subject to compliance with requirements, provide
products scheduled below or comparable products by one of the following:
a. CertainTeed Corporation.
b. Georgia-Pacific Building Products.
c. Lafarge North America Inc.
d. USG Corporation.
B. Joint Tape: Self-adhering Sheetrock Fiberglass Drywall Tape by USG Corporation.
Provide for the following applications:
1. Interior Gypsum Board.
2. Exterior Gypsum Soffit Board.

GYPSUM BOARD
398

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


8 of 15

3. Glass-Mat Gypsum Sheathing Board.


4. Tile Backing Panels.
C. Setting-type Joint Compound: Sheetrock - Durabond by USG Corporation. Provide
for the following applications:
1. Prefilling: At open joints and damaged surface areas, use setting-type taping
compound.
2. Embedding and First Coat: For embedding tape and first coat on joints, fasteners,
and trim flanges.
D. Drying-type, sandable Joint Compound: Sheetrock - Midweight All Purpose by
USG Corporation. Provide for the following applications:
1. Fill Coat: For second coat on joints, fasteners, and trim flanges.
2. Finish Coat: For third coat on joints, fasteners, and trim flanges.
3. Skim Coat: For final coat of Level 5 finish.
2.7

AUXILIARY MATERIALS
A. General: Provide auxiliary materials that comply with referenced installation
standards and manufacturer's written instructions.
B. Laminating Adhesive: Adhesive or joint compound recommended for directly
adhering gypsum panels to continuous substrate.
1. Laminating adhesive shall have a VOC content of 50 g/L or less when calculated
according to 40 CFR 59, Subpart D (EPA Method 24).
C. Steel Drill Screws: ASTM C 1002 unless otherwise indicated.
1. Use screws complying with ASTM C 954 for fastening panels to steel members
from 0.033 to 0.112 inch (0.84 to 2.84 mm) thick.
2. For fastening cementitious backer units, use screws of type and size
recommended by panel manufacturer.
D. Sound-Attenuation Blankets: ASTM C 665, Type I (blankets without membrane
facing) produced by combining thermosetting resins with mineral fibers
manufactured from glass, slag wool, or rock wool.

GYPSUM BOARD
399

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


9 of 15

1. Fire-Resistance: Rated Non-combustible per ASTM E136 and NFPA Standard


220.
2. Flame Spread and Smoke Developed Values per ASTM E-84: 0 / 0.
3. Recycled Content of Blankets: Postconsumer recycled content plus one-half of
preconsumer recycled content not less than 70 percent.
4. Nominal density of 2.5 lb./cu. ft. (40 kg/cu. m), thermal resistivity of 3.7 deg F
x h x sq. ft./Btu x in. at 75 deg. F (25.6 K x m/W at 24 deg. C).
5. Thickness: As indicated on Drawings but not less than 2 inch (50.8 mm) thick.
6. Noise Reduction Coefficient at 2 inch (50.8 mm) thickness: 0.95.
7. Basis-of-Design: Subject to compliance with requirements, provide Thermafiber
SAFB by Thermafiber or comparable product by one of the following:
a. Owens Corning.
b. Roxul Inc.
PART 3 - EXECUTION
3.1

EXAMINATION
A. Examine areas and substrates including welded hollow-metal frames and support
framing, with Installer present, for compliance with requirements and other
conditions affecting performance of the Work.
B. Examine panels before installation. Reject panels that are wet, moisture damaged, and
mold damaged.
C. Proceed with installation only after unsatisfactory conditions have been corrected.

3.2

APPLYING AND FINISHING PANELS, GENERAL


A. Comply with ASTM C 840.
B. Install ceiling panels across framing to minimize the number of abutting end joints
and to avoid abutting end joints in central area of each ceiling. Stagger abutting end
joints of adjacent panels not less than one framing member.
C. Install panels with face side out. Butt panels together for a light contact at edges and
ends with not more than 1/16 inch (1.5 mm) of open space between panels. Do not
force into place.

GYPSUM BOARD
400

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


10 of 15

D. Locate edge and end joints over supports, except in ceiling applications where
intermediate supports or gypsum board back-blocking is provided behind end joints.
Do not place tapered edges against cut edges or ends. Stagger vertical joints on
opposite sides of partitions. Do not make joints other than control joints at corners of
framed openings.
E. Form control and expansion joints with space between edges of adjoining gypsum
panels.
F. Cover both faces of support framing with gypsum panels in concealed spaces (above
ceilings, etc.), except in chases braced internally.
1. Unless concealed application is indicated or required for sound, fire, air, or smoke
ratings, coverage may be accomplished with scraps of not less than 8 sq. ft. (0.7
sq. m) in area.
2. Fit gypsum panels around ducts, pipes, and conduits.
3. Where partitions intersect structural members projecting below underside of
floor/roof slabs and decks, cut gypsum panels to fit profile formed by structural
members; allow 1/4- to 3/8-inch- (6.4- to 9.5-mm-) wide joints to install sealant.
G. Isolate perimeter of gypsum board applied to non-load-bearing partitions at structural
abutments. Provide 1/4- to 1/2-inch- (6.4- to 12.7-mm-) wide spaces at these locations
and trim edges with edge trim where edges of panels are exposed. Seal joints between
edges and abutting structural surfaces with acoustical sealant.
H. Attachment to Steel Framing: Attach panels so leading edge or end of each panel is
attached to open (unsupported) edges of stud flanges first.
I. STC-Rated Assemblies: Seal construction at perimeters, behind control joints, and at
openings and penetrations with a continuous bead of acoustical sealant. Install
acoustical sealant at both faces of partitions at perimeters and through penetrations.
Comply with ASTM C 919 and with manufacturer's written instructions for locating
edge trim and closing off sound-flanking paths around or through assemblies,
including sealing partitions above acoustical ceilings.
J. Install sound attenuation blankets before installing gypsum panels unless blankets are
readily installed after panels have been installed on one side.
1. Interior Stud Cavity Friction fit securely between studs. Butt ends of blankets
closely together and fill all voids.
2. Creased blankets Bow the blankets slightly to fit into stud cavity. Slit the
blankets vertically 1 deep with a utility knife.
GYPSUM BOARD
401

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


11 of 15

3. Floor-Ceiling Friction fit securely between framing members.


4. Ceiling Overlayment Lay blankets over ceiling panels extending 48 beyond all
partitions. Tightly fit around all hangers, obstructions, and penetrations.
3.3

APPLYING INTERIOR GYPSUM BOARD


A. Install interior gypsum board of appropriate type and thickness in locations and per
schedules indicated on Drawings.
B. Single-Layer Application:
1. On ceilings, apply gypsum panels before wall/partition board application to
greatest extent possible and at right angles to framing unless otherwise indicated.
2. On partitions/walls, apply gypsum panels horizontally (perpendicular to framing)
unless otherwise indicated or required by fire-resistance-rated assembly, and
minimize end joints.
a. Stagger abutting end joints not less than one framing member in alternate
courses of panels.
b. At stairwells and other high walls, install panels horizontally unless otherwise
indicated or required by fire-resistance-rated assembly.
3. On Z-shaped furring members, apply gypsum panels vertically (parallel to
framing) with no end joints. Locate edge joints over furring members.
4. Fastening Methods: Apply gypsum panels to supports with steel drill screws.
C. Multilayer Application:
1. On ceilings, apply gypsum board indicated for base layers before applying base
layers on walls/partitions; apply face layers in same sequence. Apply base layers
at right angles to framing members and offset face-layer joints one framing
member, 16 inches (400 mm) minimum, from parallel base-layer joints, unless
otherwise indicated or required by fire-resistance-rated assembly.
2. On partitions/walls, apply gypsum board indicated for base layers and face layers
vertically (parallel to framing) with joints of base layers located over stud or
furring member and face-layer joints offset at least one stud or furring member
with base-layer joints unless otherwise indicated or required by fire-resistancerated assembly. Stagger joints on opposite sides of partitions.

GYPSUM BOARD
402

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


12 of 15

3. On Z-shaped furring members, apply base layer vertically (parallel to framing)


and face layer either vertically (parallel to framing) or horizontally (perpendicular
to framing) with vertical joints offset at least one furring member. Locate edge
joints of base layer over furring members.
4. Fastening Methods: Fasten base layers and face layers separately to supports with
screws.
D. Laminating to Substrate: Where gypsum panels are indicated as directly adhered to a
substrate (other than studs, joists, furring members, or base layer of gypsum board),
comply with gypsum board manufacturer's written instructions and temporarily brace
or fasten gypsum panels until fastening adhesive has set.
E. Curved Surfaces:
1. Install panels horizontally (perpendicular to supports) and unbroken, to extent
possible, across curved surface plus 12-inch- (300-mm-) long straight sections at
ends of curves and tangent to them.
2. For double-layer construction, fasten base layer to studs with screws 16 inches
(400 mm) o.c. Center gypsum board face layer over joints in base layer, and
fasten to studs with screws spaced 12 inches (300 mm) o.c.
3.4

APPLYING EXTERIOR GYPSUM PANELS FOR CEILINGS AND SOFFITS


A. Apply panels perpendicular to supports, with end joints staggered and located over
supports.
1. Install with 1/4-inch (6.4-mm) open space where panels abut other construction or
structural penetrations.
2. Fasten with corrosion-resistant screws.

3.5

INSTALLING TRIM ACCESSORIES


A. General: For trim with back flanges intended for fasteners, attach to framing with
same fasteners used for panels. Otherwise, attach trim according to manufacturer's
written instructions.
B. Control Joints: Install control joints at locations indicated on Drawings and if not
indicated, according to ASTM C 840 and in specific locations approved by Architect
for visual effect.

GYPSUM BOARD
403

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


13 of 15

C. Standard Interior and Exterior Trim: Install in all locations recommended and
required by the gypsum panel manufacturer, except where Architectural Aluminum
Trim is indicated, including but not limited to the following:
1. Outside corners of gypsum board walls, column closures, duct and pipe chases
and ceiling bulkheads.
2. Perimeter of wall and ceiling openings and recesses not covered by door and/or
window frames or applied frame trim, excluding penetrations for mechanical,
plumbing and electrical work
3. Perimeter joints of gypsum board wall and ceiling surfaces aligned or intersecting
with non-gypsum board walls and ceilings.
D. Architectural Aluminum Trim: Install in locations indicated on Drawings including
types of locations listed for the Standard Trim where special design detailing is
required.
3.6

FINISHING GYPSUM BOARD


A. General: Treat gypsum board joints, interior angles, edge trim, control joints,
penetrations, fastener heads, surface defects, and elsewhere as required to prepare
gypsum board surfaces for decoration. Promptly remove residual joint compound
from adjacent surfaces.
B. Prefill open joints and damaged surface areas.
C. Apply joint tape over gypsum board joints, except for trim products specifically
indicated as not intended to receive tape.
D. Gypsum Board Finish Levels: Finish panels to levels indicated below and according
to ASTM C 840:
1. Level 1: Ceiling plenum areas, concealed areas, and where indicated.
2. Level 2: Wall surfaces that are substrate for tile.
3. Level 3: Wall and ceiling surfaces scheduled to receive wood and plastic-laminate
panels, and other locations where indicated on Drawings
4. Level 4: At panel surfaces that will be exposed to view unless otherwise indicated
5. Level 5: Walls and Ceilings scheduled for semi-gloss and gloss paint, surfaces
with Architectural Aluminum Trim regardless of scheduled applied finishes and
other locations where indicated on Drawings.

GYPSUM BOARD
404

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS
3.7

Contract No. BB-2829-000-006


14 of 15

PROTECTION
A. Protect adjacent surfaces from drywall compound and promptly remove from floors
and other non-drywall surfaces. Repair surfaces stained, marred, or otherwise
damaged during drywall application.
B. Protect installed products from damage from weather, condensation, direct sunlight,
construction, and other causes during remainder of the construction period.
C. Remove and replace panels that are wet, moisture damaged, and mold damaged.
1. Indications that panels are wet or moisture damaged include, but are not limited
to, discoloration, sagging, or irregular shape.
2. Indications that panels are mold damaged include, but are not limited to, fuzzy or
splotchy surface contamination and discoloration.

PART 4 - MEASUREMENTS AND PAYMENT


4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective
item as described herein and shown below. This price shall be full compensation for
all work contained in the bid item as described herein and required by the related
Special Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to
complete the Work in every respect, including furnishing all materials, installation,
testing, placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional
requirements.

GYPSUM BOARD
405

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


15 of 15
END OF SPECIAL PROVISION 092900

GYPSUM BOARD
406

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 12

CATEGORY 800
BUILDINGS
SECTION 095113 - ACOUSTICAL PANEL CEILINGS
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions,
Special Provisions, General Provisions, and Terms and Conditions, apply to this
Section.

1.2

SUMMARY
A. Special Provision Section includes acoustical panels and exposed suspension systems
for ceilings.
B. Related Requirements:
1. Special Provision Section 092900 Gypsum Board for gypsum board ceilings
and bulkheads.
C. Products furnished, but not installed under this Section, include anchors, clips, and
other ceiling attachment devices to be cast in concrete.

1.3

PREINSTALLATION MEETINGS
A. Preinstallation Conference: Conduct conference at Project site.

1.4

ACTION SUBMITTALS
A. Product Data: For each type of product.
B. Samples for Verification: For each component indicated and for each exposed finish
required, prepared on Samples of size indicated below.
1. Acoustical Panel: Set of 6-inch- (150-mm-) square Samples of each type, color,
pattern, and texture.
2. Exposed Suspension-System Members, Moldings, and Trim: Set of 6-inch- (150mm-) long Samples of each type, finish, and color.

ACOUSTICAL PANEL CEILINGS


407

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

1.5

Contract No. BB-2829-000-006


2 of 12

INFORMATIONAL SUBMITTALS
A. Coordination Drawings: Reflected ceiling plans, drawn to scale, on which the
following items are shown and coordinated with each other, using input from
installers of the items involved:
1. Suspended ceiling components.
2. Structural members to which suspension systems will be attached.
3. Size and location of initial access modules for acoustical panels.
4. Items penetrating finished ceiling including the following:
a. Lighting fixtures.
b. Air outlets and inlets.
c. Speakers.
d. Sprinklers.
e. Access panels.
5. Perimeter moldings.
B. Product Test Reports: For each acoustical panel ceiling, for tests performed by
manufacturer and witnessed by a qualified testing agency.

1.6

CLOSEOUT SUBMITTALS
A. Maintenance Data: For finishes to include in maintenance manuals.

1.7

MAINTENANCE MATERIAL SUBMITTALS


A. Furnish extra materials that match products installed and that are packaged with
protective covering for storage and identified with labels describing contents.

ACOUSTICAL PANEL CEILINGS


408

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


3 of 12

1. Acoustical Ceiling Panels: Full-size panels equal to 2 percent of quantity


installed.
2. Suspension-System Components: Quantity of each exposed component equal to 2
percent of quantity installed.
3. Hold-Down Clips: Equal to 2 percent of quantity installed.
4. Impact Clips: Equal to 2 percent of quantity installed.
1.8

DELIVERY, STORAGE, AND HANDLING


A. Deliver acoustical panels, suspension-system components, and accessories to Project
site in original, unopened packages and store them in a fully enclosed, conditioned
space where they will be protected against damage from moisture, humidity,
temperature extremes, direct sunlight, surface contamination, and other causes.
B. Before installing acoustical panels, permit them to reach room temperature and a
stabilized moisture content.
C. Handle acoustical panels carefully to avoid chipping edges or damaging units in any
way.

1.9

FIELD CONDITIONS
A. Environmental Limitations: Do not install acoustical panel ceilings until spaces are
enclosed and weatherproof, wet work in spaces is complete and dry, work above
ceilings is complete, and ambient temperature and humidity conditions are
maintained at the levels indicated for Project when occupied for its intended use.
1. Pressurized Plenums: Operate ventilation system for not less than 48 hours before
beginning acoustical panel ceiling installation.

PART 2 - PRODUCTS
2.1

PERFORMANCE REQUIREMENTS
A. Seismic Performance: Acoustical ceiling shall withstand the effects of earthquake
motions determined according to ASCE/SEI 7.

ACOUSTICAL PANEL CEILINGS


409

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


4 of 12

B. Surface-Burning Characteristics: Comply with ASTM E 84; testing by a qualified


testing agency. Identify products with appropriate markings of applicable testing
agency.
1. Flame-Spread Index: Comply with ASTM E 1264 for Class A materials.
2. Smoke-Developed Index 50 or less.
C. Fire-Resistance Ratings: Comply with ASTM E 119; testing by a qualified testing
agency. Identify products with appropriate markings of applicable testing agency.
1. Indicate design designations from UL's "Fire Resistance Directory" or from the
listings of another qualified testing agency.
2.2

ACOUSTICAL PANELS, GENERAL


A. Low-Emitting Materials: Acoustical panel ceilings shall comply with the testing and
product requirements of the California Department of Health Services' "Standard
Practice for the Testing of Volatile Organic Emissions from Various Sources Using
Small-Scale Environmental Chambers."
B. Source Limitations:
1. Acoustical Ceiling Panel: Obtain each type from single source from single
manufacturer.
2. Suspension System: Obtain each type from single source from single
manufacturer.
C. Source Limitations: Obtain each type of acoustical ceiling panel and supporting
suspension system from single source from single manufacturer.
D. Recycled Content: Postconsumer recycled content plus one-half of preconsumer
recycled content not less than 45 percent.
E. Glass-Fiber-Based Panels: Made with binder containing no urea formaldehyde.
F. Acoustical Panel Standard: Provide manufacturer's standard panels of configuration
indicated that comply with ASTM E 1264 classifications as designated by types,
patterns, acoustical ratings, and light reflectances unless otherwise indicated.
1. Mounting Method for Measuring NRC: Type E-400; plenum mounting in which
face of test specimen is 15-3/4 inches (400 mm) away from test surface according
to ASTM E 795.

ACOUSTICAL PANEL CEILINGS


410

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


5 of 12

G. Acoustical Panel Colors and Patterns: Match appearance characteristics indicated for
each product type.
1. Where appearance characteristics of acoustical panels are indicated by referencing
pattern designations in ASTM E 1264 and not manufacturers' proprietary product
designations, provide products selected by Architect from each manufacturer's
full range that comply with requirements indicated for type, pattern, color, light
reflectance, acoustical performance, edge detail, and size.
H. Broad Spectrum Antimicrobial Fungicide and Bactericide Treatment: Provide
acoustical panels treated with manufacturer's standard antimicrobial formulation that
inhibits fungus, mold, mildew, and gram-positive and gram-negative bacteria and
showing no mold, mildew, or bacterial growth when tested according to
ASTM D 3273 and evaluated according to ASTM D 3274 or ASTM G 21.
2.3

ACOUSTICAL PANELS SCHEDULE


A. Basis-of-Design Product: Subject to compliance with requirements, provide product
indicated by manufacturer's name, product name or designation or comparable
product by one of the following:
1. Armstrong World Industries, Inc.
2. CertainTeed Corp.
3. Chicago Metallic Corporation.
4. USG Interiors, Inc.; Subsidiary of USG Corporation.
B. Acoustical Ceiling Panel Type ACP - 2: ASTM E 1264 Type III, mineral base with
painted finish; Form 1, nodular panels and as follows:
1. Basis-of-Design: Cirrus 574 by Armstrong World Industries, Inc.
2. Thickness: 3/4 inch (19 mm).
3. Modular Size: 24 by 24 inches (610 by 610 mm).
4. Edge Detail: Square Lay-in for 15/16-inch- (24-mm-) exposed Suspension Grid.
5. Pattern: E I (lightly textured).
6. Color: White.
7. Light Reflectance Coefficient: LR 0.86.

ACOUSTICAL PANEL CEILINGS


411

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


6 of 12

8. Noise Reduction Coefficient: NRC 0.70.


9. Ceiling Sound Transmission Class: CAC 35.
2.4

METAL SUSPENSION SYSTEMS, GENERAL


A. Recycled Content: Postconsumer recycled content plus one-half of preconsumer
recycled content not less than 25 percent.
B. Metal Suspension-System Standard: Provide manufacturer's standard direct-hung
metal suspension systems of types, structural classifications, and finishes indicated
that comply with applicable requirements in ASTM C 635/C 635M.
C. Attachment Devices: Size for five times the design load indicated in
ASTM C 635/C 635M, Table 1, "Direct Hung," unless otherwise indicated. Comply
with seismic design requirements.
1. Power-Actuated Fasteners in Concrete: Fastener system of type suitable for
application indicated, fabricated from corrosion-resistant materials, with clips or
other accessory devices for attaching hangers of type indicated and with
capability to sustain, without failure, a load equal to 10 times that imposed by
ceiling construction, as determined by testing according to ASTM E 1190,
conducted by a qualified testing and inspecting agency.
D. Wire Hangers, Braces, and Ties: Provide wires complying with the following
requirements:
1. Zinc-Coated, Carbon-Steel Wire: ASTM A 641/A 641M, Class 1 zinc coating,
soft temper.
2. Size: Select wire diameter so its stress at three times hanger design load
(ASTM C 635/C 635M, Table 1, "Direct Hung") will be less than yield stress of
wire, but provide not less than 0.106-inch- (2.69-mm-) diameter wire.
E. Seismic Stabilizer Bars: Manufacturer's standard perimeter stabilizers designed to
accommodate seismic forces.
F. Seismic Struts: Manufacturer's standard compression struts designed to accommodate
seismic forces.
G. Seismic Clips: Manufacturer's standard seismic clips designed and spaced to secure
acoustical panels in place.

ACOUSTICAL PANEL CEILINGS


412

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


7 of 12

H. Hold-Down Clips: Where indicated, provide manufacturer's standard hold-down clips


spaced 24 inches (610 mm) o.c. on all cross tees.
I. Impact Clips: Where indicated, provide manufacturer's standard impact-clip system
designed to absorb impact forces against acoustical panels.
2.5

METAL SUSPENSION SYSTEM SCHEDULE


A. Basis-of-Design Product: Subject to compliance with requirements, provide product
indicated by manufacturer's name, product name or designation or comparable
product by one of the following:
1. Armstrong World Industries, Inc.
2. CertainTeed Corp.
3. Chicago Metallic Corporation.
4. USG Interiors, Inc.; Subsidiary of USG Corporation.
B. Wide-Face, Capped, Double-Web,[ Fire-Rated,] Steel Suspension System: Main and
cross runners roll formed from cold-rolled steel sheet; prepainted, electrolytically zinc
coated, or hot-dip galvanized according to ASTM A 653/A 653M, not less than G30
(Z90) coating designation; with prefinished 15/16-inch- (24-mm-) wide metal caps on
flanges.
1. Basis-of-Design: Prelude ML by Armstrong World Industries, Inc.
2. Structural Classification: Heavy-duty system.
3. End Condition of Cross Runners: Butt-edge type.
4. Face Design: Flat, flush.
5. Cap Material: Steel or aluminum cold-rolled sheet.
6. Cap Finish: Painted white.

2.6

METAL EDGE MOLDINGS AND TRIM


A. Basis-of-Design Product: Subject to compliance with requirements, provide product
indicated by manufacturer's name, product name or designation or comparable
product by one of the following:

ACOUSTICAL PANEL CEILINGS


413

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


8 of 12

1. Armstrong World Industries, Inc.


2. CertainTeed Corp.
3. Chicago Metallic Corporation.
4. Fry Reglet Corporation.
5. Pittcon Industries.
6. USG Interiors, Inc.; Subsidiary of USG Corporation.
B. Roll-Formed, Sheet-Metal Edge Moldings and Trim: Type and profile indicated or, if
not indicated, manufacturer's standard moldings for edges and penetrations that
comply with seismic design requirements; formed from sheet metal of same material,
finish, and color as that used for exposed flanges of suspension-system runners.
1. Angle Molding with 7/8-inch- (22-mm-) wide Exposed Flange for use with Wide
Face Suspension Grid:
a. Basis-of-Design: Wall Molding 7809 by Armstrong World Industries, Inc.
PART 3 - EXECUTION
3.1

EXAMINATION
A. Examine substrates, areas, and conditions, including structural framing to which
acoustical panel ceilings attach or abut, with Installer present, for compliance with
requirements specified in this and other Sections that affect ceiling installation and
anchorage and with requirements for installation tolerances and other conditions
affecting performance of acoustical panel ceilings.
B. Examine acoustical panels before installation. Reject acoustical panels that are wet,
moisture damaged, or mold damaged.
C. Proceed with installation only after unsatisfactory conditions have been corrected.

3.2

PREPARATION
A. Measure each ceiling area and establish layout of acoustical panels to balance border
widths at opposite edges of each ceiling. Avoid using less-than-half-width panels at
borders, and comply with layout shown on reflected ceiling plans.

ACOUSTICAL PANEL CEILINGS


414

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

3.3

Contract No. BB-2829-000-006


9 of 12

INSTALLATION
A. General: Install acoustical panel ceilings to comply with ASTM C 636/C 636M and
seismic design requirements indicated, according to manufacturer's written
instructions and CISCA's "Ceiling Systems Handbook."
1. Fire-Rated Assembly: Install fire-rated ceiling systems according to tested firerated design.
B. Suspend ceiling hangers from building's structural members and as follows:
1. Install hangers plumb and free from contact with insulation or other objects within
ceiling plenum that are not part of supporting structure or of ceiling suspension
system.
2. Splay hangers only where required and, if permitted with fire-resistance-rated
ceilings, to miss obstructions; offset resulting horizontal forces by bracing,
countersplaying, or other equally effective means.
3. Where width of ducts and other construction within ceiling plenum produces
hanger spacings that interfere with location of hangers at spacings required to
support standard suspension-system members, install supplemental suspension
members and hangers in form of trapezes or equivalent devices.
4. Secure wire hangers to ceiling-suspension members and to supports above with a
minimum of three tight turns. Connect hangers directly either to structures or to
inserts, eye screws, or other devices that are secure and appropriate for substrate
and that will not deteriorate or otherwise fail due to age, corrosion, or elevated
temperatures.
5. Secure flat, angle, channel, and rod hangers to structure, including intermediate
framing members, by attaching to inserts, eye screws, or other devices that are
secure and appropriate for both the structure to which hangers are attached and
the type of hanger involved. Install hangers in a manner that will not cause them
to deteriorate or fail due to age, corrosion, or elevated temperatures.
6. Do not support ceilings directly from permanent metal forms or floor deck. Fasten
hangers to cast-in-place hanger inserts, postinstalled mechanical or adhesive
anchors, or power-actuated fasteners that extend through forms into concrete.
7. When steel framing does not permit installation of hanger wires at spacing
required, install carrying channels or other supplemental support for attachment of
hanger wires.

ACOUSTICAL PANEL CEILINGS


415

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


10 of 12

8. Do not attach hangers to steel deck tabs.


9. Do not attach hangers to steel roof deck. Attach hangers to structural members.
10. Space hangers not more than 48 inches (1200 mm) o.c. along each member
supported directly from hangers unless otherwise indicated; provide hangers not
more than 8 inches (200 mm) from ends of each member.
11. Size supplemental suspension members and hangers to support ceiling loads
within performance limits established by referenced standards and publications.
C. Secure bracing wires to ceiling suspension members and to supports with a minimum
of four tight turns. Suspend bracing from building's structural members as required
for hangers, without attaching to permanent metal forms, steel deck, or steel deck
tabs. Fasten bracing wires into concrete with cast-in-place or postinstalled anchors.
D. Install edge moldings and trim of type indicated at perimeter of acoustical ceiling area
and where necessary to conceal edges of acoustical panels.
1. Apply acoustical sealant in a continuous ribbon concealed on back of vertical legs
of moldings before they are installed.
2. Screw attach moldings to substrate at intervals not more than 16 inches (400 mm)
o.c. and not more than 3 inches (75 mm) from ends, leveling with ceiling
suspension system to a tolerance of 1/8 inch in 12 feet (3.2 mm in 3.6 m). Miter
corners accurately and connect securely.
3. Do not use exposed fasteners, including pop rivets, on moldings and trim.
E. Install suspension-system runners so they are square and securely interlocked with
one another. Remove and replace dented, bent, or kinked members.
F. Install acoustical panels with undamaged edges and fit accurately into suspensionsystem runners and edge moldings. Scribe and cut panels at borders and penetrations
to provide a neat, precise fit.
1. Arrange directionally patterned acoustical panels as follows:
a. Install panels with pattern running in one direction parallel to short axis of
space unless otherwise indicated on Drawings.
2. For square-edged panels, install panels with edges fully hidden from view by
flanges of suspension-system runners and moldings.

ACOUSTICAL PANEL CEILINGS


416

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


11 of 12

3. Install hold-down and/or impact clips in areas indicated, in areas required by


authorities having jurisdiction, and for fire-resistance ratings; space as
recommended by panel manufacturer's written instructions unless otherwise
indicated.
4. Protect lighting fixtures and air ducts to comply with requirements indicated for
fire-resistance-rated assembly.
3.4

FIELD QUALITY CONTROL


A. Testing Agency: Owner will engage a qualified testing agency to perform tests and
inspections and prepare test reports.
B. Perform the following tests and inspections of completed installations of acoustical
panel ceiling hangers and anchors and fasteners in successive stages. Do not proceed
with installations of acoustical panel ceiling hangers for the next area until test results
for previously completed installations show compliance with requirements.
1. Extent of Each Test Area: When installation of ceiling suspension systems on
each floor has reached 20 percent completion but no panels have been installed.
a. Within each test area, testing agency will select one of every 10 poweractuated fasteners and post installed anchors used to attach hangers to
concrete and will test them for 200 lbf (890 N) of tension; it will also select
one of every two post installed anchors used to attach bracing wires to
concrete and will test them for 440 lbf (1957 N) of tension.
b. When testing discovers fasteners and anchors that do not comply with
requirements, testing agency will test those anchors not previously tested until
20 pass consecutively and then will resume initial testing frequency.
c. Acoustical panel ceiling hangers and anchors and fasteners will be considered
defective if they do not pass tests and inspections.
d. Prepare test and inspection reports.

3.5

CLEANING
A. Clean exposed surfaces of acoustical panel ceilings, including trim, edge moldings,
and suspension-system members. Comply with manufacturer's written instructions for
cleaning and touchup of minor finish damage. Remove and replace ceiling
components that cannot be successfully cleaned and repaired to permanently
eliminate evidence of damage.

ACOUSTICAL PANEL CEILINGS


417

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


12 of 12

PART 4 - MEASUREMENTS AND PAYMENT


4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective
item as described herein and shown below. This price shall be full compensation for
all work contained in the bid item as described herein and required by the related
Special Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to
complete the Work in every respect, including furnishing all materials, installation,
testing, placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional
requirements.
END OF SPECIAL PROVISION 095113

ACOUSTICAL PANEL CEILINGS


418

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 7

CATEGORY 800
BUILDINGS
SECTION 099123 - INTERIOR PAINTING
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions,
Special Provisions, General Provisions, and Terms and Conditions, apply to this
Section.

1.2

SUMMARY
A. Special Provision Section includes surface preparation and the application of paint
systems on the following interior substrates:
1. Concrete masonry units (CMU).
2. Steel.
3. Gypsum board.

1.3

DEFINITIONS
A. Gloss Level 1: Not more than 5 units at 60 degrees and 10 units at 85 degrees,
according to ASTM D 523.
B. Gloss Level 2: Not more than 10 units at 60 degrees and 10 to 35 units at 85 degrees,
according to ASTM D 523.
C. Gloss Level 3: 10 to 25 units at 60 degrees and 10 to 35 units at 85 degrees,
according to ASTM D 523.
D. Gloss Level 4: 20 to 35 units at 60 degrees and not less than 35 units at 85 degrees,
according to ASTM D 523.
E. Gloss Level 5: 35 to 70 units at 60 degrees, according to ASTM D 523.
F. Gloss Level 6: 70 to 85 units at 60 degrees, according to ASTM D 523.
G. Gloss Level 7: More than 85 units at 60 degrees, according to ASTM D 523.

INTERIOR PAINTING
419

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

1.4

Contract No. BB-2829-000-006


2 of 7

ACTION SUBMITTALS
A. Product Data: For each type of product.
application instructions.

Include preparation requirements and

B. Samples for Verification: For each type of paint system and in each color and gloss
of topcoat.
1. Submit Samples on rigid backing, 8 inches 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, include the following:
1. Cross-reference to paint system and locations of application areas. Use same
designations indicated on Drawings and in schedules.
2. Printout of current "MPI Approved Products List" for each product category
specified in Part 2, with the proposed product highlighted.
3. VOC content.
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
1. Maintain containers in clean condition, free of foreign materials and residue.
2. Remove rags and waste from storage areas daily.

1.6

FIELD CONDITIONS
A. Apply paints only when temperature of surfaces to be painted and ambient air
temperatures are between 50 and 95 deg. F.
B. Do not apply paints when relative humidity exceeds 85 percent; at temperatures less
than 5 deg. F above the dew point; or to damp or wet surfaces.

INTERIOR PAINTING
420

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


3 of 7

PART 2 - PRODUCTS
2.1

MANUFACTURERS
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. Behr Process Corporation.
2. Benjamin Moore & Co.
3. Duron, Inc.
4. ICI Paints.
5. M.A.B. Paints.
6. PPG Architectural Finishes, Inc.
7. Sherwin-Williams Company (The).

2.2

PAINT, GENERAL
A. MPI Standards: Provide products that comply with MPI standards indicated and that
are listed in its "MPI Approved Products List."
B. Material Compatibility:
1. Provide materials for use within each paint 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. For each coat in a paint system, provide products recommended in writing by
manufacturers of topcoat for use in paint system and on substrate indicated.
C. Colors: Match existing colors for adjacent, similar materials.
D. Block Filler, Latex, Interior/Exterior: MPI #4.

2.3

PRIMERS/SEALERS
A. Primer Sealer, Latex, Interior: MPI #50.

INTERIOR PAINTING
421

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

2.4

Contract No. BB-2829-000-006


4 of 7

WATER-BASED PAINTS
A. Latex, Interior, Flat, (Gloss Level 1): MPI #53.
B. Latex, Interior, (Gloss Level 2): MPI #44.
C. Latex, Interior, (Gloss Level 3): MPI #52.
D. Latex, Interior, (Gloss Level 4): MPI #43.
E. Latex, Interior, Semi-Gloss, (Gloss Level 5): MPI #54.
F. Latex, Interior, Gloss, (Gloss Level 6, except minimum gloss of 65 units at 60
degrees): MPI #114.

PART 3 - 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 the Work.
B. Maximum Moisture Content of Substrates:
moisture meter as follows:

When measured with an electronic

1. Masonry: 12 percent.
2. Gypsum Board: 12 percent.
C. Gypsum Board Substrates: Verify that finishing compound is sanded smooth.
D. Verify suitability of substrates, including surface conditions and compatibility with
existing finishes and primers.
E. Proceed with coating application only after unsatisfactory conditions have been
corrected.
1. Application of coating indicates acceptance of surfaces and conditions.

INTERIOR PAINTING
422

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

3.2

Contract No. BB-2829-000-006


5 of 7

PREPARATION
A. Comply with manufacturer's written instructions and recommendations in "MPI
Manual" applicable to substrates indicated.
B. Remove hardware, covers, plates, and similar items already in place that are
removable and are not to be painted. If removal is impractical or impossible because
of size or weight of item, provide surface-applied protection before surface
preparation and painting.
1. After completing painting operations, use workers skilled in the trades involved to
reinstall items that were removed. Remove surface-applied protection if any.
C. Clean substrates of substances that could impair bond of paints, including dust, dirt,
oil, grease, and incompatible paints and encapsulants.
1. Remove incompatible primers and reprime substrate with compatible primers or
apply tie coat as required to produce paint systems indicated.
D. Masonry Substrates: Remove efflorescence and chalk. Do not paint surfaces if
moisture content or alkalinity of surfaces or mortar joints exceed that permitted in
manufacturer's written instructions.
E. Shop-Primed Steel Substrates: Clean field welds, bolted connections, and abraded
areas of shop paint, and paint exposed areas with the same material as used for shop
priming to comply with SSPC-PA 1 for touching up shop-primed surfaces.

3.3

APPLICATION
A. Apply paints according to manufacturer's
recommendations in "MPI Manual."

written

instructions

and

to

1. Use applicators and techniques suited for paint and substrate indicated.
2. Paint surfaces behind movable equipment and furniture same as similar exposed
surfaces. Before final installation, paint surfaces behind permanently fixed
equipment or furniture with prime coat only.
3. Paint front and backsides of access panels, removable or hinged covers, and
similar hinged items to match exposed surfaces.
4. Do not paint over labels of independent testing agencies or equipment name,
identification, performance rating, or nomenclature plates.
INTERIOR PAINTING
423

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


6 of 7

5. Primers specified in painting schedules may be omitted on items that are factory
primed or factory finished if acceptable to topcoat manufacturers.
B. If undercoats or other conditions show through topcoat, apply additional coats until
cured film has a uniform paint finish, color, and appearance.
C. Apply paints to produce surface films without cloudiness, spotting, holidays, laps,
brush marks, roller tracking, runs, sags, ropiness, or other surface imperfections. Cut
in sharp lines and color breaks.
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 paint application, clean spattered surfaces. Remove spattered paints
by washing, scraping, or other methods. Do not scratch or damage adjacent finished
surfaces.
C. Protect work of other trades against damage from paint application. Correct damage
to work of other trades by cleaning, repairing, replacing, and refinishing, as approved
by Architect, and leave in an undamaged condition.
D. At completion of construction activities of other trades, touch up and restore damaged
or defaced painted surfaces.

3.5

INTERIOR PAINTING SCHEDULE


A. CMU Substrates:
1. Latex System:
a. Block Filler: Block filler, latex, interior/exterior, MPI #4.
b. Intermediate Coat: Latex, interior, matching topcoat.
c. Topcoat: Latex, interior. Match gloss level of existing adjacent painted finish.
B. Steel Substrates:
1. Latex System:
a. Prime Coat: Shop primer specified in Special Provision 081113 Hollow
Metal Doors and Frames.
b. Intermediate Coat: Latex, interior, matching topcoat.
c. Topcoat: Latex, interior, semi-gloss, (Gloss Level 5), MPI #54.

INTERIOR PAINTING
424

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


7 of 7

C. Gypsum Board Substrates:


1. Latex System:
a. Prime Coat: Primer sealer, latex, interior, MPI #50.
b. Intermediate Coat: Latex, interior, matching topcoat.
c. Topcoat: Latex, interior, (Gloss Level 2), MPI #44.
PART 4 - MEASUREMENTS AND PAYMENT
4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective
item as described herein and shown below. This price shall be full compensation for
all work contained in the bid item as described herein and required by the related
Special Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to
complete the Work in every respect, including furnishing all materials, installation,
testing, placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional
requirements.
END OF SPECIAL PROVISION 099123

INTERIOR PAINTING
425

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 6

CATEGORY 800
BUILDINGS
SECTION 220519 - METERS AND GAGES FOR PLUMBING PIPING
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions, Special
Provisions, General Provisions, and Terms and Conditions, apply to this Section.

1.2

SUMMARY
A. Special Provision Section includes:
1.
2.
3.
4.
5.

1.3

Bimetallic-actuated thermometers.
Liquid-in-glass thermometers.
Thermowells.
Dial-type pressure gages.
Gage attachments.

ACTION SUBMITTALS
A. Product Data: For each type of product indicated.

1.4

INFORMATIONAL SUBMITTALS
A. Product certificates.

1.5

CLOSEOUT SUBMITTALS
A. Operation and maintenance data.

PART 2 - PRODUCTS
2.1

LIQUID-IN-GLASS THERMOMETERS
A. Metal-Case, Industrial-Style, Liquid-in-Glass Thermometers:

METERS AND GAGES FOR PLUMBING PIPING


426

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


2 of 6

1. Manufacturers: Subject to compliance with requirements, provide products by one


of the following:
a. Flo Fab Inc.
b. Miljoco Corporation.
c. Palmer Wahl Instrumentation Group.
d. Tel-Tru Manufacturing Company.
e. Trerice, H. O. Co.
f. Weiss Instruments, Inc.
g. Winters Instruments - U.S.
2.
3.
4.
5.
6.

Standard: ASME B40.200.


Case: Cast aluminum; 9-inch nominal size unless otherwise indicated.
Case Form: Adjustable angle unless otherwise indicated.
Tube: Glass with magnifying lens and blue or red organic liquid.
Tube Background: Nonreflective aluminum with permanently etched scale markings
graduated in deg. F.
7. Window: Glass.
8. Stem: Aluminum and of length to suit installation.
a. Design for Thermowell Installation: Bare stem.
9. Connector: 1-1/4 inches (32 mm), with ASME B1.1 screw threads.
10. Accuracy: Plus or minus 1 percent of scale range or one scale division, to a
maximum of 1.5 percent of scale range.
2.2

THERMOWELLS
A. Thermowells:
1. Standard: ASME B40.200.
2. Description: Pressure-tight, socket-type fitting made for insertion into piping tee
fitting.
3. Material for Use with Copper Tubing: CNR or CUNI.
4. Material for Use with Steel Piping: CRES or CSA.
5. Type: Stepped shank unless straight or tapered shank is indicated.
6. External Threads: NPS 1/2, NPS 3/4, or NPS 1, ASME B1.20.1 pipe threads.
7. Internal Threads: 1/2, 3/4, and 1 inch (13, 19, and 25 mm), with ASME B1.1 screw
threads.
8. Bore: Diameter required to match thermometer bulb or stem.
9. Insertion Length: Length required to match thermometer bulb or stem.
10. Lagging Extension: Include on thermowells for insulated piping and tubing.
11. Bushings: For converting size of thermowell's internal screw thread to size of
thermometer connection.

METERS AND GAGES FOR PLUMBING PIPING


427

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


3 of 6

B. Heat-Transfer Medium: Mixture of graphite and glycerin.


2.3

PRESSURE GAGES
A. Direct-Mounted, Metal-Case, Dial-Type Pressure Gages:
1. Manufacturers: Subject to compliance with requirements, provide products by one
of the following:
a. AMETEK, Inc.; U.S. Gauge.
b. Ashcroft Inc.
c. Ernst Flow Industries.
d. Flo Fab Inc.
e. Marsh Bellofram.
f. Miljoco Corporation.
g. Palmer Wahl Instrumentation Group.
h. Trerice, H. O. Co.
i. Watts Regulator Co.; a div. of Watts Water Technologies, Inc.
j. Weiss Instruments, Inc.
k. Winters Instruments - U.S.
2. Standard: ASME B40.100.
3. Case: Liquid-filled type; cast aluminum or drawn steel; 4-1/2-inch (114-mm)
nominal diameter.
4. Pressure-Element Assembly: Bourdon tube unless otherwise indicated.
5. Pressure Connection:
Brass, with NPS 1/4 or NPS 1/2 (DN 8 or DN 15),
ASME B1.20.1 pipe threads and bottom-outlet type unless back-outlet type is
indicated.
6. Movement: Mechanical, with link to pressure element and connection to pointer.
7. Dial: Nonreflective aluminum with permanently etched scale markings graduated in
psi (kPa).
8. Pointer: Dark-colored metal.
9. Window: Glass.
10. Ring: Brass.
11. Accuracy: Grade A, plus or minus 1 percent of middle half of scale range.

2.4

GAGE ATTACHMENTS
A. Snubbers: ASME B40.100, brass; with NPS 1/4 or NPS 1/2 (DN 8 or DN 15),
ASME B1.20.1 pipe threads and piston or porous-metal-type surge-dampening device.
Include extension for use on insulated piping.

METERS AND GAGES FOR PLUMBING PIPING


428

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


4 of 6

B. Valves: Brass or stainless-steel needle, with NPS 1/4 or NPS 1/2 (DN 8 or DN 15),
ASME B1.20.1 pipe threads.
PART 3 - EXECUTION
3.1

INSTALLATION
A. Install thermowells with socket extending to center of pipe and in vertical position in
piping tees.
B. Install thermowells of sizes required to match thermometer connectors.
bushings if required to match sizes.

Include

C. Install thermowells with extension on insulated piping.


D. Fill thermowells with heat-transfer medium.
E. Install direct-mounted thermometers in thermowells and adjust vertical and tilted
positions.
F. Install direct-mounted pressure gages in piping tees with pressure gage located on pipe at
the most readable position.
G. Install valve and snubber in piping for each pressure gage for fluids.
H. Install thermometers in the following locations:
1. Inlet and outlet of each water heater.
I. Install pressure gages in the following locations:
1. Inlet and outlet of each pressure-reducing valve.
2. Suction and discharge of each domestic water pump.
J. Adjust faces of meters and gages to proper angle for best visibility.
3.2

THERMOMETER SCHEDULE
A. Thermometers at inlet and outlet of each domestic water heater shall be the following:
1. Industrial-style, liquid-in-glass type.

METERS AND GAGES FOR PLUMBING PIPING


429

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


5 of 6

B. Thermometer stems shall be of length to match thermowell insertion length.


3.3

THERMOMETER SCALE-RANGE SCHEDULE


A. Scale Range for Domestic Cold-Water Piping: 0 to 150 deg. F.
B. Scale Range for Domestic Hot-Water Piping: 0 to 250 deg. F (0 to 150 deg. C).

3.4

PRESSURE-GAGE SCHEDULE
A. Pressure gages shall be the following:
1. Liquid-filled, direct-mounted, metal case.

3.5

PRESSURE-GAGE SCALE-RANGE SCHEDULE


A. Scale Range for Domestic Water Piping: 0 to 100 psi (0 to 600 kPa).

PART 4 - MEASUREMENTS AND PAYMENT


4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective item
as described herein and shown below. This price shall be full compensation for all work
contained in the bid item as described herein and required by the related Special
Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to complete
the Work in every respect, including furnishing all materials, installation, testing,
placement into operation, training of Owner personnel, and project closeout.

METERS AND GAGES FOR PLUMBING PIPING


430

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


6 of 6

D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional requirements.


END OF SPECIAL PROVISION 220519

METERS AND GAGES FOR PLUMBING PIPING


431

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 6

CATEGORY 800
BUILDINGS
SECTION 220523 - GENERAL-DUTY VALVES FOR PLUMBING PIPING
PART 1 - GENERAL
1.1

SUMMARY

A. Special Provision Section includes:


1.
2.
3.
4.

Bronze ball valves.


Bronze swing check valves.
Bronze gate valves.
Bronze globe valves.

B. Related Special Provision Sections:


1. Special Provision Section 220553 "Identification for Plumbing Piping and
Equipment" for valve tags and schedules.
2. Special Provision Section 221116 "Domestic Water Piping" for valves applicable
only to this piping.
1.2

ACTION SUBMITTALS

A. Product Data: For each type of valve indicated.


1.3

QUALITY ASSURANCE

A. ASME Compliance: ASME B16.10 and ASME B16.34 for ferrous valve dimensions
and design criteria.
B. NSF Compliance: NSF 61 for valve materials for potable-water service.
PART 2 - PRODUCTS
2.1

GENERAL REQUIREMENTS FOR VALVES

A. Refer to valve schedule articles for applications of valves.


B. Valve Pressure and Temperature Ratings: Not less than indicated and as required for
system pressures and temperatures.
GENERAL-DUTY VALVES FOR PLUMBING PIPING
432

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


2 of 6

C. Valve Sizes: Same as upstream piping unless otherwise indicated.


D. Valve Actuator Types:
1. Handwheel: For valves other than quarter-turn types.
2. Handlever: For quarter-turn valves NPS 6 (DN 150) and smaller.
E. Valves in Insulated Piping: With 2-inch (50-mm) stem extensions and the following
features:
1. Gate Valves: With rising stem.
2. Ball Valves: With extended operating handle of non-thermal-conductive material,
and protective sleeve that allows operation of valve without breaking the vapor seal
or disturbing insulation.
F. Valve-End Connections:
1. Flanged: With flanges according to ASME B16.1 for iron valves.
2. Threaded: With threads according to ASME B1.20.1.
2.2

BRONZE BALL VALVES

A. Two-Piece, Full-Port, Bronze Ball Valves with Bronze Trim:


1. Manufacturers: Subject to compliance with requirements, provide products by one
of the following:
a. American Valve, Inc.
b. Conbraco Industries, Inc.; Apollo Valves.
c. Crane Co.; Crane Valve Group; Crane Valves.
d. 3 of 7
e. NIBCO INC.
f. Red-White Valve Corporation.
g. Watts Regulator Co.; a division of Watts Water Technologies, Inc.
2. Description:
a. Standard: MSS SP-110.
b. SWP Rating: 150 psig (1035 kPa).
c. CWP Rating: 600 psig (4140 kPa).
d. Body Design: Two piece.
e. Body Material: Bronze.
f. Ends: Threaded.
g. Seats: PTFE or TFE.
h. Stem: Bronze.
i. Ball: Chrome-plated brass.
GENERAL-DUTY VALVES FOR PLUMBING PIPING
433

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


3 of 6

j. Port: Full.
2.3

BRONZE SWING CHECK VALVES

A. Class 125, Bronze Swing Check Valves with Bronze Disc:


1. Manufacturers: Subject to compliance with requirements, provide products by one
of the following:
a. American Valve, Inc.
b. Crane Co.; Crane Valve Group; Crane Valves.
c. Crane Co.; Crane Valve Group; Jenkins Valves.
d. Crane Co.; Crane Valve Group; Stockham Division.
e. Kitz Corporation.
f. NIBCO INC.
g. Powell Valves.
h. Red-White Valve Corporation.
i. Watts Regulator Co.; a division of Watts Water Technologies, Inc.
2. Description:
a. Standard: MSS SP-80, Type 3.
b. CWP Rating: 200 psig (1380 kPa).
c. Body Design: Horizontal flow.
d. Body Material: ASTM B 62, bronze.
e. Ends: Threaded.
f. Disc: Bronze.
2.4

BRONZE GATE VALVES

A. Class 125, NRS Bronze Gate Valves:


1. Manufacturers: Subject to compliance with requirements, provide products by one
of the following:
a. American Valve, Inc.
b. Crane Co.; Crane Valve Group; Crane Valves.
c. Crane Co.; Crane Valve Group; Jenkins Valves.
d. Crane Co.; Crane Valve Group; Stockham Division.
e. Kitz Corporation.
f. NIBCO INC.
g. Powell Valves.
h. Red-White Valve Corporation.
i. Watts Regulator Co.; a division of Watts Water Technologies, Inc.
GENERAL-DUTY VALVES FOR PLUMBING PIPING
434

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


4 of 6

2. Description:
a. Standard: MSS SP-80, Type 1.
b. CWP Rating: 200 psig (1380 kPa).
c. Body Material: ASTM B 62, bronze with integral seat and screw-in bonnet.
d. Ends: Threaded.
e. Stem: Bronze.
f. Disc: Solid wedge; bronze.
g. Packing: Asbestos free.
h. Handwheel: Malleable iron.
2.5

BRONZE GLOBE VALVES

A. Class 125, Bronze Globe Valves with Bronze Disc:


1. Manufacturers: Subject to compliance with requirements, provide products by one
of the following:
a. Crane Co.; Crane Valve Group; Crane Valves.
b. Crane Co.; Crane Valve Group; Stockham Division.
c. NIBCO INC.
d. Powell Valves.
e. Red-White Valve Corporation.
f. Watts Regulator Co.; a division of Watts Water Technologies, Inc.
2. Description:
a. Standard: MSS SP-80, Type 1.
b. CWP Rating: 200 psig (1380 kPa).
c. Body Material: ASTM B 62, bronze with integral seat and screw-in bonnet.
d. Ends: Threaded.
e. Stem and Disc: Bronze.
f. Packing: Asbestos free.
g. Handwheel: Malleable iron.
PART 3 - EXECUTION
3.1

VALVE INSTALLATION

A. Install valves with unions or flanges at each piece of equipment arranged to allow
service, maintenance, and equipment removal without system shutdown.
B. Locate valves for easy access and provide separate support where necessary.
C. Install valves in horizontal piping with stem at or above center of pipe.
GENERAL-DUTY VALVES FOR PLUMBING PIPING
435

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


5 of 6

D. Install valves in position to allow full stem movement.


3.2

ADJUSTING

A. Adjust or replace valve packing after piping systems have been tested and put into
service but before final adjusting and balancing. Replace valves if persistent leaking
occurs.
3.3

GENERAL REQUIREMENTS FOR VALVE APPLICATIONS

A. If valve applications are not indicated, use the following:


1.
2.
3.
4.

Shutoff Service: Ball, butterfly, or gate valves.


Throttling Service: Globe or ball valves.
Pump-Discharge Check Valves:
NPS 2 (DN 50) and Smaller: Bronze swing check valves with bronze disc.

B. If valves with specified SWP classes or CWP ratings are not available, the same types of
valves with higher SWP class or CWP ratings may be substituted.
C. Select valves, except wafer types, with the following end connections:
1. For Copper Tubing, NPS 2 (DN 50) and Smaller: Threaded ends except where
solder-joint valve-end option is indicated in valve schedules below.
2. For Copper Tubing, NPS 2-1/2 to NPS 4 (DN 65 to DN 100): Flanged ends except
where threaded valve-end option is indicated in valve schedules below.
3.4

DOMESTIC, HOT- AND COLD-WATER VALVE SCHEDULE

A. Pipe NPS 2 (DN 50) and Smaller:


1. Ball Valves: Two piece, full port, bronze with bronze trim.
2. Bronze Swing Check Valves: Class 125, bronze disc.
3. Bronze Gate Valves: Class 125, NRS.
4. Bronze Globe Valves: Class 125, bronze disc.
PART 4 - MEASUREMENTS AND PAYMENT
4.1

METHOD OF MEASUREMENT

A. No separate measurement will be made for work under this section.


GENERAL-DUTY VALVES FOR PLUMBING PIPING
436

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS
4.2

Contract No. BB-2829-000-006


6 of 6

BASIS OF PAYMENT

A. These items will be paid for at the Contract Lump Sum price bid for each respective item
as described herein and shown below. This price shall be full compensation for all work
contained in the bid item as described herein and required by the related Special
Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to complete
the Work in every respect, including furnishing all materials, installation, testing,
placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional requirements.
END OF SPECIAL PROVISION 220523

GENERAL-DUTY VALVES FOR PLUMBING PIPING


437

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 9

CATEGORY 800
BUILDINGS
SECTION 220529 - HANGERS AND SUPPORTS FOR PLUMBING PIPING AND
EQUIPMENT
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions,
Special Provisions, General Provisions, and Terms and Conditions, apply to this
Section.

1.2

SUMMARY
A. Special Provision Section includes:
1. Metal pipe hangers and supports.
2. Thermal-hanger shield inserts.
3. Fastener systems.

1.3

PERFORMANCE REQUIREMENTS
A. Structural Performance: Hangers and supports for plumbing 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 supports for multiple pipes capable of supporting combined weight of
supported systems, system contents, and test water.
2. Design equipment supports capable of supporting combined operating weight of
supported equipment and connected systems and components.

1.4

ACTION SUBMITTALS
A. Product Data: For each type of product indicated.

HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT


438

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

1.5

Contract No. BB-2829-000-006


2 of 9

INFORMATIONAL SUBMITTALS
A. Welding certificates.

1.6

QUALITY ASSURANCE
A. Structural Steel Welding Qualifications: Qualify procedures and personnel according
to AWS D1.1/D1.1M, "Structural Welding Code - Steel."
B. Pipe Welding Qualifications: Qualify procedures and operators according to ASME
Boiler and Pressure Vessel Code.

PART 2 - PRODUCTS
2.1

METAL PIPE HANGERS AND SUPPORTS


A. 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.
3. Nonmetallic Coatings: Plastic coating, jacket, or liner.
4. Padded Hangers: Hanger with fiberglass or other pipe insulation pad or cushion to
support bearing surface of piping.
5. Hanger Rods: Continuous-thread rod, nuts, and washer made of carbon steel.
B. Copper Pipe Hangers:
1. Description: MSS SP-58, Types 1 through 58, copper-coated-steel, factoryfabricated components.
2. Hanger Rods: Continuous-thread rod, nuts, and washer made of copper-coated
steel.

2.2

THERMAL-HANGER SHIELD INSERTS


A. Insulation-Insert Material for Cold Piping: ASTM C 552, Type II cellular glass with
100-psig or ASTM C 591, Type VI, Grade 1 polyisocyanurate with 125-psig
minimum compressive strength and vapor barrier.

HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT


439

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


3 of 9

B. Insulation-Insert Material for Hot Piping: ASTM C 552, Type II cellular glass with
100-psig or ASTM C 591, Type VI, Grade 1 polyisocyanurate with 125-psig
minimum compressive strength.
C. For Clevis or Band Hangers: Insert and shield shall cover lower 180 degrees of pipe.
D. Insert Length: Extend 2 inches beyond sheet metal shield for piping operating below
ambient air temperature.
2.3

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, zinc-coated 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.

2.4

PIPE POSITIONING SYSTEMS


A. Description: IAPMO PS 42, positioning system of metal brackets, clips, and straps
for positioning piping in pipe spaces; for plumbing fixtures in commercial
applications.

2.5

MISCELLANEOUS MATERIALS
A. Structural Steel: ASTM A 36/A 36M, carbon-steel plates, shapes, and bars; black and
galvanized.
B. Grout: ASTM C 1107, factory-mixed and -packaged, dry, hydraulic-cement,
nonshrink and nonmetallic grout; suitable for interior and exterior applications.
1. Properties: Nonstaining, noncorrosive, and nongaseous.
2. Design Mix: 5000-psi, 28-day compressive strength.

HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT


440

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


4 of 9

PART 3 - EXECUTION
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. Thermal-Hanger Shield Installation: Install in pipe hanger or shield for insulated
piping.
C. 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.
D. Install hangers and supports complete with necessary attachments, inserts, bolts, rods,
nuts, washers, and other accessories.
E. Install hangers and supports to allow controlled thermal and seismic movement of
piping systems, to permit freedom of movement between pipe anchors, and to
facilitate action of expansion joints, expansion loops, expansion bends, and similar
units.
F. Install lateral bracing with pipe hangers and supports to prevent swaying.
G. Install building attachments within concrete slabs or attach to structural steel. Install
additional attachments at concentrated loads, including valves, flanges, and strainers,
NPS 2-1/2 and larger and at changes in direction of piping. Install concrete inserts
before concrete is placed; fasten inserts to forms and install reinforcing bars through
openings at top of inserts.
H. Load Distribution: Install hangers and supports so that piping live and dead loads and
stresses from movement will not be transmitted to connected equipment.
I. Pipe Slopes: Install hangers and supports to provide indicated pipe slopes and to not
exceed maximum pipe deflections allowed by ASME B31.9 for building services
piping.

HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT


441

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


5 of 9

J. 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 weightdistribution plate for pipe NPS 4 and larger if pipe is installed on rollers.
3. Install MSS SP-58, Type 40, protective shields on cold piping with vapor barrier.
Shields shall span an arc of 180 degrees.
a. Option: Thermal-hanger shield inserts may be used. Include steel weightdistribution plate for pipe NPS 4 and larger if pipe is installed on rollers.
4. 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.
b. NPS 4: 12 inches long and 0.06 inch thick.
5. Thermal-Hanger Shields: Install with insulation same thickness as piping
insulation.
3.2

METAL FABRICATIONS
A. Fit exposed connections together to form hairline joints. Field weld connections that
cannot be shop welded because of shipping size limitations.
B. 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.
4. Finish welds at exposed connections so no roughness shows after finishing and so
contours of welded surfaces match adjacent contours.

HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT


442

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

3.3

Contract No. BB-2829-000-006


6 of 9

ADJUSTING
A. Hanger Adjustments: Adjust hangers to distribute loads equally on attachments and to
achieve indicated slope of pipe.
B. Trim excess length of continuous-thread hanger and support rods to 1-1/2 inches.

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 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.

3.5

HANGER AND SUPPORT SCHEDULE


A. Specific hanger and support requirements are in Sections specifying piping systems
and equipment.
B. Comply with MSS SP-69 for pipe-hanger selections and applications that are not
specified in piping system Sections.
C. Use hangers and supports with galvanized metallic coatings for piping and equipment
that will not have field-applied finish.
D. Use nonmetallic coatings on attachments for electrolytic protection where
attachments are in direct contact with copper tubing.
E. Use carbon-steel pipe hangers and supports and attachments for general service
applications.
F. Use copper-plated pipe hangers and copper attachments for copper piping and tubing.
G. Use padded hangers for piping that is subject to scratching.
H. Use thermal-hanger shield inserts for insulated piping and tubing.

HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT


443

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


7 of 9

I. Horizontal-Piping Hangers and Supports: Unless otherwise indicated and except as


specified in piping system Sections, install the following types:
1. Adjustable, Steel Clevis Hangers (MSS Type 1): For suspension of noninsulated
or insulated, stationary pipes NPS 1/2 to NPS 30.
2. Yoke-Type Pipe Clamps (MSS Type 2): For suspension of up to 1050 deg. F,
pipes NPS 4 to NPS 24, requiring up to 4 inches of insulation.
3. Carbon- or Alloy-Steel, Double-Bolt Pipe Clamps (MSS Type 3): For suspension
of pipes NPS 3/4 to NPS 36, requiring clamp flexibility and up to 4 inches of
insulation.
4. U-Bolts (MSS Type 24): For support of heavy pipes NPS 1/2 to NPS 30.
5. Pipe Saddle Supports (MSS Type 36): For support of pipes NPS 4 to NPS 36,
with steel-pipe base stanchion support and cast-iron floor flange or carbon-steel
plate.
6. Pipe Stanchion Saddles (MSS Type 37): For support of pipes NPS 4 to NPS 36,
with steel-pipe base stanchion support and cast-iron floor flange or carbon-steel
plate, and with U-bolt to retain pipe.
J. Vertical-Piping Clamps: Unless otherwise indicated and except as specified in piping
system Sections, install the following types:
1. Extension Pipe or Riser Clamps (MSS Type 8): For support of pipe risers NPS 3/4
to NPS 24.
2. Carbon- or Alloy-Steel Riser Clamps (MSS Type 42): For support of pipe risers
NPS 3/4 to NPS 24 if longer ends are required for riser clamps.
K. Hanger-Rod Attachments: Unless otherwise indicated and except as specified in
piping system Sections, install the following types:
1. Steel Turnbuckles (MSS Type 13): For adjustment up to 6 inches for heavy loads.
2. Steel Clevises (MSS Type 14): For 120 to 450 deg. F piping installations.
L. Building Attachments: Unless otherwise indicated and except as specified in piping
system Sections, install the following types:
1. Steel or Malleable Concrete Inserts (MSS Type 18): For upper attachment to
suspend pipe hangers from concrete ceiling.
HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT
444

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


8 of 9

2. Top-Beam C-Clamps (MSS Type 19): For use under roof installations with barjoist construction, to attach to top flange of structural shape.
3. Side-Beam or Channel Clamps (MSS Type 20): For attaching to bottom flange of
beams, channels, or angles.
4. Center-Beam Clamps (MSS Type 21): For attaching to center of bottom flange of
beams.
5. Welded Beam Attachments (MSS Type 22): For attaching to bottom of beams if
loads are considerable and rod sizes are large.
6. C-Clamps (MSS Type 23): For structural shapes.
7. Welded-Steel Brackets: For support of pipes from below, or for suspending from
above by using clip and rod. Use one of the following for indicated loads:
a. Light (MSS Type 31): 750 lb.
b. Medium (MSS Type 32): 1500 lb.
c. Heavy (MSS Type 33): 3000 lb.
8. Side-Beam Brackets (MSS Type 34): For sides of steel or wooden beams.
9. Plate Lugs (MSS Type 57): For attaching to steel beams if flexibility at beam is
required.
M. Saddles and Shields: Unless otherwise indicated and except as specified in piping
system Sections, install the following types:
1. Steel-Pipe-Covering Protection Saddles (MSS Type 39): To fill interior voids
with insulation that matches adjoining insulation.
2. Protection Shields (MSS Type 40): Of length recommended in writing by
manufacturer to prevent crushing insulation.
3. Thermal-Hanger Shield Inserts: For supporting insulated pipe.
N. Comply with MSS SP-69 for trapeze pipe-hanger selections and applications that are
not specified in piping system Sections.
O. Use powder-actuated fasteners or mechanical-expansion anchors instead of building
attachments where required in concrete construction.

HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT


445

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


9 of 9

PART 5 - MEASUREMENTS AND PAYMENT


5.1 METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.
5.2 BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective
item as described herein and shown below. This price shall be full compensation for
all work contained in the bid item as described herein and required by the related
Special Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to
complete the Work in every respect, including furnishing all materials, installation,
testing, placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional
requirements.
END OF SPECIAL PROVISION 220529

HANGERS AND SUPPORTS FOR PLUMBING PIPING AND EQUIPMENT


446

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 5

CATEGORY 800
BUILDINGS
SECTION 220553 - IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A.

1.2

Drawings and general provisions of the Contract, including Contract Provisions,


Special Provisions, General Provisions, and Terms and Conditions, apply to this
Section.

SUMMARY
A.

Special Provision Section includes:


1. Equipment labels.
2. Warning signs and labels.
3. Pipe labels.

1.3

ACTION SUBMITTAL
A.

Product Data: For each type of product indicated.

PART 2 - PRODUCTS
2.1

EQUIPMENT LABELS
A.

Metal Labels for Equipment:


1. Material and Thickness: Brass, 0.032-inch (0.8-mm) or Aluminum, 0.032-inch
(0.8-mm) minimum thickness, and having predrilled or stamped holes for
attachment hardware.
2. Minimum Label Size: Length and width vary for required label content, but not
less than 2-1/2 by 3/4 inch (64 by 19 mm).
3. Minimum Letter Size: 1/4 inch (6.4 mm) for name of units if viewing distance is
less than 24 inches (600 mm), 1/2 inch (13 mm) for viewing distances up to 72
inches (1830 mm), and proportionately larger lettering for greater viewing
distances. Include secondary lettering two-thirds to three-fourths the size of
principal lettering.
4. Fasteners: Stainless-steel rivets or self-tapping screws.

IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT


447

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


2 of 5

5. Adhesive: Contact-type permanent adhesive, compatible with label and with


substrate.

2.2

B.

Label Content: Include equipment's Drawing designation or unique equipment


number, Drawing numbers where equipment is indicated (plans, details, and
schedules), plus the Specification Section number and title where equipment is
specified.

C.

Equipment Label Schedule: For each item of equipment to be labeled, on 8-1/2-by11-inch (A4) bond paper. Tabulate equipment identification number and identify
Drawing numbers where equipment is indicated (plans, details, and schedules), plus
the Specification Section number and title where equipment is specified. Equipment
schedule shall be included in operation and maintenance data.

WARNING SIGNS AND LABELS


A.

Material and Thickness: Multilayer, multicolor, plastic labels for mechanical


engraving, 1/16 inch (1.6 mm) thick, and having predrilled holes for attachment
hardware.

B.

Letter Color: Black.

C.

Background Color: White.

D.

Maximum Temperature:
deg. C).

E.

Minimum Label Size: Length and width vary for required label content, but not less
than 2-1/2 by 3/4 inch (64 by 19 mm).

F.

Minimum Letter Size: 1/4 inch (6.4 mm) for name of units if viewing distance is less
than 24 inches (600 mm), 1/2 inch (13 mm) for viewing distances up to 72 inches
(1830 mm), and proportionately larger lettering for greater viewing distances.
Include secondary lettering two-thirds to three-fourths the size of principal lettering.

G.

Fasteners: Stainless-steel rivets or self-tapping screws.

H.

Adhesive:
substrate.

I.

Label Content:
Include caution and warning information, plus emergency
notification instructions.

Able to withstand temperatures up to 160 deg. F (71

Contact-type permanent adhesive, compatible with label and with

IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT


448

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

2.3

Contract No. BB-2829-000-006


3 of 5

PIPE LABELS
A.

General Requirements for Manufactured Pipe Labels: Preprinted, color-coded, with


lettering indicating service, and showing flow direction.

B.

Pretensioned Pipe Labels: Precoiled, semirigid plastic formed to cover full


circumference of pipe and to attach to pipe without fasteners or adhesive.

C.

Self-Adhesive Pipe Labels: Printed plastic with contact-type, permanent-adhesive


backing.

D.

Pipe Label Contents: Include identification of piping service using same designations
or abbreviations as used on Drawings, pipe size, and an arrow indicating flow
direction.
1. Flow-Direction Arrows: Integral with piping system service lettering to
accommodate both directions, or as separate unit on each pipe label to indicate
flow direction.
2. Lettering Size: At least 1-1/2 inches (38 mm) high.

PART 3 - EXECUTION
3.1

PREPARATION
A. Clean piping and equipment surfaces of substances that could impair bond of
identification devices, including dirt, oil, grease, release agents, and incompatible
primers, paints, and encapsulants.

3.2

EQUIPMENT LABEL INSTALLATION


A. Install or permanently fasten labels on each major item of mechanical equipment.
B. Locate equipment labels where accessible and visible.

3.3

PIPE LABEL INSTALLATION


A. Locate pipe labels where piping is exposed or above accessible ceilings in finished
spaces; machine rooms; accessible maintenance spaces such as shafts, tunnels, and
plenums; and exterior exposed locations as follows:
1. Near each valve and control device.

IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT


449

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


4 of 5

2. Near each branch connection, excluding short takeoffs for fixtures and terminal
units. Where flow pattern is not obvious, mark each pipe at branch.
3. Near penetrations through walls, floors, ceilings, and inaccessible enclosures.
4. At access doors, manholes, and similar access points that permit view of
concealed piping.
5. Near major equipment items and other points of origination and termination.
6. Spaced at maximum intervals of 50 feet (15 m) along each run. Reduce intervals
to 25 feet (7.6 m) in areas of congested piping and equipment.
7. On piping above removable acoustical ceilings. Omit intermediately spaced
labels.
B. Pipe Label Color Schedule:
1. Domestic Water Piping:
a. Background Color: White.
b. Letter Color: Black.
2. Sanitary Waste Piping:
a. Background Color: White.
b. Letter Color: Black.
PART 4 - MEASUREMENTS AND PAYMENT
4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective
item as described herein and shown below. This price shall be full compensation for
all work contained in the bid item as described herein and required by the related
Special Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to
complete the Work in every respect, including furnishing all materials, installation,
testing, placement into operation, training of Owner personnel, and project closeout.

IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT


450

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


5 of 5

D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional


requirements.
END OF SPECIAL PROVISION 220553

IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT


451

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 20

CATEGORY 800
BUILDINGS
SECTION 220700 - PLUMBING INSULATION
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions,
Special Provisions, General Provisions, and Terms and Conditions, apply to this
Section.

1.2

SUMMARY
A. Special Provision Section includes:
1. Insulation Materials:
a. Flexible elastomeric.
b. Mineral fiber.
2. Insulating cements.
3. Adhesives.
4. Mastics.
5. Lagging adhesives.
6. Sealants.
7. Factory-applied jackets.
8. Tapes.
9. Securements.
B. Related Special Provision Sections include the following:
1. Special Provision 230700 "HVAC Insulation."

PLUMBING INSULATION
452

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

1.3

Contract No. BB-2829-000-006


2 of 20

SUBMITTALS
A. Product Data: For each type of product indicated. Include thermal conductivity,
thickness, and jackets (both factory and field applied, if any).
B. Shop Drawings:
1. Detail application of protective shields, saddles, and inserts at hangers for each
type of insulation and hanger.
2. Detail insulation application at pipe expansion joints for each type of insulation.
3. Detail insulation application at elbows, fittings, flanges, valves, and specialties for
each type of insulation.
4. Detail removable insulation at piping specialties, equipment connections, and
access panels.
5. Detail application of field-applied jackets.
6. Detail application at linkages of control devices.
7. Detail field application for each equipment type.
C. Qualification Data: For qualified Installer.
D. Material Test Reports: From a qualified testing agency acceptable to authorities
having jurisdiction indicating, interpreting, and certifying test results for compliance
of insulation materials, sealers, attachments, cements, and jackets, with requirements
indicated. Include dates of tests and test methods employed.
E. Field quality-control reports.

1.4

QUALITY ASSURANCE
A. Installer Qualifications: Skilled mechanics who have successfully completed an
apprenticeship program or another craft training program certified by the Department
of Labor, Bureau of Apprenticeship and Training.
B. Fire-Test-Response Characteristics: Insulation and related materials shall have firetest-response characteristics indicated, as determined by testing identical products per
ASTM E 84, by a testing and inspecting agency acceptable to authorities having
jurisdiction. Factory label insulation and jacket materials and adhesive, mastic, tapes,

PLUMBING INSULATION
453

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


3 of 20

C. and cement material containers, with appropriate markings of applicable testing and
inspecting agency.
1. Insulation Installed Indoors: Flame-spread index of 25 or less, and smokedeveloped index of 50 or less.
1.5

DELIVERY, STORAGE, AND HANDLING


A. Packaging: Insulation material containers shall be marked by manufacturer with
appropriate ASTM standard designation, type and grade, and maximum use
temperature.

1.6

COORDINATION
A. Coordinate size and location of supports, hangers, and insulation shields specified in
Special Provision 220529 "Hangers and Supports for Plumbing Piping and
Equipment."
B. Coordinate clearance requirements with piping Installer for piping insulation
application and equipment Installer for equipment insulation application. Before
preparing piping Shop Drawings establish and maintain clearance requirements for
installation of insulation and field-applied jackets and finishes and for space required
for maintenance.

1.7

SCHEDULING
A. Schedule insulation application after pressure testing systems and, where required,
after installing and testing heat tracing. Insulation application may begin on segments
that have satisfactory test results.

PART 2 - PRODUCTS
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.

PLUMBING INSULATION
454

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


4 of 20

D. Insulation materials for use on austenitic stainless steel shall be qualified as


acceptable according to ASTM C 795.
E. Flexible Elastomeric: Closed-cell, sponge- or expanded-rubber materials. Comply
with ASTM C 534, Type I for tubular materials and Type II for sheet 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.
F. Mineral-Fiber, Preformed Pipe Insulation:
1. Products: Subject to compliance with requirements, provide one of the following:
a. Johns Manville; Micro-Lok.
b. Knauf Insulation; 1000(Pipe Insulation.
c. Owens Corning; Fiberglas Pipe Insulation.
2. Type I, 850 deg. F Materials: Mineral or glass fibers bonded with a thermosetting
resin. Comply with ASTM C 547, Type I, Grade A, with factory-applied ASJ.
Factory-applied jacket requirements are specified in "Factory-Applied Jackets"
Article.
2.2

INSULATING CEMENTS
A. Mineral-Fiber Insulating Cement: Comply with ASTM C 195.
1. Products: Subject to compliance with requirements, provide one of the following:
a. Insulco, Division of MFS, Inc.; Triple I.
b. P. K. Insulation Mfg. Co., Inc.; Super-Stik.
B. Mineral-Fiber, Hydraulic-Setting Insulating and Finishing Cement: Comply with
ASTM C 449/C 449M.
1. Products: Subject to compliance with requirements, provide one of the following:
a. Insulco, Division of MFS, Inc.; SmoothKote.
b. P. K. Insulation Mfg. Co., Inc.; PK No. 127, and Quik-Cote.
c. Rock Wool Manufacturing Company; Delta One Shot.

2.3

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.

PLUMBING INSULATION
455

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


5 of 20

B. Flexible Elastomeric Adhesive: Comply with MIL-A-24179A, Type II, Class I.


1. Products: Subject to compliance with requirements, provide one of the following:
a. Aeroflex USA Inc.; Aeroseal.
b. Armacell LCC; 520 Adhesive.
c. Foster Products Corporation, H. B. Fuller Company; 85-75.
d. RBX Corporation; Rubatex Contact Adhesive.
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).
C. Mineral-Fiber Adhesive: Comply with MIL-A-3316C, Class 2, Grade A.
1. Products: Subject to compliance with requirements, provide one of the following:
a. Childers Products, Division of ITW; CP-82.
b. Foster Products Corporation, H. B. Fuller Company; 85-20.
c. ITW TACC, Division of Illinois Tool Works; S-90/80.
d. Marathon Industries, Inc.; 225.
e. Mon-Eco Industries, Inc.; 22-25.
2. For indoor applications, use adhesive that has a VOC content of 80 g/L or less
when calculated according to 40 CFR 59, Subpart D (EPA Method 24).
D. ASJ Adhesive and FSK Jacket Adhesive: Comply with MIL-A-3316C, Class 2,
Grade A for bonding insulation jacket lap seams and joints.
1. Products: Subject to compliance with requirements, provide one of the following:
a. Childers Products, Division of ITW; CP-82.
b. Foster Products Corporation, H. B. Fuller Company; 85-20.
c. ITW TACC, Division of Illinois Tool Works; S-90/80.
d. Marathon Industries, Inc.; 225.
e. Mon-Eco Industries, Inc.; 22-25.
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).
2.4

MASTICS
A. Materials shall be compatible with insulation materials, jackets, and substrates;
comply with MIL-C-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).

PLUMBING INSULATION
456

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


6 of 20

B. Vapor-Barrier Mastic: Water based; suitable for indoor and outdoor use on below
ambient services.
1. Products: Subject to compliance with requirements, provide one of the following:
a. Childers Products, Division of ITW; CP-35.
b. Foster Products Corporation, H. B. Fuller Company; 30-90.
c. ITW TACC, Division of Illinois Tool Works; CB-50.
d. Marathon Industries, Inc.; 590.
e. Mon-Eco Industries, Inc.; 55-40.
f. Vimasco Corporation; 749.
2. Water-Vapor Permeance: ASTM E 96, Procedure B, 0.013 perm at 43-mil dry
film thickness.
3. Service Temperature Range: Minus 20 to plus 180 deg F.
4. Solids Content: ASTM D 1644, 59 percent by volume and 71 percent by weight.
5. Color: White.
C. Vapor-Barrier Mastic: Solvent based; suitable for indoor use on below ambient
services.
1. Products: Subject to compliance with requirements, provide one of the following:
a. Childers Products, Division of ITW; CP-30.
b. Foster Products Corporation, H. B. Fuller Company; 30-35.
c. ITW TACC, Division of Illinois Tool Works; CB-25.
d. Marathon Industries, Inc.; 501.
e. Mon-Eco Industries, Inc.; 55-10.
2. Water-Vapor Permeance: ASTM F 1249, 0.05 perm at 35-mil dry film thickness.
3. Service Temperature Range: 0 to 180 deg F.
4. Solids Content: ASTM D 1644, 44 percent by volume and 62 percent by weight.
5. Color: White.
2.5

SEALANTS
A. FSK and Metal Jacket Flashing Sealants:
1. Products: Subject to compliance with requirements, provide one of the following:
a. Childers Products, Division of ITW; CP-76-8.
b. Foster Products Corporation, H. B. Fuller Company; 95-44.

PLUMBING INSULATION
457

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


7 of 20

c. Marathon Industries, Inc.; 405.


d. Mon-Eco Industries, Inc.; 44-05.
e. Vimasco Corporation; 750.
2. Materials shall be compatible with insulation materials, jackets, and substrates.
3. Fire- and water-resistant, flexible, elastomeric sealant.
4. Service Temperature Range: Minus 40 to plus 250 deg. F.
5. Color: Aluminum.
6. For indoor applications, use sealants that have a VOC content of 250 g/L or less
when calculated according to 40 CFR 59, Subpart D (EPA Method 24).
B. ASJ Flashing Sealants, and Vinyl, and PVC Jacket Flashing Sealants:
1. Products: Subject to compliance with requirements, provide one of the following:
a. Childers Products, Division of ITW; CP-76.
2. Materials shall be compatible with insulation materials, jackets, and substrates.
3. Fire- and water-resistant, flexible, elastomeric sealant.
4. Service Temperature Range: Minus 40 to plus 250 deg. F.
5. Color: White.
6. For indoor applications, use sealants that have a VOC content of 250 g/L or less
when calculated according to 40 CFR 59, Subpart D (EPA Method 24).
2.6

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.
3. FSK Jacket:
Aluminum-foil, fiberglass-reinforced scrim with kraft-paper
backing; complying with ASTM C 1136, Type II.

PLUMBING INSULATION
458

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

2.7

Contract No. BB-2829-000-006


8 of 20

FIELD-APPLIED JACKETS
A. Field-applied jackets shall comply with ASTM C 921, Type I, unless otherwise
indicated.
B. 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 PVC Corporation; LoSmoke.
d. Speedline Corporation; SmokeSafe.
2. Adhesive: As recommended by jacket material manufacturer.
3. Color: White.
4. Factory-fabricated fitting covers to match jacket if available; otherwise, field
fabricate.
a. Shapes: 45- and 90-degree, short- and long-radius elbows, tees, valves,
flanges, unions, reducers, end caps, soil-pipe hubs, traps, mechanical joints,
and P-trap and supply covers for lavatories.
5. Factory-fabricated tank heads and tank side panels.
C. Metal Jacket:
1. Products: Subject to compliance with requirements, provide one of the following:
a. Childers Products, Division of ITW; Metal Jacketing Systems.
b. PABCO Metals Corporation; Surefit.
c. RPR Products, Inc.; Insul-Mate.
2. Aluminum Jacket: Comply with ASTM B 209, Alloy 3003, 3005, 3105 or 5005,
Temper H-14.
a. Finish and thickness are indicated in field-applied jacket schedules.
b. Moisture Barrier for Indoor Applications:
3-mil- thick, heat-bonded
polyethylene and kraft paper.
c. Moisture Barrier for Outdoor Applications: 3-mil- thick, heat-bonded
polyethylene and kraft paper.
d. Factory-Fabricated Fitting Covers:
1) Same material, finish, and thickness as jacket.
2) Preformed 2-piece or gore, 45- and 90-degree, short- and long-radius
elbows.

PLUMBING INSULATION
459

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS
3)
4)
5)
6)
7)
8)

Contract No. BB-2829-000-006


9 of 20

Tee covers.
Flange and union covers.
End caps.
Beveled collars.
Valve covers.
Field fabricate fitting covers only if factory-fabricated fitting covers are
not available.

3. Stainless-Steel Jacket: ASTM A 167 or ASTM A 240/A 240M.


a. Factory cut and rolled to size.
b. Material, finish, and thickness are indicated in field-applied jacket schedules.
c. Moisture Barrier for Indoor Applications:
3-mil- thick, heat-bonded
polyethylene and kraft paper.
d. Moisture Barrier for Outdoor Applications: 3-mil- thick, heat-bonded
polyethylene and kraft paper.
e. Factory-Fabricated Fitting Covers:
1) Same material, finish, and thickness as jacket.
2) Preformed 2-piece or gore, 45- and 90-degree, short- and long-radius
elbows.
3) Tee covers.
4) Flange and union covers.
5) End caps.
6) Beveled collars.
7) Valve covers.
8) Field fabricate fitting covers only if factory-fabricated fitting covers are
not available.
2.8

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 one of the following:
a. Avery Dennison Corporation, Specialty Tapes Division; Fasson 0835.
b. Compac Corp.; 104 and 105.
c. Ideal Tape Co., Inc., an American Biltrite Company; 428 AWF ASJ.
d. Venture Tape; 1540 CW Plus, 1542 CW Plus, and 1542 CW Plus/SQ.
2. Width: 3 inches.
3. Thickness: 11.5 mils.
4. Adhesion: 90 ounces force/inch in width.
5. Elongation: 2 percent.

PLUMBING INSULATION
460

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


10 of 20

6. Tensile Strength: 40 lbf/inch in width.


7. ASJ Tape Disks and Squares: Precut disks or squares of ASJ tape.
B. FSK Tape: Foil-face, vapor-retarder tape matching factory-applied jacket with
acrylic adhesive; complying with ASTM C 1136.
1. Products: Subject to compliance with requirements, provide one of the following:
a. Avery Dennison Corporation, Specialty Tapes Division; Fasson 0827.
b. Compac Corp.; 110 and 111.
c. Ideal Tape Co., Inc., an American Biltrite Company; 491 AWF FSK.
d. Venture Tape; 1525 CW, 1528 CW, and 1528 CW/SQ.
2. Width: 3 inches.
3. Thickness: 6.5 mils.
4. Adhesion: 90 ounces force/inch in width.
5. Elongation: 2 percent.
6. Tensile Strength: 40 lbf/inch in width.
7. FSK Tape Disks and Squares: Precut disks or squares of FSK tape.
C. PVC Tape: White vapor-retarder tape matching field-applied PVC jacket with acrylic
adhesive. Suitable for indoor and outdoor applications.
1. Products: Subject to compliance with requirements, provide one of the following:
a. Avery Dennison Corporation, Specialty Tapes Division; Fasson 0555.
b. Compac Corp.; 130.
c. Ideal Tape Co., Inc., an American Biltrite Company; 370 White PVC tape.
d. Venture Tape; 1506 CW NS.
2. Width: 2 inches.
3. Thickness: 6 mils.
4. Adhesion: 64 ounces force/inch in width.
5. Elongation: 500 percent.
6. Tensile Strength: 18 lbf/inch in width.
D. Aluminum-Foil Tape: Vapor-retarder tape with acrylic adhesive.
1. Products: Subject to compliance with requirements, provide one of the following:
PLUMBING INSULATION
461

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS
a.
b.
c.
d.

Contract No. BB-2829-000-006


11 of 20
Avery Dennison Corporation, Specialty Tapes Division; Fasson 0800.
Compac Corp.; 120.
Ideal Tape Co., Inc., an American Biltrite Company; 488 AWF.
Venture Tape; 3520 CW.

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.
2.9

SECUREMENTS
A. Bands:
1. Products: Subject to compliance with requirements, provide one of the following:
a. Childers Products; Bands.
b. PABCO Metals Corporation; Bands.
c. RPR Products, Inc.; Bands.
2. Stainless Steel: ASTM A 167 or ASTM A 240/A 240M, Type 304 or Type 316;
0.015 inch thick, 3/4 inch wide with wing or closed seal.
3. Aluminum: ASTM B 209, Alloy 3003, 3005, 3105, or 5005; Temper H-14, 0.020
inch thick, 3/4 inch wide with wing or closed seal.
4. Springs: Twin spring set constructed of stainless steel with ends flat and slotted
to accept metal bands. Spring size determined by manufacturer for application.
B. Staples: Outward-clinching insulation staples, nominal 3/4-inch- wide, stainless steel
or Monel.
C. Wire: 0.080-inch nickel-copper alloy.
1. Manufacturers: Subject to compliance with requirements, provide products by
one of the following:
a. C & F Wire.
b. Childers Products.
c. PABCO Metals Corporation.
d. RPR Products, Inc.

PLUMBING INSULATION
462

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


12 of 20

PART 3 - EXECUTION
3.1

EXAMINATION
A. Examine substrates and conditions for compliance with requirements for installation
and other conditions affecting performance of insulation application.
1. Verify that systems and equipment to be insulated have been tested and are free of
defects.
2. Verify that surfaces to be insulated are clean and dry.
3. Proceed with installation only after unsatisfactory conditions have been corrected.

3.2

PREPARATION
A. Surface Preparation: Clean and dry surfaces to receive insulation. Remove materials
that will adversely affect insulation application.
B. Coordinate insulation installation with the trade installing heat tracing. Comply with
requirements for heat tracing that apply to insulation.
C. Mix insulating cements with clean potable water; if insulating cements are to be in
contact with stainless-steel surfaces, use demineralized water.

3.3

GENERAL INSTALLATION REQUIREMENTS


A. Install insulation materials, accessories, and finishes with smooth, straight, and even
surfaces; free of voids throughout the length of equipment and piping including
fittings, valves, and specialties.
B. Install insulation materials, forms, vapor barriers or retarders, jackets, and thicknesses
required for each item of equipment and pipe 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. Do not weld brackets, clips, or other attachment devices to piping, fittings, and
specialties.

PLUMBING INSULATION
463

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


13 of 20

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.
4. Cover inserts with jacket material matching adjacent pipe insulation. Install
shields over jacket, arranged to protect jacket from tear or puncture by hanger,
support, and shield.
J. Apply adhesives, mastics, and sealants at manufacturer's recommended coverage rate
and wet and dry film thicknesses.
K. Cut insulation in a manner to avoid compressing insulation more than 75 percent of
its nominal thickness.
L. Finish installation with systems at operating conditions. Repair joint separations and
cracking due to thermal movement.
M. 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.
N. For above ambient services, do not install insulation to the following:
1. Vibration-control devices.
2. Testing agency labels and stamps.
3. Nameplates and data plates.
PLUMBING INSULATION
464

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


14 of 20

4. Manholes.
5. Handholes.
6. Cleanouts.
3.4

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.
3. Extend jacket of outdoor insulation outside roof flashing at least 2 inches below
top of roof flashing.
4. Seal jacket to roof flashing with flashing 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 Fire-Rated Wall and Partition Penetrations: Install insulation
continuously through penetrations of fire-rated walls and partitions.

3.5

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,

PLUMBING INSULATION
465

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


15 of 20

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. But each section closely to the next and hold in place with tie
wire. Bond pieces with adhesive.
4. Insulate valves using preformed fitting insulation or sectional pipe insulation of
same material, density, and thickness as used for adjacent pipe. Overlap
adjoining pipe insulation by not less than two times the thickness of pipe
insulation, or one pipe diameter, whichever is thicker. For valves, insulate up to
and including the bonnets, valve stuffing-box studs, bolts, and nuts. Fill joints,
seams, and irregular surfaces with insulating cement.
5. Insulate strainers using preformed fitting insulation or sectional pipe insulation of
same material, density, and thickness as used for adjacent pipe. Overlap
adjoining pipe insulation by not less than two times the thickness of pipe
insulation, or one pipe diameter, whichever is thicker. Fill joints, seams, and
irregular surfaces with insulating cement. Insulate strainers so strainer basket
flange or plug can be easily removed and replaced without damaging the
insulation and jacket. Provide a removable reusable insulation cover. For below
ambient services, provide a design that maintains vapor barrier.
6. Insulate flanges and unions using a section of oversized preformed pipe
insulation. Overlap adjoining pipe insulation by not less than two times the
thickness of pipe insulation, or one pipe diameter, whichever is thicker.
7. Cover segmented insulated surfaces with a layer of finishing cement and coat with
a mastic. Install vapor-barrier mastic for below ambient services and a breather
mastic for above ambient services. Reinforce the mastic with fabric-reinforcing
mesh. Trowel the mastic to a smooth and well-shaped contour.
8. For services not specified to receive a field-applied jacket except for flexible
elastomeric, install fitted PVC cover over elbows, tees, strainers, valves, flanges,
and unions. Terminate ends with PVC end caps. Tape PVC covers to adjoining
insulation facing using PVC tape.
9. Label the outside insulation jacket of each union with the word "UNION." Match
size and color of pipe labels.
C. Insulate instrument connections for thermometers, pressure gages, pressure
temperature taps, test connections, flow meters, sensors, switches, and transmitters on
insulated pipes, vessels, and equipment. Shape insulation at these connections by
PLUMBING INSULATION
466

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


16 of 20

tapering it to and around the connection with insulating cement and finish with
finishing cement, mastic, and flashing sealant.
D. Install removable insulation covers at locations indicated. Installation shall conform
to the following:
1. Make removable flange and union insulation from sectional pipe insulation of
same thickness as that on adjoining pipe. Install same insulation jacket as
adjoining pipe insulation.
2. When flange and union covers are made from sectional pipe insulation, extend
insulation from flanges or union long at least two times the insulation thickness
over adjacent pipe insulation on each side of flange or union. Secure flange cover
in place with stainless-steel or aluminum bands. Select band material compatible
with insulation and jacket.
3. Construct removable valve insulation covers in same manner as for flanges except
divide the two-part section on the vertical center line of valve body.
4. When covers are made from block insulation, make two halves, each consisting of
mitered blocks wired to stainless-steel fabric. Secure this wire frame, with its
attached insulation, to flanges with tie wire. Extend insulation at least 2 inches16
of 20 over adjacent pipe insulation on each side of valve. Fill space between
flange or union cover and pipe insulation with insulating cement. Finish cover
assembly with insulating cement applied in two coats. After first coat is dry,
apply and trowel second coat to a smooth finish.
5. Unless a PVC jacket is indicated in field-applied jacket schedules, finish exposed
surfaces with a metal jacket.
3.6

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 Flanges:
1. Install pipe insulation to outer diameter of pipe flange.
2. Make width of insulation section same as overall width of flange and bolts, plus
twice the thickness of pipe insulation.
3. Fill voids between inner circumference of flange insulation and outer
circumference of adjacent straight pipe segments with cut sections of sheet
insulation of same thickness as pipe insulation.

PLUMBING INSULATION
467

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


17 of 20

4. Secure insulation to flanges and seal seams with manufacturer's recommended


adhesive to eliminate openings in insulation that allow passage of air to surface
being insulated.
C. Insulation Installation on Pipe Fittings and Elbows:
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.
D. Insulation Installation on Valves and Pipe Specialties:
1. Install preformed valve covers manufactured of same material as pipe insulation
when available.
2. When preformed valve covers are not available, install cut sections of pipe and
sheet insulation to valve body. Arrange insulation to permit access to packing and
to allow valve operation without disturbing insulation.
3. Install insulation to flanges as specified for flange insulation application.
4. Secure insulation to valves and specialties and seal seams with manufacturer's
recommended adhesive to eliminate openings in insulation that allow passage of
air to surface being insulated.
3.7

MINERAL-FIBER INSULATION INSTALLATION


A. Insulation Installation on Straight Pipes and Tubes:
1. Secure each layer of preformed pipe insulation to pipe with wire or bands and
tighten bands without deforming insulation materials.
2. Where vapor barriers are indicated, seal longitudinal seams, end joints, and
protrusions with vapor-barrier mastic and joint sealant.
3. For insulation with factory-applied jackets on above ambient surfaces, secure laps
with outward clinched staples at 6 inches o.c.
4. For insulation with factory-applied jackets on below ambient surfaces, do not
staple longitudinal tabs but secure tabs with additional adhesive as recommended
by insulation material manufacturer and seal with vapor-barrier mastic and
flashing sealant.

PLUMBING INSULATION
468

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


18 of 20

B. Insulation Installation on Pipe Flanges:


1. Install preformed pipe insulation to outer diameter of pipe flange.
2. Make width of insulation section same as overall width of flange and bolts, plus
twice the thickness of pipe insulation.
3. Fill voids between inner circumference of flange insulation and outer
circumference of adjacent straight pipe segments with mineral-fiber blanket
insulation.
4. Install jacket material with manufacturer's recommended adhesive, overlap seams
at least 1 inch, and seal joints with flashing sealant.
C. Insulation Installation on Pipe Fittings and Elbows:
1. Install preformed sections of same material as straight segments of pipe insulation
when available.
2. When preformed insulation elbows and fittings are not available, install mitered
sections of pipe insulation, to a thickness equal to adjoining pipe insulation.
Secure insulation materials with wire or bands.
D. Insulation Installation on Valves and Pipe Specialties:
1. Install preformed sections of same material as straight segments of pipe insulation
when available.
2. When preformed sections are not available, install mitered sections of pipe
insulation to valve body.
3. Arrange insulation to permit access to packing and to allow valve operation
without disturbing insulation.
4. Install insulation to flanges as specified for flange insulation application.
3.8

FIELD QUALITY CONTROL


A. Testing Agency: Engage a qualified testing agency to perform tests and inspections.
B. Perform tests and inspections.

PLUMBING INSULATION
469

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


19 of 20

C. Tests and Inspections:


1. Inspect pipe, fittings, strainers, and valves, 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 two locations of straight pipe,
two locations of threaded fittings, one location of threaded valves, and one
location of flanged valves for each pipe service defined in the "Piping Insulation
Schedule, General" Article.
D. All insulation applications will be considered defective Work if sample inspection
reveals noncompliance with requirements.
3.9

PIPING INSULATION SCHEDULE, GENERAL


A. Acceptable preformed pipe and tubular insulation materials and thicknesses are
identified for each piping system and pipe size range. If more than one material is
listed for a piping system, selection from materials listed is Contractor's option.
B. Items Not Insulated: Unless otherwise indicated, do not install insulation on the
following:
1. Drainage piping located in crawl spaces.
2. Underground piping.
3. Chrome-plated pipes and fittings unless there is a potential for personnel injury.

3.10 INDOOR PIPING INSULATION SCHEDULE


A. Domestic Cold Water:
1. NPS 2and Smaller: Insulation shall be one of the following:
a. Mineral-Fiber, Preformed Pipe Insulation, Type I: 1 inch thick.
B. Condensate and Equipment Drain Water below 60 Deg F:
1. All Pipe Sizes: Insulation shall be one of the following:
a. Flexible Elastomeric: 3/4 inch thick.

PLUMBING INSULATION
470

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


20 of 20

PART 4 - MEASUREMENTS AND PAYMENT


4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective
item as described herein and shown below. This price shall be full compensation for
all work contained in the bid item as described herein and required by the related
Special Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to
complete the Work in every respect, including furnishing all materials, installation,
testing, placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional
requirements.
END OF SPECIAL PROVISION 220700

PLUMBING INSULATION
471

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 10

CATEGORY 800
BUILDINGS
SECTION 221116 - DOMESTIC WATER PIPING
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions,
Special Provisions, General Provisions, and Terms and Conditions, apply to this
Section.

1.2

SUMMARY
A. Special Provision Section includes:
1. Aboveground domestic water pipes, tubes, fittings, and specialties inside the
building.
2. Specialty valves.

1.3

PERFORMANCE REQUIREMENTS
A. Seismic Performance: Domestic water piping and support and installation shall
withstand effects of earthquake motions determined according to ASCE/SEI 7.

1.4

SUBMITTALS
A. Product Data: For the following products:
1. Specialty valves.
2. Transition fittings.
3. Backflow preventers and vacuum breakers.
B. Water Samples: Specified in "Cleaning" Article.
C. Field quality-control reports.

DOMESTIC WATER PIPING


472

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

1.5

Contract No. BB-2829-000-006


2 of 10

QUALITY ASSURANCE
A. Piping materials shall bear label, stamp, or other markings of specified testing
agency.
B. Comply with NSF 61 for potable domestic water piping and components.

PART 2 - PRODUCTS
2.1

PIPING MATERIALS
A. Comply with requirements in "Piping Schedule" Article for applications of pipe, tube,
fitting materials, and joining methods for specific services, service locations, and pipe
sizes.

2.2

COPPER TUBE AND FITTINGS


A. Hard Copper Tube: ASTM B 88, Type L water tube, drawn temper.
1. Cast-Copper Solder-Joint Fittings: ASME B16.18, pressure fittings.
2. Wrought-Copper Solder-Joint Fittings: ASME B16.22, wrought-copper pressure
fittings.
3. Bronze Flanges: ASME B16.24, Class 150, with solder-joint ends.
4. Copper Unions: MSS SP-123, cast-copper-alloy, hexagonal-stock body, with
ball-and-socket, metal-to-metal seating surfaces, and solder-joint or threaded
ends.

2.3

PIPING 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/A5.8M, BCuP Series, copper-phosphorus alloys
for general-duty brazing unless otherwise indicated.

DOMESTIC WATER PIPING


473

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

2.4

Contract No. BB-2829-000-006


3 of 10

SPECIALTY VALVES
A. Comply with requirements for general-duty metal valves.
B. Comply with requirements in Special Provision 221119 "Domestic Water Piping
Specialties" for balancing valves, drain valves, backflow preventers, and vacuum
breakers.

2.5

TRANSITION FITTINGS
A. General Requirements:
1. Same size as pipes to be joined.
2. Pressure rating at least equal to pipes to be joined.
3. End connections compatible with pipes to be joined.
B. Fitting-Type Transition Couplings: Manufactured piping coupling or specified piping
system fitting.
C. Sleeve-Type Transition Coupling: AWWA C219.
1. Manufacturers: Subject to compliance with requirements, provide products by
one of the following:
a. Cascade Waterworks Manufacturing.
b. Dresser, Inc.; Piping Specialties Products.
c. Ford Meter Box Company, Inc. (The).
d. JCM Industries.
e. Romac Industries, Inc.
f. Smith-Blair, Inc.; a Sensus company.
g. Viking Johnson.

PART 3 - EXECUTION
3.1

PIPING INSTALLATION
A. Drawing plans, schematics, and diagrams indicate general location and arrangement
of domestic water piping. Indicated locations and arrangements are used to size pipe

DOMESTIC WATER PIPING


474

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


4 of 10

and calculate friction loss, expansion, and other design considerations. Install piping
as indicated unless deviations to layout are approved on Coordination Drawings.
B. Install shutoff valve immediately upstream of each dielectric fitting.
C. Install water-pressure-reducing valves downstream from shutoff valves. Comply with
requirements in Special Provision 221119 "Domestic Water Piping Specialties" for
pressure-reducing valves.
D. Install domestic water piping level with 0.25 percent slope downward toward drain
and plumb.
E. Install piping indicated to be exposed and piping in equipment rooms and service
areas at right angles or parallel to building walls. Diagonal runs are prohibited unless
specifically indicated otherwise.
F. Install piping adjacent to equipment and specialties to allow service and maintenance.
G. Install piping to permit valve servicing.
H. Install nipples, unions, special fittings, and valves with pressure ratings the same as or
higher than system pressure rating used in applications below unless otherwise
indicated.
I. Install piping free of sags and bends.
J. Install fittings for changes in direction and branch connections.
K. Install unions in copper tubing at final connection to each piece of equipment,
machine, and specialty.
3.2

JOINT CONSTRUCTION
A. Ream ends of pipes and tubes and remove burrs. Bevel plain ends of steel pipe.
B. Remove scale, slag, dirt, and debris from inside and outside of pipes, tubes, and
fittings before assembly.
C. Threaded Joints: Thread pipe with tapered pipe threads according to ASME B1.20.1.
Cut threads full and clean using sharp dies. Ream threaded pipe ends to remove burrs
and restore full ID. Join pipe fittings and valves as follows:
1. Apply appropriate tape or thread compound to external pipe threads.

DOMESTIC WATER PIPING


475

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


5 of 10

2. Damaged Threads: Do not use pipe or pipe fittings with threads that are corroded
or damaged.
D. Brazed Joints: Join copper tube and fittings according to CDA's "Copper Tube
Handbook," "Brazed Joints" Chapter.
E. Soldered Joints: Apply ASTM B 813, water-flushable flux to end of tube. Join
copper tube and fittings according to ASTM B 828 or CDA's "Copper Tube
Handbook."
3.3

VALVE INSTALLATION
A. General-Duty Valves: Comply with requirements for valve installations.
B. Install shutoff valve close to water main on each branch and riser serving plumbing
fixtures or equipment, on each water supply to equipment, and on each water supply
to plumbing fixtures that do not have supply stops. Use ball or gate valves for piping
NPS 2 and smaller.
C. Install drain valves for equipment at base of each water riser, at low points in
horizontal piping, and where required to drain water piping. Drain valves are
specified in Special Provision 221119 "Domestic Water Piping Specialties."
1. Hose-End Drain Valves: At low points in water mains, risers, and branches.

3.4

HANGER AND SUPPORT INSTALLATION


A. Comply with requirements in Special Provision 220529 "Hangers and Supports for
Plumbing Piping and Equipment" for pipe hanger and support products and
installation.
1. Individual, Straight, Horizontal Piping Runs:
a. 100 Feet and Less: MSS Type 1, adjustable, steel clevis hangers.
B. Rod diameter may be reduced one size for double-rod hangers, to a minimum of
3/8 inch.
C. Install hangers for copper tubing with the following maximum horizontal spacing and
minimum rod diameters:
1. NPS 3/4 and Smaller: 60 inches with 3/8-inch rod.

DOMESTIC WATER PIPING


476

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


6 of 10

D. Install supports for vertical copper tubing every 10 feet.


1. NPS 1-1/4 and Smaller: 84 inches with 3/8-inch rod.
E. Support piping and tubing not listed in this article according to MSS SP-69 and
manufacturer's written instructions.
3.5

CONNECTIONS
A. Drawings indicate general arrangement of piping, fittings, and specialties.
B. Install piping adjacent to equipment and machines to allow service and maintenance.

3.6

IDENTIFICATION
A. Identify system components for identification materials and installation.
B. Label pressure piping with system operating pressure.

3.7

FIELD QUALITY CONTROL


A. Perform tests and inspections.
B. Piping Inspections:
1. Do not enclose, cover, or put piping into operation until it has been inspected and
approved by authorities having jurisdiction.
2. During installation, notify authorities having jurisdiction at least one day before
inspection must be made. Perform tests specified below in presence of authorities
having jurisdiction:
a. Roughing-in Inspection: Arrange for inspection of piping before concealing
or closing-in after roughing-in and before setting fixtures.
b. Final Inspection: Arrange final inspection for authorities having jurisdiction
to observe tests specified below and to ensure compliance with requirements.
3. Reinspection: If authorities having jurisdiction find that piping will not pass tests
or inspections, make required corrections and arrange for reinspection.

DOMESTIC WATER PIPING


477

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


7 of 10

4. Reports: Prepare inspection reports and have them signed by authorities having
jurisdiction.
C. Piping Tests:
1. Fill domestic water piping. Check components to determine that they are not air
bound and that piping is full of water.
2. Test for leaks and defects. If testing is performed in segments, submit a separate
report for each test, complete with diagram of portion of piping tested.
3. Leave domestic water piping uncovered and unconcealed until it has been tested
and approved. Expose work that was covered or concealed before it was tested.
4. Cap and subject piping to static water pressure of 50 psig above operating
pressure, without exceeding pressure rating of piping system materials. Isolate
test source and allow to stand for four hours. Leaks and loss in test pressure
constitute defects that must be repaired.
5. Repair leaks and defects with new materials and retest piping or portion thereof
until satisfactory results are obtained.
6. Prepare reports for tests and for corrective action required.
D. Domestic water piping will be considered defective if it does not pass tests and
inspections.
E. Prepare test and inspection reports.
3.8

ADJUSTING
A. Perform the following adjustments before operation:
1. Close drain valves, hydrants, and hose bibbs.
2. Open shutoff valves to fully open position.
3. Open throttling valves to proper setting.
4. Adjust balancing valves in hot-water-circulation return piping to provide adequate
flow.
a. Manually adjust ball-type balancing valves in hot-water-circulation return
piping to provide flow of hot water in each branch.

DOMESTIC WATER PIPING


478

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


8 of 10
b. Adjust calibrated balancing valves to flows indicated.

5. Remove plugs used during testing of piping and for temporary sealing of piping
during installation.
6. Remove and clean strainer screens. Close drain valves and replace drain plugs.
7. Remove filter cartridges from housings and verify that cartridges are as specified
for application where used and are clean and ready for use.
8. Check plumbing specialties and verify proper settings, adjustments, and
operation.
3.9

CLEANING
A. Clean and disinfect potable domestic water piping as follows:
1. Purge piping before using.
2. Use purging and disinfecting procedures prescribed by authorities having
jurisdiction; if methods are not prescribed, use procedures described in either
AWWA C651 or AWWA C652 or follow procedures described below:
a. Flush piping system with clean, potable water until dirty water does not
appear at outlets.
b. Fill and isolate system according to either of the following:
1) Fill system or part thereof with water/chlorine solution with at least 50
ppm of chlorine. Isolate with valves and allow to stand for 24 hours.
2) Fill system or part thereof with water/chlorine solution with at least 200
ppm of chlorine. Isolate and allow to stand for three hours.
c. Flush system with clean, potable water until no chlorine is in water coming
from system after the standing time.
d. Submit water samples in sterile bottles to authorities having jurisdiction.
Repeat procedures if biological examination shows contamination.
B. Prepare and submit reports of purging and disinfecting activities.
C. Clean interior of domestic water piping system. Remove dirt and debris as work
progresses.

3.10 PIPING SCHEDULE


A. Transition and special fittings with pressure ratings at least equal to piping rating may
be used in applications below unless otherwise indicated.
DOMESTIC WATER PIPING
479

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


9 of 10

B. Flanges and unions may be used for aboveground piping joints unless otherwise
indicated.
C. Aboveground domestic water piping, NPS 2 and smaller, shall be the following:
1. Hard copper tube, ASTM B 88, Type L; cast- or wrought- copper solder-joint
fittings; and soldered joints.
3.11 VALVE SCHEDULE
A. Drawings indicate valve types to be used.
indicated, the following requirements apply:

Where specific valve types are not

1. Shutoff Duty: Use ball or gate valves for piping NPS 2 and smaller. Use gate
valves with flanged ends for piping NPS 2-1/2 and larger.
2. Throttling Duty: Use ball or globe valves for piping NPS 2 and smaller. Use
globe valves with flanged ends for piping NPS 2-1/2 and larger.
3. Drain Duty: Hose-end drain valves.
B. Use check valves to maintain correct direction of domestic water flow to and from
equipment.
PART 4 - MEASUREMENTS AND PAYMENT
4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective
item as described herein and shown below. This price shall be full compensation for
all work contained in the bid item as described herein and required by the related
Special Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum

DOMESTIC WATER PIPING


480

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


10 of 10

Item 8003 Temporary Trailerslump sum


C. Costs include all labor, materials, services, testing and equipment necessary to
complete the Work in every respect, including furnishing all materials, installation,
testing, placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional
requirements.
END OF SPECIAL PROVISION 221116

DOMESTIC WATER PIPING


481

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 6

CATEGORY 800
BUILDINGS
SECTION 221119 - DOMESTIC WATER PIPING SPECIALTIES
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions,
Special Provisions, General Provisions, and Terms and Conditions, apply to this
Section.

1.2

SUMMARY
A. This Special Provision Section includes the following domestic water piping
specialties:
1. Backflow preventers.
2. Water pressure-reducing valves.
3. Strainers.
B. Related Special Provision Sections include the following:
1. Special Provision 221116 "Domestic Water Piping" for water meters.

1.3

PERFORMANCE REQUIREMENTS
A. Minimum Working Pressure for Domestic Water Piping Specialties: 125 psig, unless
otherwise indicated.

1.4

SUBMITTALS
A. Product Data: For each type of product indicated.
B. Shop Drawings: Diagram power, signal, and control wiring.
C. Field quality-control test reports.

DOMESTIC WATER PIPING SPECIALTIES


482

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


2 of 6

D. Operation and Maintenance Data: For domestic water piping specialties to include in
emergency, operation, and maintenance manuals.
1.5

QUALITY ASSURANCE
A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in
NFPA 70, Article 100, by a testing agency acceptable to authorities having
jurisdiction, and marked for intended use.
B. NSF Compliance:
1. Comply with NSF 61, "Drinking Water System Components - Health Effects;
Sections 1 through 9."

PART 2 - PRODUCTS
2.1

BACKFLOW PREVENTERS
A. Reduced-Pressure-Principle Backflow Preventers:
1. Manufacturers: Subject to compliance with requirements, provide products by
one of the following:
a. Ames Co.
b. Conbraco Industries, Inc.
c. Watts Industries, Inc.; Water Products Div.
d. Zurn Plumbing Products Group; Wilkins Div.
2. Standard: ASSE 1013.
3. Operation: Continuous-pressure applications.
4. Pressure Loss: 12 psig maximum, through middle 1/3 of flow range.
5. Body: Bronze for NPS 2 and smaller; cast iron with interior lining complying
with AWWA C550 or that is FDA approved or steel with interior lining
complying with AWWA C550 or that is FDA approved for NPS 2-1/2 and larger.
6. End Connections: Threaded for NPS 2 and smaller; flanged for NPS 2-1/2 and
larger.

DOMESTIC WATER PIPING SPECIALTIES


483

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


3 of 6

7. Configuration: Designed for horizontal, straight through flow.


8. Accessories:
a. Valves: Ball type with threaded ends on inlet and outlet of NPS 2 and
smaller; outside screw and yoke gate-type with flanged ends on inlet and
outlet of NPS 2-1/2 and larger.
b. Air-Gap Fitting: ASME A112.1.2, matching backflow-preventer connection.
B. Double-Check Backflow-Prevention Assemblies:
1. Manufacturers: Subject to compliance with requirements, provide products by
one of the following:
a. Ames Co.
b. Conbraco Industries, Inc.
c. Watts Industries, Inc.; Water Products Div.
d. Zurn Plumbing Products Group; Wilkins Div.
2. Standard: ASSE 1015.
3. Operation: Continuous-pressure applications, unless otherwise indicated.
4. Pressure Loss: 5 psig maximum, through middle 1/3 of flow range.
5. Body: Bronze for NPS 2 and smaller; cast iron with interior lining complying
with AWWA C550 or that is FDA approved or steel with interior lining
complying with AWWA C550 or that is FDA approved for NPS 2-1/2 and larger.
6. End Connections: Threaded for NPS 2 and smaller; flanged for NPS 2-1/2 and
larger.
7. Configuration: Designed for horizontal, straight through flow.
8. Accessories:
a. Valves: Ball type with threaded ends on inlet and outlet of NPS 2 and
smaller; outside screw and yoke gate-type with flanged ends on inlet and
outlet of NPS 2-1/2 and larger.
2.2

WATER PRESSURE-REDUCING VALVES


A. Water Regulators:
1. Manufacturers: Subject to compliance with requirements, provide products by
one of the following:
a. Cash Acme.
b. Conbraco Industries, Inc.

DOMESTIC WATER PIPING SPECIALTIES


484

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


4 of 6

c. Honeywell Water Controls.


d. Watts Industries, Inc.; Water Products Div.
e. Zurn Plumbing Products Group; Wilkins Div.
2. Standard: ASSE 1003.
3. Pressure Rating: Initial working pressure of 150 psig.
4. Body: Bronze for NPS 2 and smaller; cast iron with interior lining complying
with AWWA C550 or that is FDA approved for NPS 2-1/2 and NPS 3.
5. End Connections: Threaded for NPS 2 and smaller; flanged for NPS 2-1/2 and
NPS 3.
2.3

STRAINERS FOR DOMESTIC WATER PIPING


A. Y-Pattern Strainers:
1. Pressure Rating: 125 psig minimum, unless otherwise indicated.
2. Body: Bronze for NPS 2 and smaller; cast iron with interior lining complying
with AWWA C550 or FDA-approved, epoxy coating and for NPS 2-1/2 and
larger.
3. End Connections: Threaded for NPS 2 and smaller; flanged for NPS 2-1/2 and
larger.
4. Screen: Stainless steel with round perforations, unless otherwise indicated.
5. Perforation Size:
a. Strainers NPS 2 and Smaller: 0.033 inch.
6. Drain: Factory-installed, hose-end drain valve.

PART 3 - EXECUTION
3.1

INSTALLATION
A. Install backflow preventers in each water supply to mechanical equipment and
systems and to other equipment and water systems that may be sources of
contamination. Comply with authorities having jurisdiction.
1. Locate backflow preventers in same room as connected equipment or system.

DOMESTIC WATER PIPING SPECIALTIES


485

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


5 of 6

2. Install drain for backflow preventers with atmospheric-vent drain connection with
air-gap fitting, fixed air-gap fitting, or equivalent positive pipe separation of at
least two pipe diameters in drain piping and pipe to floor drain. Locate air-gap
device attached to or under backflow preventer. Simple air breaks are not
acceptable for this application.
3. Do not install bypass piping around backflow preventers.
B. Install Y-pattern strainers for water on supply side of each water pressure-reducing
valve, solenoid valve, and pump.
3.2

CONNECTIONS
A. Piping installation requirements are specified in other Sections. Drawings indicate
general arrangement of piping and specialties.

3.3

LABELING AND IDENTIFYING


A. Equipment Nameplates and Signs: Install engraved plastic-laminate equipment
nameplate or sign on or near each of the following:
1. Backflow preventers.
2. Water pressure-reducing valves.

3.4

FIELD QUALITY CONTROL


A. Perform the following tests and prepare test reports:
1. Test each reduced-pressure-principle backflow preventer and double-check
backflow-prevention assembly according to authorities having jurisdiction and the
device's reference standard.
B. Remove and replace malfunctioning domestic water piping specialties and retest as
specified above.

3.5

ADJUSTING
A. Set field-adjustable pressure set points of water pressure-reducing valves.

DOMESTIC WATER PIPING SPECIALTIES


486

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


6 of 6

PART 4 - MEASUREMENTS AND PAYMENT


4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective
item as described herein and shown below. This price shall be full compensation for
all work contained in the bid item as described herein and required by the related
Special Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to
complete the Work in every respect, including furnishing all materials, installation,
testing, placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional
requirements.
END OF SPECIAL PROVISION 221119

DOMESTIC WATER PIPING SPECIALTIES


487

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 5

CATEGORY 800
BUILDINGS
SECTION 221123 - DOMESTIC WATER PUMPS
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions,
Special Provisions, General Provisions, and Terms and Conditions, apply to this
Section.

1.2

SUMMARY
A. Special Provision Includes:
1. Horizontally mounted, in-line, close-coupled centrifugal pumps.

1.3

ACTION SUBMITTALS
A. Product Data: For each type of product indicated.

1.4

CLOSEOUT SUBMITTALS
A. Operation and maintenance data.

1.5

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. UL Compliance: Comply with UL 778 for motor-operated water pumps.

PART 2 - PRODUCTS
2.1

HORIZONTALLY MOUNTED, IN-LINE, CLOSE-COUPLED CENTRIFUGAL PUMPS


A. Manufacturers: Subject to compliance with requirements, provide products by one of
the following:

DOMESTIC WATER PUMPS


488

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS
1.
2.
3.
4.
5.

Contract No. BB-2829-000-006


2 of 5

Armstrong Pumps Inc.


Bell & Gossett Domestic Pump; ITT Corporation.
PACO Pumps; Grundfos Pumps Corporation, U.S.A.
Pentair Pump Group; Aurora Pump.
TACO Incorporated.

B. Description: Factory-assembled and -tested, in-line, single-stage, close-coupled,


overhung-impeller, lead-free centrifugal pumps designed for installation with pump
and motor shaft mounted horizontal.
C. Pump Construction:
1. Casing: Radially split with threaded companion-flange connections for pumps
with NPS 2 (DN 50) pipe connections and flanged connections for pumps with
NPS 2-1/2 (DN 65) pipe connections.
2. Impeller: Statically and dynamically balanced, closed, and keyed to shaft.
3. Shaft and Shaft Sleeve: Steel shaft with deflector, with copper-alloy shaft sleeve.
Include water slinger on shaft between motor and seal.
4. Seal: Mechanical, with carbon-steel rotating ring, stainless-steel spring, ceramic
seat, and rubber bellows and gasket.
5. Bearings: Permanently-lubricated; sealed ball type.
6. Shaft Coupling: Flexible, capable of absorbing torsional vibration and shaft
misalignment.
D. Motor: Single speed, with sealed ball bearings; and resiliently or rigidly mounted to
pump casing. The motor shall be non-overloading at any point on the pump
performance curve.
2.2

MOTORS
A. Comply with NEMA designation, temperature rating, service factor, enclosure type,
and efficiency requirements for motors specified in Special Provision 110513
"Common Motor Requirements for Equipment."
1. Motor Sizes: Minimum size as indicated. If not indicated, large enough so driven
load will not require motor to operate in service factor range above 1.0.

2.3

CONTROLS
A. Thermostats: Electric; adjustable for control of hot-water circulation pump.
1. Type: Water-immersion temperature sensor, for installation in piping.

DOMESTIC WATER PUMPS


489

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS
2.
3.
4.
5.
6.
7.

Contract No. BB-2829-000-006


3 of 5

Range: 65 to 200 deg. F (18 to 93 deg. C).


Enclosure: NEMA 250, Type 4X.
Operation of Pump: On or off.
Transformer: Provide if required.
Power Requirement: 120 V, ac.
Settings: Start pump at 105 deg. F (41 deg. C) and stop pump at 120 deg. F (49
deg. C).

PART 3 - EXECUTION
3.1

PUMP INSTALLATION
A. Comply with HI 1.4.
B. Install in-line, sealless centrifugal pumps with shaft horizontal unless otherwise
indicated.
C. Install horizontally mounted, in-line, close-coupled centrifugal pumps with shaft
horizontal.
D. Install continuous-thread hanger rods and spring hangers with vertical-limit stop of
size required to support pump weight.
1. Comply with requirements for hangers and supports specified in Special Provision
220529 "Hangers and Supports for Plumbing Piping and Equipment."
E. Install thermostats in hot-water return piping.

3.2

CONNECTIONS
A. Comply with requirements for piping specified in Special Provision 221116
"Domestic Water Piping." Drawings indicate general arrangement of piping, fittings,
and specialties.
B. Install piping adjacent to pumps to allow service and maintenance.
C. Connect domestic water piping to pumps. Install suction and discharge piping equal
to or greater than size of pump nozzles.
1. Install flexible connectors adjacent to pumps in suction and discharge piping of
the following pumps:
a. Horizontally mounted, in-line, close-coupled centrifugal pumps.

DOMESTIC WATER PUMPS


490

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


4 of 5

b. Comply with requirements for flexible connectors specified in Special


Provision 221116 "Domestic Water Piping."
2. Install shutoff valve and strainer on suction side of each pump, and check, shutoff,
and throttling valves on discharge side of each pump. Install valves same size as
connected piping. Comply with requirements for valves specified in Special
Provision 220523 "General-Duty Valves for Plumbing Piping" and comply with
requirements for strainers specified in Special Provision 221119 "Domestic Water
Piping Specialties."
3. Install pressure gage and snubber at suction of each pump and pressure gage and
snubber at discharge of each pump. Install at integral pressure-gage tappings
where provided or install pressure-gage connectors in suction and discharge
piping around pumps. Comply with requirements for pressure gages and snubbers
specified in Special Provision 220519 "Meters and Gages for Plumbing Piping."
D. Connect thermostats to pumps that they control.
3.3

ADJUSTING
A. Adjust domestic water pumps to function smoothly, and lubricate as recommended by
manufacturer.
B. Adjust initial temperature set points.
C. Set field-adjustable switches and circuit-breaker trip ranges as indicated.

PART 4 - MEASUREMENTS AND PAYMENT


4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective
item as described herein and shown below. This price shall be full compensation for
all work contained in the bid item as described herein and required by the related
Special Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum

DOMESTIC WATER PUMPS


491

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


5 of 5

Item 8002 Bay Bridge Police Buildinglump sum


Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to
complete the Work in every respect, including furnishing all materials, installation,
testing, placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional
requirements.
END OF SPECIAL PROVISION 221123

DOMESTIC WATER PUMPS


492

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 20

CATEGORY 800
BUILDINGS
SECTION 231126 - FACILITY LIQUEFIED-PETROLEUM GAS
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions,
Special Provisions, General Provisions, and Terms and Conditions, apply to this
Section.

1.2

SUMMARY
A. Special Provision Section includes:
1. Pipes, tubes, and fittings.
2. Piping specialties.
3. Piping and tubing joining materials.
4. Valves.
5. Pressure regulators.

1.3

DEFINITIONS
A. Finished Spaces: Spaces other than mechanical and electrical equipment rooms,
furred spaces, pipe and duct shafts, 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.
D. LPG: Liquefied-petroleum gas.

FACILITY LIQUEFIED-PETROLEUM GAS


493

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

1.4

Contract No. BB-2829-000-006


2 of 20

PERFORMANCE REQUIREMENTS
A. Minimum Operating-Pressure Ratings:
1. For Piping Containing Only Vapor:
a. Piping and Valves: 125 psig (862 kPa) unless otherwise indicated.
2. For Piping Containing Liquid:
a. Piping between Shutoff Valves: 350 psig (2413 kPa) unless otherwise
indicated.
b. Piping Other Than Above: 250 psig (1723 kPa) unless otherwise indicated.
c. Valves and Fittings: 250 psig (1723 kPa) unless otherwise indicated.
B. LPG System Pressure within Buildings: One pressure range. 5 psig (34.5 kPa) or
less.
C. Delegated Design: Design restraints and anchors for LPG piping and equipment,
including comprehensive engineering analysis by a qualified professional engineer,
using performance requirements and design criteria indicated.

1.5

SUBMITTALS
A. Product Data: For each type of the following:
1. Piping specialties.
2. Corrugated stainless-steel tubing with associated components.
3. Valves. Include pressure rating, capacity, settings, and electrical connection data
of selected models.
4. Pressure regulators. Indicate pressure ratings and capacities.
5. Dielectric fittings.
B. Shop Drawings: For facility LPG piping layout. Include plans, piping layout and
elevations, sections, and details for fabrication of pipe anchors, hangers, supports for
multiple pipes, alignment guides, expansion joints and loops, and attachments of the
same to building structure. Detail location of anchors, alignment guides, and
expansion joints and loops.
1. Shop Drawing Scale: 1/4 inch per foot (1:50).

FACILITY LIQUEFIED-PETROLEUM GAS


494

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


3 of 20

2. Detail mounting, supports, and valve arrangements for service meter assembly
and pressure regulator assembly.
C. Coordination Drawings: Plans and details, drawn to scale, on which LPG piping is
shown and coordinated with other installations, using input from installers of the
items involved.
D. Installation Documentation: Submit the following installation documentation:
1. Propane system mechanical and electrical plans in AutoCad format.
2. Electrical installation details.
3. Mechanical installation details.
E. Site Survey: Plans, drawn to scale, on which LPG piping is shown and coordinated
with other services and utilities.
F. Qualification Data: For qualified professional engineer.
G. Welding certificates.
H. Field quality-control reports.
I. Operation and Maintenance Data: For LPG equipment and accessories to include in
emergency, operation, and maintenance manuals. Operation and Maintenance
Manuals shall include the following as a minimum:
1. System description information sheet
2. Description of system operation
3. Packaged system dimension and general arrangement drawing

1.6

4.

Electrical power and control wiring diagram

5.

Bill of materials

6.

Special electrical component operating instructions (if any).

QUALITY ASSURANCE
A. Steel Support Welding Qualifications: Qualify procedures and personnel according
to AWS D1.1/D1.1M, "Structural Welding Code - Steel."

FACILITY LIQUEFIED-PETROLEUM GAS


495

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


4 of 20

B. Pipe Welding Qualifications: Qualify procedures and operators according to ASME


Boiler and Pressure Vessel Code.
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.
1.7

DELIVERY, STORAGE, AND HANDLING


A. Handling Flammable Liquids: Remove and dispose of liquids from existing LPG
piping according to requirements of authorities having jurisdiction.
B. 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.
C. Store pipes and tubes with protective PE coating to avoid damaging coating and
protect from direct sunlight.
D. Protect stored PE pipes and valves from direct sunlight.

1.8

COORDINATION
A. Coordinate sizes and locations of concrete bases with actual equipment provided.
B. Coordinate requirements for access panels and doors for valves installed concealed
behind finished surfaces. Comply with requirements in Division 08 Special Provision
Section "Access Doors and Frames."

1.9

WARRANTY
A. The equipment shall be warranted for a period of 12 months from the date of
shipment.

PART 2 - PRODUCTS
2.1

PIPING AND FITTINGS


A. General Characteristics:

FACILITY LIQUEFIED-PETROLEUM GAS


496

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


5 of 20

1. Metallic Pipe and Fittings Threads: Comply with Standard for Pipe Threads,
General Purpose, ANSI/ASME B1.20.1
a. Pipe Threads: Comply with National Fuel Gas Code Table I Specifications
for Threading Metallic Pipe for length of threaded portion of pipe and
number of threads to be cut.
B. Above Grade Piping and Fittings:
1. Welded Pipe: ASTM A106 / A53 Grade B, Sch. 40, Seamless / ERW black steel
pipe, beveled ends.
2. Threaded Pipe: ASTM A106 / A53 Grade B, Sch. 80, Seamless / ERW black
steel pipe.
3. Fittings Larger than 2: ASTM A-234 standard weight, seamless carbon steel,
long radius, black welding fittings.
4. Fittings Sizes 2 and Smaller: ANSI B16.11 standard weight, forged steel, socket
welding fittings.
5. Flanges: ASTM A105 ANSI Class 300, standard bore, weld neck, carbon steel
flanges. Use ASTM grade 193 Grade B7 flange bolts and ASTM A194 Grade 2H
flange bolt nuts. Note: Discharge flange of propane-air blender is ANSI Class
150.
6. Screwed Fittings: ASTM A105, 2000# or 3000# carbon steel.
7. Thread Compound: Gasoila High Fill Thread Sealant (JC-30) with Teflon (no
equal)
8. Gaskets: API 601 spiral wound with non-asbestos, high temperature and pressure
filler. (1,500 degree F minimum).
9. Flexible Connectors: Use only where indicated. Designed for minimum working
pressure of 350 psig with a 5 to 1 safety factor. Mark all connector assemblies
with manufacturers name or trademark and indicate for use with LP Gas.
10. Tubing and Tube fittings: 304 Stainless steel tubing (wall thickness as follows 1
0.083, 1/2 0.065, 3/8 and 1/4 0.049), Swagelok stainless steel fittings (no
equal).
C. Material Fabrication, Testing: Perform all field installed pipe testing in accordance
with ANSI / ASME B31.3, pressure piping code.
FACILITY LIQUEFIED-PETROLEUM GAS
497

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

2.2

Contract No. BB-2829-000-006


6 of 20

PIPING SPECIALTIES
A. Flexible Piping Joints:
1. Approved for LPG service.
2. Stainless-steel bellows with woven, flexible, bronze, wire-reinforcing protective
jacket.
3. Minimum working pressure of 250 psig (1723 kPa) and 250 deg F (121 deg C)
operating temperature.
4. Flanged- or threaded-end connections to match equipment connected and shall be
capable of minimum 3/4-inch (20-mm) misalignment.
5. Maximum 36-inch (914-mm) length for liquid LPG lines.
B. Appliance Flexible Connectors:
1. Indoor, Fixed-Appliance Flexible Connectors: Comply with ANSI Z21.24.
2. Indoor, Movable-Appliance Flexible Connectors: Comply with ANSI Z21.69.
3. Outdoor, Appliance Flexible Connectors: Comply with ANSI Z21.75.
4. Corrugated stainless-steel tubing with polymer coating.
5. Operating-Pressure Rating: 0.5 psig.
6. End Fittings: Zinc-coated steel.
7. Threaded Ends: Comply with ASME B1.20.1.
8. Maximum Length: 72 inches (1830 mm).
C. Y-Pattern Strainers:
1. Body: ASTM A 126, Class B, cast iron with bolted cover and bottom drain
connection.
2. End Connections: Threaded ends for NPS 2 and smaller; flanged ends for NPS 21/2 and larger.
3. Strainer Screen: 40-mesh startup strainer and perforated stainless-steel basket
with 50 percent free area.

FACILITY LIQUEFIED-PETROLEUM GAS


498

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


7 of 20

4. CWP Rating: 125 psig (862 kPa).


D. Weatherproof Vent Cap: Cast- or malleable-iron increaser fitting with corrosionresistant wire screen, with free area at least equal to cross-sectional area of connecting
pipe and threaded-end connection.
2.3

JOINING MATERIALS
A. Joint Compound and Tape: Suitable for LPG.
B. Welding Filler Metals: Comply with AWS D10.12/D10.12M for welding materials
appropriate for wall thickness and chemical analysis of steel pipe being welded.

2.4

MANUAL GAS SHUTOFF VALVES


A. See "Aboveground Manual Gas Shutoff Valve Schedule" Articles for where each
valve type is applied in various services.
B. Metallic Valves, NPS 2 (DN 50) and Smaller for Liquid Service: Comply with
ASME B16.33 and UL 842.
1. CWP Rating: 250 psig.
2. Threaded Ends: Comply with ASME B1.20.1.
3. Tamperproof Feature: Locking feature for valves indicated in "Aboveground
Manual Gas Shutoff Valve Schedule" Articles.
4. Valves 1-1/4 inch and larger shall be suitable for LPG service, with "WOG"
indicated on valve body.
C. General Requirements for Metallic Valves, NPS 2 (DN 50) and Smaller for Vapor
Service: Comply with ASME B16.33.
1. CWP Rating: 125 psig.
2. Threaded Ends: Comply with ASME B1.20.1.
3. Dryseal Threads on Flare Ends: Comply with ASME B1.20.3.
4. Tamperproof Feature: Locking feature for valves indicated in "Aboveground
Manual Gas Shutoff Valve Schedule" Articles.

FACILITY LIQUEFIED-PETROLEUM GAS


499

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


8 of 20

5. Listing: Listed and labeled by an NRTL acceptable to authorities having


jurisdiction for valves 1 inch and smaller.
6. Service Mark: Valves 1-1/4 inch (32 mm) to NPS 2 (DN 50) shall have initials
"WOG" permanently marked on valve body.
D. Two-Piece, Full-Port, Bronze Ball Valves with Bronze Trim: MSS SP-110.
1. Manufacturers: Subject to compliance with requirements, provide products by
one of the following:
a. BrassCraft Manufacturing Company; a Masco company.
b. Conbraco Industries, Inc.; Apollo Div.
c. Lyall, R. W. & Company, Inc.
d. McDonald, A. Y. Mfg. Co.
e. Perfection Corporation; a subsidiary of American Meter Company.
2. Body: Bronze, complying with ASTM B 584.
3. Ball: Chrome-plated bronze.
4. Stem: Bronze; blowout proof.
5. Seats: Reinforced TFE; blowout proof.
6. Packing: Threaded-body packnut design with adjustable-stem packing.
7. Ends: Threaded, flared, or socket as indicated in "Underground Manual Gas
Shutoff Valve Schedule" and "Aboveground Manual Gas Shutoff Valve
Schedule" Articles.
8. CWP Rating: 600 psig.
9. Listing: Valves NPS 1 and smaller shall be listed and labeled by an NRTL
acceptable to authorities having jurisdiction.
10. Service: Suitable for LPG service with "WOG" indicated on valve body.
E. Bronze Plug Valves: MSS SP-78.
1. Manufacturers: Subject to compliance with requirements, provide products by
one of the following:
a. Lee Brass Company.
b. McDonald, A. Y. Mfg. Co.
2. Body: Bronze, complying with ASTM B 584.
FACILITY LIQUEFIED-PETROLEUM GAS
500

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


9 of 20

3. Plug: Bronze.
4. Ends: Threaded, socket, or flanged as indicated in "Aboveground Manual Gas
Shutoff Valve Schedule" Articles.
5. Operator: Square head or lug type with tamperproof feature where indicated.
6. Pressure Class: 125 psig (862 kPa).
7. Listing: Valves NPS 1 (DN 25) and smaller shall be listed and labeled by an
NRTL acceptable to authorities having jurisdiction.
8. Service: Suitable for LPG service with "WOG" indicated on valve body.
F. Cast-Iron, Nonlubricated Plug Valves: MSS SP-78.
1. Manufacturers: Subject to compliance with requirements, provide products by
one of the following:
a. McDonald, A. Y. Mfg. Co.
b. Mueller Co.; Gas Products Div.
c. Xomox Corporation; a Crane company.
2. Body: Cast iron, complying with ASTM A 126, Class B.
3. Plug: Bronze or nickel-plated cast iron.
4. Seat: Coated with thermoplastic.
5. Stem Seal: Compatible with LPG.
6. Ends: Threaded or flanged as indicated in "Aboveground Manual Gas Shutoff
Valve Schedule" Articles.
7. Operator: Square head or lug type with tamperproof feature where indicated.
8. Pressure Class: 125 psig.
9. Listing: Valves NPS 1 and smaller shall be listed and labeled by an NRTL
acceptable to authorities having jurisdiction.
10. Service: Suitable for LPG service with "WOG" indicated on valve body.
2.5

PRESSURE REGULATORS
A. General Requirements:

FACILITY LIQUEFIED-PETROLEUM GAS


501

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


10 of 20

1. Single stage and suitable for LPG.


2. Steel jacket and corrosion-resistant components.
3. Elevation compensator.
4. End Connections: Threaded for regulators NPS 2 (DN 50) and smaller; flanged
for regulators NPS 2-1/2 (DN 65) and larger.
B. Service Pressure Regulators: Comply with ANSI Z21.80.
1. Manufacturers: Subject to compliance with requirements, provide products by
one of the following:
a. Actaris.
b. American Meter Company.
c. Fisher Control Valves and Regulators; Division of Emerson Process
Management.
d. Invensys.
e. Richards Industries; Jordan Valve Div.
2. Body and Diaphragm Case: Cast iron or die-cast aluminum.
3. Springs: Zinc-plated steel; interchangeable.
4. Diaphragm Plate: Zinc-plated steel.
5. Seat Disc: Nitrile rubber resistant to gas impurities, abrasion, and deformation at
the valve port.
6. Orifice: Aluminum; interchangeable.
7. Seal Plug: Ultraviolet-stabilized, mineral-filled nylon.
8. Single-port, self-contained regulator with orifice no larger than required at
maximum pressure inlet and no pressure sensing piping external to the regulator.
9. Pressure regulator shall maintain discharge pressure setting downstream and not
exceed 150 percent of design discharge pressure at shutoff.
10. Overpressure Protection Device: Factory mounted on pressure regulator.
11. Atmospheric Vent: Factory- or field-installed, stainless-steel screen in opening if
not connected to vent piping.
12. Maximum Inlet Pressure: 100 psig (690 kPa).
FACILITY LIQUEFIED-PETROLEUM GAS
502

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


11 of 20

C. Line Pressure Regulators: Comply with ANSI Z21.80.


1. Manufacturers: Subject to compliance with requirements, provide products by
one of the following:
a. Actaris.
b. American Meter Company.
c. Eclipse Combustion, Inc.
d. Fisher Control Valves and Regulators; Division of Emerson Process
Management.
e. Invensys.
f. Maxitrol Company.
g. Richards Industries; Jordan Valve Div.
2. Body and Diaphragm Case: Cast iron or die-cast aluminum.
3. Springs: Zinc-plated steel; interchangeable.
4. Diaphragm Plate: Zinc-plated steel.
5. Seat Disc: Nitrile rubber resistant to gas impurities, abrasion, and deformation at
the valve port.
6. Orifice: Aluminum; interchangeable.
7. Seal Plug: Ultraviolet-stabilized, mineral-filled nylon.
8. Single-port, self-contained regulator with orifice no larger than required at
maximum pressure inlet and no pressure sensing piping external to the regulator.
9. Pressure regulator shall maintain discharge pressure setting downstream and not
exceed 150 percent of design discharge pressure at shutoff.
10. Overpressure Protection Device: Factory mounted on pressure regulator.
11. Atmospheric Vent: Factory- or field-installed, stainless-steel screen in opening if
not connected to vent piping.
12. Maximum Inlet Pressure: 10 psig (69 kPa).
D. Appliance Pressure Regulators: Comply with ANSI Z21.18.
1. Manufacturers: Subject to compliance with requirements, provide products by
one of the following:
a. Canadian Meter Company Inc.
b. Eaton Corporation; Controls Div.
FACILITY LIQUEFIED-PETROLEUM GAS
503

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


12 of 20

c. Harper Wyman Co.


d. Maxitrol Company.
e. SCP, Inc.
2. Body and Diaphragm Case: Die-cast aluminum.
3. Springs: Zinc-plated steel; interchangeable.
4. Diaphragm Plate: Zinc-plated steel.
5. Seat Disc: Nitrile rubber.
6. Seal Plug: Ultraviolet-stabilized, mineral-filled nylon.
7. Factory-Applied Finish: Minimum three-layer polyester and polyurethane paint
finish.
8. Regulator may include vent limiting device, instead of vent connection, if
approved by authorities having jurisdiction.
9. Maximum Inlet Pressure: 1 psig (6.9 kPa).
PART 3 - EXECUTION
3.1

EXAMINATION
A. Verification of Conditions (by Installer): Examine conditions under which piping
systems are to be installed and notify Prime Contractor in writing of any conditions
detrimental to proper and timely installation. Do not proceed with installation until
unsatisfactory conditions have been corrected in manner acceptable to Installer.
B. Examine roughing-in for LPG piping system to verify actual locations of piping
connections before equipment installation.
C. Proceed with installation only after unsatisfactory conditions have been corrected.

3.2

PREPARATION
A. Close equipment shutoff valves before turning off LPG to premises or piping section.
B. Inspect LPG piping according to NFPA 58 and NFPA 54 and the International Fuel
Gas Code to determine that LPG utilization devices are turned off in piping section
affected.

FACILITY LIQUEFIED-PETROLEUM GAS


504

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


13 of 20

C. Comply with NFPA 58, NFPA 54, and the International Fuel Gas Code requirements
for prevention of accidental ignition.
3.3

OUTDOOR PIPING INSTALLATION


A. Comply with NFPA 58, NFPA 54, and the International Fuel Gas Code requirements
for installation and purging of LPG piping.
B. Steel Piping with Protective Coating:
1. Apply joint cover kits to pipe after joining to cover, seal, and protect joints.
2. Repair damage to PE coating on pipe as recommended in writing by protective
coating manufacturer.
3. Replace pipe having damaged PE coating with new pipe.
C. Install fittings for changes in direction and branch connections.
D. Joints for connection to inlets and outlets on vaporizers, regulators, and valves may
be flanged or threaded to match the equipment.
E. Install pressure gage upstream and downstream from each service regulator. Pressure
gages are specified in Division 23 Special Provision Section "Meters and Gages for
HVAC Piping."

3.4

INDOOR PIPING INSTALLATION


A. Comply with NFPA 54 and the International Fuel Gas Code for installation and
purging of LPG piping.
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, and other design considerations. Install piping as
indicated unless deviations to layout are approved on Coordination Drawings.
C. Arrange for pipe spaces, chases, slots, sleeves, and openings in building structure
during progress of construction, to allow for mechanical installations.
D. Install piping in concealed locations unless otherwise indicated and except in
equipment rooms and service areas.

FACILITY LIQUEFIED-PETROLEUM GAS


505

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


14 of 20

E. Install piping indicated to be exposed and piping in equipment rooms and service
areas at right angles or parallel to building walls. Diagonal runs are prohibited unless
specifically indicated otherwise.
F. Install piping above accessible ceilings to allow sufficient space for ceiling panel
removal.
G. Locate valves for easy access.
H. Install LPG piping at uniform grade of 2 percent down toward drip and sediment
traps.
I. Install piping free of sags and bends.
J. Install fittings for changes in direction and branch connections.
K. Verify final equipment locations for roughing-in.
L. Comply with requirements in Sections specifying gas-fired appliances and equipment
for roughing-in requirements.
M. Drips and Sediment Traps: Install drips at points where condensate may collect,
including service-meter outlets. Locate where readily accessible to permit cleaning
and emptying. Do not install where condensate is subject to freezing.
1. Construct drips and sediment traps using tee fitting with bottom outlet plugged or
capped. Use nipple a minimum length of 3 pipe diameters, but not less than 3
inches (75 mm) long and same size as connected pipe. Install with space below
bottom of drip to remove plug or cap.
N. Extend relief vent connections for service regulators, line regulators, and overpressure
protection devices to outdoors and terminate with weatherproof vent cap.
O. Conceal pipe installations in walls, pipe spaces, utility spaces, above ceilings, below
grade or floors, and in floor channels unless indicated to be exposed to view.
P. Concealed Location Installations: Except as specified below, install concealed LPG
piping and piping installed under the building in containment conduit constructed of
steel pipe with welded joints as described in Part 2. Install a vent pipe from
containment conduit to outdoors and terminate with weatherproof vent cap.
1. Above Accessible Ceilings: LPG piping, fittings, valves, and regulators may be
installed in accessible spaces without containment conduit.
2. In Walls or Partitions: Protect tubing installed inside partitions or hollow walls
from physical damage using steel striker barriers at rigid supports.
FACILITY LIQUEFIED-PETROLEUM GAS
506

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


15 of 20
a. Exception: Tubing passing through partitions or walls does not require striker
barriers.

3. Prohibited Locations:
a. Do not install LPG piping in or through circulating air ducts, clothes or trash
chutes, chimneys or gas vents (flues), ventilating ducts, or dumbwaiter or
elevator shafts.
b. Do not install LPG piping in solid walls or partitions.
Q. Use eccentric reducer fittings to make reductions in pipe sizes. Install fittings with
level side down.
R. Connect branch piping from top or side of horizontal piping.
S. Install unions in pipes NPS 2 and smaller, adjacent to each valve, at final connection
to each piece of equipment. Unions are not required at flanged connections.
T. Do not use LPG piping as grounding electrode.
U. Install strainer on inlet of each line-pressure regulator and automatic or electrically
operated valve.
V. Install pressure gage upstream and downstream from each line regulator. Pressure
gages are specified in Division 23 Special Provision Section "Meters and Gages for
HVAC Piping."
W. Install sleeves for piping penetrations of walls, ceilings, and floors. Comply with
requirements for sleeves specified in Division 23 Special Provision Section
"Common Work Results for HVAC Piping."
X. Install sleeve seals for piping penetrations of concrete walls and slabs. Comply with
requirements for sleeve seals specified in Division 23 Special Provision Section
"Common Work Results for HVAC Piping."
Y. Install escutcheons for piping penetrations of walls, ceilings, and floors. Comply
with requirements for escutcheons specified in Division 23 Special Provision Section
"Common Work Results for HVAC Piping."
3.5

VALVE INSTALLATION
A. Install manual gas shutoff valve for each gas appliance ahead of corrugated stainlesssteel tubing, aluminum, or copper connector.
B. Install underground valves with valve boxes.

FACILITY LIQUEFIED-PETROLEUM GAS


507

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


16 of 20

C. Install regulators and overpressure protection devices with maintenance access space
adequate for servicing and testing.
3.6

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. Threaded Joints:
1. Thread pipe with tapered pipe threads complying with ASME B1.20.1.
2. Cut threads full and clean using sharp dies.
3. Ream threaded pipe ends to remove burrs and restore full ID of pipe.
4. Apply appropriate tape or thread compound to external pipe threads unless
dryseal threading is specified.
5. Damaged Threads: Do not use pipe or pipe fittings with threads that are corroded
or damaged. Do not use pipe sections that have cracked or open welds.
D. Welded Joints:
1. Construct joints according to AWS D10.12/D10.12M, using qualified processes
and welding operators.
2. Bevel plain ends of steel pipe.
3. Patch factory-applied protective coating as recommended by manufacturer at field
welds and where damage to coating occurs during construction.
E. Flanged Joints: Install gasket material, size, type, and thickness appropriate for LPG
service. Install gasket concentrically positioned.

3.7

HANGER AND SUPPORT INSTALLATION


A. Comply with requirements for pipe hangers and supports specified in Division 23
Special Provision Section "Hangers and Supports for HVAC Piping and Equipment."
B. Install hangers for horizontal steel piping with the following maximum spacing and
minimum rod sizes:

FACILITY LIQUEFIED-PETROLEUM GAS


508

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


17 of 20

1. NPS 1 and Smaller: Maximum span, 96 inches; minimum rod size, 3/8 inch.
2. NPS 1-1/4 (DN 32): Maximum span, 108 inches (2743 mm); minimum rod size,
3/8 inch (10 mm).
3. NPS 1-1/2 and NPS 2: Maximum span, 108 inches; minimum rod size, 3/8 inch.
4. NPS 2-1/2 to NPS 3-1/2: Maximum span, 10 feet; minimum rod size, 1/2 inch.
5. NPS 4 and Larger: Maximum span, 10 feet; minimum rod size, 5/8 inch (16 mm).
3.8

CONNECTIONS
A. Connect to utility's gas main according to utility's procedures and requirements.
B. Install LPG piping electrically continuous, and bonded to gas appliance equipment
grounding conductor of the circuit powering the appliance according to NFPA 70.
C. Install piping adjacent to appliances to allow service and maintenance of appliances.
D. Connect piping to appliances using manual gas shutoff valves and unions. Install
valve within 72 inches of each gas-fired appliances and equipment. Install union
between valve and appliances or equipment.
E. Sediment Traps: Install tee fitting with capped nipple in bottom to form drip, as close
as practical to inlet of each appliance.

3.9

LABELING AND IDENTIFYING


A. Comply with requirements in Division 23 Special Provision Section "Identification
for HVAC Piping and Equipment" for piping and valve identification.

3.10 PAINTING
A. Comply with requirements in Division 09 painting Sections for painting interior and
exterior LPG piping.
B. Paint exposed, exterior metal piping, valves, service regulators, and piping
specialties, except components with factory-applied paint or protective coating.
1. Alkyd System: MPI EXT 5.1D.
a. Prime Coat: Alkyd anticorrosive metal primer.
b. Intermediate Coat: Exterior alkyd enamel matching topcoat.
FACILITY LIQUEFIED-PETROLEUM GAS
509

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


18 of 20

c. Topcoat: Exterior alkyd enamel (flat).


d. Color: Gray.
C. Paint exposed, interior metal piping, valves, service regulators, and piping specialties,
except components with factory-applied paint or protective coating.
1. Latex Over Alkyd Primer System: MPI INT 5.1Q.
a. Prime Coat: Alkyd anticorrosive metal primer.
b. Intermediate Coat: Interior latex matching topcoat.
c. Topcoat: Interior latex (flat).
d. Color: Yellow.
2. Alkyd System: MPI INT 5.1E.
a. Prime Coat: Alkyd anticorrosive metal primer.
b. Intermediate Coat: Interior alkyd matching topcoat.
c. Topcoat: Interior alkyd (flat).
d. Color: Yellow.
D. Damage and Touchup: Repair marred and damaged factory-applied finishes with
materials and by procedures to match original factory finish.
3.11 FIELD QUALITY CONTROL
A. Perform tests and inspections.
B. Tests and Inspections:
1. Test, inspect, and purge LPG according to NFPA 58 and NFPA 54, and the
International Fuel Gas Code and requirements of authorities having jurisdiction.
C. LPG piping will be considered defective if it does not pass tests and inspections.
D. Prepare test and inspection reports.
3.12 DEMONSTRATION
A. Engage a factory-authorized service representative to train Owner's maintenance
personnel to adjust, operate, and maintain LPG equipment.
3.13 OUTDOOR PIPING SCHEDULE
A. Aboveground LPG liquid piping shall be the following:
FACILITY LIQUEFIED-PETROLEUM GAS
510

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


19 of 20

1. NPS 2 and Smaller: Schedule 40 steel pipe, wrought steel fittings and threaded
joints. Coat pipe and fittings with protective coating for steel piping.
3.14 INDOOR PIPING SCHEDULE FOR SYSTEM PRESSURES LESS THAN 0.5 PSIG
A. Aboveground, branch piping NPS 2 and smaller shall be the following:
1. Schedule 40, steel pipe with malleable-iron fittings and threaded joints.
3.15 ABOVEGROUND MANUAL GAS SHUTOFF VALVE SCHEDULE
A. Aboveground Liquid Piping:
1. Two-piece, full-port, bronze ball valves with bronze trim.
B. Distribution piping valves for pipe NPS 2 (DN 50) and smaller shall be the following:
1. Two-piece, full-port, bronze ball valves with bronze trim.
2. Bronze plug valve.
C. Valves in branch piping for single appliance shall be one of the following:
1. One-piece, bronze ball valve with bronze trim.
2. Two-piece, full-port, bronze ball valves with bronze trim.
3. Bronze plug valve.
PART 4 - MEASUREMENTS AND PAYMENT
4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective
item as described herein and shown below. This price shall be full compensation for
all work contained in the bid item as described herein and required by the related
Special Provisions.
B. Payment will be made under:

FACILITY LIQUEFIED-PETROLEUM GAS


511

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


20 of 20

Item 8001 Bay Bridge Administration Buildinglump sum


Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to
complete the Work in every respect, including furnishing all materials, installation,
testing, placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional
requirements.
END OF SPECIAL PROVISION 231126

FACILITY LIQUEFIED-PETROLEUM GAS


512

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 9

CATEGORY 800
BUILDINGS
SECTION 223400 - FUEL-FIRED, DOMESTIC-WATER HEATERS
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions,
Special Provisions, General Provisions, and Terms and Conditions, apply to this
section.

1.2

SUMMARY
A. Special Provision Includes:
1. Commercial, gas- and oil-fired, domestic-water heaters.
2. Domestic-water heater accessories.

1.3

ACTION SUBMITTALS
A. Product Data: For each type and size of domestic-water heater indicated. Include
rated capacities, operating characteristics, electrical characteristics, and furnished
specialties and accessories.
B. Shop Drawings:
C. Wiring Diagrams: For power, signal, and control wiring.

1.4

INFORMATIONAL SUBMITTALS
A. Product Certificates: For each type of commercial, gas- and oil-fired, domesticwater heater, from manufacturer.
B. Domestic-Water Heater Labeling: Certified and labeled by testing agency
acceptable to authorities having jurisdiction.
C. Source quality-control reports.
D. Field quality-control reports.
E. Warranty: Sample of special warranty.

FUEL-FIRED DOMESTIC WATER HEATERS


513

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

1.5

Contract No. BB-2829-000-006


2 of 9

CLOSEOUT SUBMITTALS
A. Operation and Maintenance Data: For fuel-fired, domestic-water heaters to include
in emergency, operation, and maintenance manuals.

1.6

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. ASHRAE/IESNA Compliance: Fabricate and label fuel-fired, domestic-water
heaters to comply with ASHRAE/IESNA 90.1.
C. ASME Compliance:
1. Where ASME-code construction is indicated, fabricate and label commercial,
domestic-water heater storage tanks to comply with ASME Boiler and Pressure
Vessel Code: Section VIII, Division 1.
2. Where ASME-code construction is indicated, fabricate and label commercial,
finned-tube, domestic-water heaters to comply with ASME Boiler and Pressure
Vessel Code: Section IV.
D. NSF Compliance: Fabricate and label equipment components that will be in contact
with potable water to comply with NSF 61 Annex G, "Drinking Water System
Components - Health Effects."

1.7

COORDINATION
A. Coordinate sizes and locations of concrete bases with actual equipment provided.

1.8

WARRANTY
A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to
repair or replace components of fuel-fired, domestic-water heaters that fail in
materials or workmanship within specified warranty period.
1. Failures include, but are not limited to, the following:
a. Structural failures including storage tank and supports.
b. Faulty operation of controls.

FUEL-FIRED DOMESTIC WATER HEATERS


514

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


3 of 9

c. Deterioration of metals, metal finishes, and other materials beyond normal


use.
2. Warranty Periods: From date of Substantial Completion.
a. Commercial, Gas- and Oil-Fired, Domestic-Water Heaters:
1) Storage Tank: Five years.
2) Burner: Two year(s).
3) Controls and Other Components: Three years.
b. Compression Tanks: Five years.
PART 2 - PRODUCTS
2.1

COMMERCIAL, GAS- AND OIL-FIRED, DOMESTIC-WATER HEATERS


A. Manufacturers: Subject to compliance with project requirements, provide dual-fuel
fired domestic-water heaters by one of the following:
1. A.O. Smith
2. Bock Water Heaters
3. PVI Industries, Inc.
B. Description: Comply with ANSI Z21.10.3/CSA 4.3 or UL 732 requirements
appropriate for dual-fuel, gas- and oil-fired, domestic-water heaters.
C. Storage-Tank Construction: ASME-code steel with 150-psig minimum workingpressure rating.
1. Tappings: Factory fabricated of materials compatible with tank. Attach tappings
to tank before testing.
a. NPS 2 and Smaller: Threaded ends according to ASME B1.20.1.
b. NPS 2-1/2 and Larger: Flanged ends according to ASME B16.5 for steel and
stainless-steel flanges and according to ASME B16.24 for copper and copperalloy flanges.
2. Interior Finish: Comply with NSF 61 Annex G barrier materials for potable-water
tank linings, including extending finish into and through tank fittings and outlets.
3. Lining: Glass complying with NSF 61 Annex G barrier materials for potablewater tank linings, including extending lining into and through tank fittings and
outlets.
D. Factory-Installed Storage-Tank Appurtenances:

FUEL-FIRED DOMESTIC WATER HEATERS


515

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS
1.
2.
3.
4.
5.
6.

Contract No. BB-2829-000-006


4 of 9

Anode Rod: Replaceable magnesium.


Dip Tube: Required unless cold-water inlet is near bottom of tank.
Drain Valve: Corrosion-resistant metal complying with ASSE 1005.
Insulation: Comply with ASHRAE/IESNA 90.1 or ASHRAE 90.2.
Jacket: Steel with enameled finish.
Temperature Control: Adjustable thermostat.

7. Relief Valves: ASME rated and stamped for combination temperature-andpressure relief valves. Include one or more relief valves with total relieving
capacity at least as great as heat input, and include pressure setting less than
domestic-water heater working-pressure rating. Select one relief valve with
sensing element that extends into storage tank.
E. Fuel Burner:
1. Standards: Combination gas-and-oil burner assembly, complying with appropriate
requirements of UL 795; or comply with UL 296 for oil burners for No. 2 fuel oil
and UL 795 for natural-gas fuel.
2. Safety Control: Automatic, high-temperature-limit cutoff device or system.
3. Vent Connection: According to standards of authorities having jurisdiction for
dual-fuel, domestic-water heaters.
2.2

DOMESTIC-WATER HEATER ACCESSORIES


A. Domestic-Water Compression Tanks:
1. Description: Steel, pressure-rated tank constructed with welded joints and factoryinstalled butyl-rubber diaphragm. Include air precharge to minimum systemoperating pressure at tank.
2. Construction:
a. Tappings: Factory-fabricated steel, welded to tank before testing and labeling.
Include ASME B1.20.1 pipe thread.
b. Interior Finish: Comply with NSF 61 Annex G barrier materials for potablewater tank linings, including extending finish into and through tank fittings
and outlets.
c. Air-Charging Valve: Factory installed.
3. Capacity and Characteristics:
a. Working-Pressure Rating: 150 psig.
b. Capacity Acceptable: 4 gal. minimum.
c. Air Precharge Pressure: 50 psig.

FUEL-FIRED DOMESTIC WATER HEATERS


516

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


5 of 9

B. Drain Pans: Corrosion-resistant metal with raised edge. Comply with


ANSI/CSA LC 3. Include dimensions not less than base of domestic-water heater,
and include drain outlet not less than NPS 3/4 with ASME B1.20.1 pipe threads or
with ASME B1.20.7 garden-hose threads.
C. Piping-Type Heat Traps: Field-fabricated piping arrangement according to
ASHRAE/IESNA 90.1.
D. Heat-Trap Fittings: ASHRAE 90.2.
E. Manifold Kits: Domestic-water heater manufacturer's factory-fabricated inlet and
outlet piping for field installation, for multiple domestic-water heater installation.
Include ball-, butterfly-, or gate-type shutoff valves to isolate each domestic-water
heater and calibrated memory-stop balancing valves to provide balanced flow
through each domestic-water heater.
F. Combination Temperature-and-Pressure Relief Valves: Include relieving capacity at
least as great as heat input, and include pressure setting less than domestic-water
heater working-pressure rating. Select relief valves with sensing element that
extends into storage tank.
1. Oil-Fired, Domestic-Water Heaters: ASME rated and stamped.
G. Vacuum Relief Valves: ANSI Z21.22/CSA 4.4-M.
2.3

SOURCE QUALITY CONTROL


A. Factory Tests: Test and inspect assembled domestic-water heaters and storage tanks
specified to be ASME-code construction, according to ASME Boiler and Pressure
Vessel Code.
B. Hydrostatically test commercial domestic-water heaters and storage tanks to
minimum of one and one-half times pressure rating before shipment.
C. Domestic-water heaters will be considered defective if they do not pass tests and
inspections. Comply with requirements in Special Provision 014000 "Quality
Requirements" for retesting and reinspecting requirements and Special
Provision 017300 "Execution" for requirements for correcting the Work.
D. Prepare test and inspection reports.

FUEL-FIRED DOMESTIC WATER HEATERS


517

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


6 of 9

PART 3 - EXECUTION
3.1

DOMESTIC-WATER HEATER INSTALLATION


A. Commercial, Domestic-Water Heater Mounting: Install commercial domestic-water
heaters on concrete base. Comply with requirements for concrete base specified in
Special Provision 033000 "Cast-in-Place Concrete."
1. Exception: Omit concrete bases for commercial domestic-water heaters if
installation on stand, bracket, suspended platform, or directly on floor is
indicated.
2. Maintain manufacturer's recommended clearances.
3. Arrange units so controls and devices that require servicing are accessible.
4. Install dowel rods to connect concrete base to concrete floor. Unless otherwise
indicated, install dowel rods on 18-inch centers around the full perimeter of
concrete base.
5. For supported equipment, install epoxy-coated anchor bolts that extend through
concrete base and anchor into structural concrete floor.
6. Place and secure anchorage devices. Use setting drawings, templates, diagrams,
instructions, and directions furnished with items to be embedded.
7. Install anchor bolts to elevations required for proper attachment to supported
equipment.
8. Anchor domestic-water heaters to substrate.
B. Install domestic-water heaters level and plumb, according to layout drawings,
original design, and referenced standards. Maintain manufacturer's recommended
clearances. Arrange units so controls and devices needing service are accessible.
1. Install shutoff valves on domestic-water-supply piping to domestic-water heaters
and on domestic-hot-water outlet piping.
C. Install oil-fired, domestic-water heaters according to NFPA 31.
1. Install shutoff valves on fuel-oil supply piping to oil-fired water-heater burners
without shutoff valves. Comply with requirements for shutoff valves specified in
Special Provision 231113 "Facility Fuel-Oil Piping."
D. Install combination temperature-and-pressure relief valves in top portion of storage
tanks. Use relief valves with sensing elements that extend into tanks. Extend
commercial-water-heater relief-valve outlet, with drain piping same as domesticwater piping in continuous downward pitch, and discharge by positive air gap onto
closest floor drain.

FUEL-FIRED DOMESTIC WATER HEATERS


518

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


7 of 9

E. Install water-heater drain piping as indirect waste to spill by positive air gap into
open drains or over floor drains. Install hose-end drain valves at low points in water
piping for domestic-water heaters that do not have tank drains. Comply with
requirements for hose-end drain valves specified in Special Provision 221119
"Domestic Water Piping Specialties."
F. Install thermometer on outlet piping of domestic-water heaters.
G. Assemble and install inlet and outlet piping manifold kits for multiple domesticwater heaters. Fabricate, modify, or arrange manifolds for balanced water flow
through each domestic-water heater. Include shutoff valve and thermometer in each
domestic-water heater inlet and outlet, and throttling valve in each domestic-water
heater outlet.
H. Install piping-type heat traps on inlet and outlet piping of domestic-water heater
storage tanks without integral or fitting-type heat traps.
I. Fill domestic-water heaters with water.
J. Charge domestic-water compression tanks with air.
3.2

CONNECTIONS
A. Comply with requirements for domestic-water piping specified in Special
Provision 221116 "Domestic Water Piping."
B. Comply with requirements for fuel-oil piping specified in Special Provision 231113
"Facility Fuel-Oil Piping."
C. Drawings indicate general arrangement of piping, fittings, and specialties.
D. Where installing piping adjacent to fuel-fired, domestic-water heaters, allow space
for service and maintenance of water heaters. Arrange piping for easy removal of
domestic-water heaters.

3.3

IDENTIFICATION
A. Identify system components. Comply with requirements for identification specified
in Special Provision 220553 "Identification for Plumbing Piping and Equipment."

3.4

FIELD QUALITY CONTROL


A. Perform tests and inspections.

FUEL-FIRED DOMESTIC WATER HEATERS


519

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


8 of 9

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.
2. Leak Test: After installation, charge system and test for leaks. Repair leaks and
retest until no leaks exist.
3. Operational Test: After electrical circuitry has been energized, start units to
confirm proper operation.
4. Test and adjust controls and safeties. Replace damaged and malfunctioning
controls and equipment.
B. Domestic-water heaters will be considered defective if they do not pass tests and
inspections.
C. Prepare test and inspection reports.
3.5

DEMONSTRATION
A. Engage a factory-authorized service representative to train Owner's maintenance
personnel to adjust, operate, and maintain commercial, gas- and oil-fired, domesticwater heaters.

PART 4 - MEASUREMENTS AND PAYMENT


4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective
item as described herein and shown below. This price shall be full compensation for
all work contained in the bid item as described herein and required by the related
Special Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum

FUEL-FIRED DOMESTIC WATER HEATERS


520

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


9 of 9

C. Costs include all labor, materials, services, testing and equipment necessary to
complete the Work in every respect, including furnishing all materials, installation,
testing, placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional
requirements.
END OF SPECIAL PROVISION 223400

FUEL-FIRED DOMESTIC WATER HEATERS


521

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 8

CATEGORY 800
BUILDINGS
SECTION 230130.51 - HVAC AIR-DISTRIBUTION SYSTEM CLEANING
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions,
Special Provisions, General Provisions, and Terms and Conditions, apply to this
Section.

1.2

SUMMARY
A. Special Provision Section includes cleaning HVAC air-distribution equipment, ducts,
plenums, and system components.

1.3

DEFINITIONS
A. ASCS: Air systems cleaning specialist.
B. NADCA: National Air Duct Cleaners Association.

1.4

INFORMATIONAL SUBMITTALS
A. Qualification Data: For an ASCS.
B. Strategies and procedures plan.
C. Cleanliness verification report.

1.5

QUALITY ASSURANCE
A. ASCS Qualifications: A certified member of NADCA.
1. Certification: Employ an ASCS certified by NADCA on a full-time basis.
2. Supervisor Qualifications: Certified as an ASCS by NADCA.
B. UL Compliance: Comply with UL 181 and UL 181A for fibrous-glass ducts.

HVAC AIR-DISTRIBUTION SYSTEM CLEANING


522

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


2 of 8

C. Cleaning Conference: Conduct conference at Project site.


1. Review methods and procedures related to HVAC air-distribution system
cleaning including, but not limited to, review of the cleaning strategies and
procedures plan.
PART 2 - PRODUCTS (Not Used)
PART 3 - EXECUTION
3.1

EXAMINATION
A. Examine HVAC air-distribution equipment, ducts, plenums, and system components
to determine appropriate methods, tools, and equipment required for performance of
the Work.
B. Perform "Project Evaluation and Recommendation" according to NADCA ACR
2006.
C. Prepare written report listing conditions detrimental to performance of the Work.
D. Proceed with work only after unsatisfactory conditions have been corrected.

3.2

PREPARATION
A. Prepare a written plan that includes strategies and step-by-step procedures. At a
minimum, include the following:
1. Supervisor contact information.
2. Work schedule including location, times, and impact on occupied areas.
3. Methods and materials planned for each HVAC component type.
4. Required support from other trades.
5. Equipment and material storage requirements.
6. Exhaust equipment setup locations.
B. Use the existing service openings, as required for proper cleaning, at various points of
the HVAC system for physical and mechanical entry and for inspection.

HVAC AIR-DISTRIBUTION SYSTEM CLEANING


523

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


3 of 8

C. Comply with NADCA ACR 2006, "Guidelines for Constructing Service Openings in
HVAC Systems" Section.
3.3

CLEANING
A. Comply with NADCA ACR 2006.
B. Remove visible surface contaminants and deposits from within the HVAC system.
C. Systems and Components to Be Cleaned:
1. Air devices for supply and return air.
2. Air-terminal units.
3. Ductwork:
a. Supply-air ducts, including turning vanes and reheat coils, to the air-handling
unit.
b. Return-air ducts to the air-handling unit.
c. Exhaust-air ducts.
D. Collect debris removed during cleaning. Ensure that debris is not dispersed outside
the HVAC system during the cleaning process.
E. Particulate Collection:
1. For particulate collection equipment, include adequate filtration to contain debris
removed. Locate equipment downwind and away from all air intakes and other
points of entry into the building.
2. HEPA filtration with 99.97 percent collection efficiency for particles sized 0.3
micrometer or larger shall be used where the particulate collection equipment is
exhausting inside the building,
F. Control odors and mist vapors during the cleaning and restoration process.
G. Mark the position of manual volume dampers and air-directional mechanical devices
inside the system prior to cleaning. Restore them to their marked position on
completion of cleaning.
H. System components shall be cleaned so that all HVAC system components are visibly
clean. On completion, all components must be returned to those settings recorded
just prior to cleaning operations.

HVAC AIR-DISTRIBUTION SYSTEM CLEANING


524

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


4 of 8

I. Clean all air-distribution devices, registers, grilles, and diffusers.


J. Clean visible surface contamination deposits according to NADCA ACR 2006 and
the following:
1. Clean airstream surfaces, components, condensate collectors, and drains.
2. Ensure that a suitable operative drainage system is in place prior to beginning
wash-down procedures.
3. Clean reheat coils, and other airstream components.
K. Duct Systems:
1. Create service openings in the HVAC system as necessary to accommodate
cleaning.
2. Mechanically clean duct systems specified to remove all visible contaminants so
that the systems are capable of passing the HVAC System Cleanliness Tests (see
NADCA ACR 2006).
L. Debris removed from the HVAC system shall be disposed of according to applicable
Federal, state, and local requirements.
M. Mechanical Cleaning Methodology:
1. Source-Removal Cleaning Methods: The HVAC system shall be cleaned using
source-removal mechanical cleaning methods designed to extract contaminants
from within the HVAC system and to safely remove these contaminants from the
facility. No cleaning method, or combination of methods, shall be used that could
potentially damage components of the HVAC system or negatively alter the
integrity of the system.
a. Use continuously operating vacuum-collection devices to keep each section
being cleaned under negative pressure.
b. Cleaning methods that require mechanical agitation devices to dislodge debris
that is adhered to interior surfaces of HVAC system components shall be
equipped to safely remove these devices. Cleaning methods shall not damage
the integrity of HVAC system components or damage porous surface
materials such as duct and plenum liners.
2. Cleaning Mineral-Fiber Insulation Components:
a. Fibrous-glass thermal or acoustical insulation elements present in equipment
or ductwork shall be thoroughly cleaned with HEPA vacuuming equipment
while the HVAC system is under constant negative pressure and shall not be
permitted to get wet according to NADCA ACR 2006.
HVAC AIR-DISTRIBUTION SYSTEM CLEANING
525

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


5 of 8

b. Cleaning methods used shall not cause damage to fibrous-glass components


and will render the system capable of passing the HVAC System Cleanliness
Tests (see NADCA ACR 2006).
c. Fibrous materials that become wet shall be discarded and replaced.
N. Coil Cleaning:
1. Measure static-pressure differential across each coil.
2. See NADCA ACR 2006, "Coil Surface Cleaning" Section. Type 1, or Type 1 and
Type 2, cleaning methods shall be used to render the coil visibly clean and
capable of passing Coil Cleaning Verification (see applicable NADCA ACR
2006).
3. Coil drain pans shall be subject to NADCA ACR 2006, "Non-Porous Surfaces
Cleaning Verification." Ensure that condensate drain pans are operational.
4. Electric-resistance coils shall be de-energized, locked out, and tagged before
cleaning.
5. Cleaning methods shall not cause any appreciable damage to, cause displacement
of, inhibit heat transfer, or cause erosion of the coil surface or fins, and shall
comply with coil manufacturer's written recommendations when available.
6. Rinse thoroughly with clean water to remove any latent residues.
O. Antimicrobial Agents and Coatings:
1. Apply antimicrobial agents and coatings if active fungal growth is reasonably
suspected or where unacceptable levels of fungal contamination have been
verified. Apply antimicrobial agents and coatings according to manufacturer's
written recommendations and EPA registration listing after the removal of surface
deposits and debris.
2. When used, antimicrobial treatments and coatings shall be applied after the
system is rendered clean.
3. Apply antimicrobial agents and coatings directly onto surfaces of interior
ductwork.
4. Sanitizing agent products shall be registered by the EPA as specifically intended
for use in HVAC systems and ductwork.

HVAC AIR-DISTRIBUTION SYSTEM CLEANING


526

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

3.4

Contract No. BB-2829-000-006


6 of 8

CLEANLINESS VERIFICATION
A. Verify cleanliness according to NADCA ACR 2006, "Verification of HVAC System
Cleanliness" Section.
B. Verify HVAC system cleanliness after mechanical cleaning and before applying any
treatment or introducing any treatment-related substance to the HVAC system,
including biocidal agents and coatings.
C. Perform visual inspection for cleanliness. If no contaminants are evident through
visual inspection, the HVAC system shall be considered clean. If visible
contaminants are evident through visual inspection, those portions of the system
where contaminants are visible shall be re-cleaned and subjected to re-inspection for
cleanliness.
D. Additional Verification:
1. Perform surface comparison testing or NADCA vacuum test.
2. Conduct NADCA vacuum gravimetric test analysis for nonporous surfaces.
E. Verification of Coil Cleaning:
1. Coil will be considered clean if the coil is free of foreign matter and chemical
residue, based on a thorough visual inspection.
F. Prepare a written cleanliness verification report.
following:

At a minimum, include the

1. Written documentation of the success of the cleaning.


2. Site inspection reports, initialed by supervisor, including notation on areas of
inspection, as verified through visual inspection.
3. Surface comparison test results if required.
4. Gravimetric analysis (nonporous surfaces only).
5. System areas found to be damaged.
G. Photographic Documentation: Comply with requirements.

HVAC AIR-DISTRIBUTION SYSTEM CLEANING


527

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

3.5

Contract No. BB-2829-000-006


7 of 8

RESTORATION
A. Restore and repair HVAC air-distribution equipment, ducts, plenums, and
components according to NADCA ACR 2006, "Restoration and Repair of
Mechanical Systems" Section.
B. Restore service openings capable of future reopening. Comply with requirements in
Special Provision 233113 "Metal Ducts." Include location of service openings in
Project closeout report.
C. Replace fibrous-glass materials that cannot be restored by cleaning or resurfacing.
Comply with requirements in Special Provision 233113 "Metal Ducts."
D. Replace damaged insulation according to Special Provision 230700 "HVAC
Insulation."
E. Ensure that closures do not hinder or alter airflow.
F. New closure materials, including insulation, shall match opened materials and shall
have removable closure panels fitted with gaskets and fasteners.

PART 5 - MEASUREMENTS AND PAYMENT


5.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

5.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective
item as described herein and shown below. This price shall be full compensation for
all work contained in the bid item as described herein and required by the related
Special Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to
complete the Work in every respect, including furnishing all materials, installation,
testing, placement into operation, training of Owner personnel, and project closeout.

HVAC AIR-DISTRIBUTION SYSTEM CLEANING


528

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


8 of 8

D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional


requirements.
END OF SPECIAL PROVISION 230130.51

HVAC AIR-DISTRIBUTION SYSTEM CLEANING


529

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 14

CATEGORY 800
BUILDINGS
SECTION 230500 - COMMON WORK RESULTS FOR HVAC
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions,
Special Provisions, General Provisions, and Terms and Conditions, apply to this
Section.

1.2

SUMMARY
A. This Special Provision Section includes the following:
1. Piping materials and installation instructions common to most piping systems.
2. Dielectric fittings.
3. Mechanical sleeve seals.
4. Sleeves.
5. Escutcheons.
6. Grout.
7. Equipment installation requirements common to equipment sections.
8. Painting and finishing.
9. Concrete bases.
10. Supports and anchorages.

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.

COMMON WORK RESULTS FOR HVAC


530

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


2 of 14

C. Exposed, Exterior Installations: Exposed to view outdoors or subject to outdoor


ambient temperatures and weather conditions. Examples include rooftop locations.
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. Dielectric fittings.
2. Mechanical sleeve seals.
3. Escutcheons.
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. Steel Pipe Welding: Qualify processes and operators according to ASME Boiler and
Pressure Vessel Code: Section IX, "Welding and Brazing Qualifications."
1. Comply with provisions in ASME B31 Series, "Code for Pressure Piping."

COMMON WORK RESULTS FOR HVAC


531

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


3 of 14

2. Certify that each welder has passed AWS qualification tests for welding processes
involved and that certification is current.
C. 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.

1.7

COORDINATION
A. Arrange for pipe spaces, chases, slots, and openings in building structure during
progress of construction, to allow for HVAC installations.
B. Coordinate installation of required supporting devices and set sleeves in poured-inplace 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.

PART 2 - PRODUCTS
2.1

MANUFACTURERS
A. In other Part 2 articles where subparagraph titles below introduce lists, the following
requirements apply for product selection:
1. Manufacturers: Subject to compliance with requirements, provide products by the
manufacturers specified.

2.2

PIPE, TUBE, AND FITTINGS


A. Refer to individual piping Sections for pipe, tube, and fitting materials and joining
methods.

COMMON WORK RESULTS FOR HVAC


532

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


4 of 14

B. Pipe Threads: ASME B1.20.1 for factory-threaded pipe and pipe fittings.
2.3

JOINING MATERIALS
A. Refer to individual Piping Sections for special joining materials not listed below.
B. Pipe-Flange Gasket Materials:
piping system contents.

Suitable for chemical and thermal conditions of

1. ASME B16.21, nonmetallic, flat, asbestos-free, 1/8-inch maximum thickness


unless thickness or specific material is indicated.
a. Full-Face Type: For flat-face, Class 125, cast-iron and cast-bronze flanges.
b. Narrow-Face Type: For raised-face, Class 250, cast-iron and steel flanges.
2. AWWA C110, rubber, flat face, 1/8 inch thick, unless otherwise indicated; and
full-face or ring type, unless otherwise indicated.
C. Flange Bolts and Nuts: ASME B18.2.1, carbon steel, unless otherwise indicated.
D. Solder Filler Metals: ASTM B 32, lead-free alloys. Include water-flushable flux
according to ASTM B 813.
E. 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.
F. Welding Filler Metals: Comply with AWS D10.12 for welding materials appropriate
for wall thickness and chemical analysis of steel pipe being welded.
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.
B. Insulating Material: Suitable for system fluid, pressure, and temperature.
C. Dielectric Unions: Factory-fabricated, union assembly, for 250-psig minimum
working pressure at 180 deg F.
1. Manufacturers:
a. Capitol Manufacturing Co.
b. Central Plastics Company.
c. Eclipse, Inc.
d. Epco Sales, Inc.

COMMON WORK RESULTS FOR HVAC


533

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


5 of 14

e. Hart Industries, International, Inc.


f. Watts Industries, Inc.; Water Products Div.
g. Zurn Industries, Inc.; Wilkins Div.
D. Dielectric Flanges: Factory-fabricated, companion-flange assembly, for 150- or 300psig minimum working pressure as required to suit system pressures.
1. Manufacturers:
a. Capitol Manufacturing Co.
b. Central Plastics Company.
c. Epco Sales, Inc.
d. Watts Industries, Inc.; Water Products Div.
E. Dielectric-Flange Kits: Companion-flange assembly for field assembly. Include
flanges, full-face- or ring-type neoprene or phenolic gasket, phenolic or polyethylene
bolt sleeves, phenolic washers, and steel backing washers.
1. Manufacturers:
a. Advance Products & Systems, Inc.
b. Calpico, Inc.
c. Central Plastics Company.
d. Pipeline Seal and Insulator, Inc.
2. Separate companion flanges and steel bolts and nuts shall have 150- or 300-psig
minimum working pressure where required to suit system pressures.
F. Dielectric Couplings: Galvanized-steel coupling with inert and noncorrosive,
thermoplastic lining; threaded ends; and 300-psig minimum working pressure at 225
deg. F.
1. Manufacturers:
a. Calpico, Inc.
b. Lochinvar Corp.
G. Dielectric Nipples:
Electroplated steel nipple with inert and noncorrosive,
thermoplastic lining; plain, threaded, or grooved ends; and 300-psig minimum
working pressure at 225 deg. F.
1. Manufacturers:
a. Perfection Corp.
b. Precision Plumbing Products, Inc.
c. Sioux Chief Manufacturing Co., Inc.
d. Victaulic Co. of America.

COMMON WORK RESULTS FOR HVAC


534

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

2.5

Contract No. BB-2829-000-006


6 of 14

MECHANICAL SLEEVE SEALS


A. Description: Modular sealing element unit, designed for field assembly, to fill
annular space between pipe and sleeve.
1. 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: Stainless steel 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 minimum thickness; round tube closed with
welded longitudinal joint.
B. Steel Pipe: ASTM A 53, Type E, Grade B, Schedule 40, galvanized, plain ends.
C. Cast Iron: Cast or fabricated "wall pipe" equivalent to ductile-iron pressure pipe,
with plain ends and integral water stop, unless otherwise indicated.
D. Stack Sleeve Fittings: Manufactured, cast-iron sleeve with integral clamping flange.
Include clamping ring and bolts and nuts for membrane flashing.
1. Underdeck Clamp: Clamping ring with set screws.

2.7

ESCUTCHEONS
A. Description: Manufactured wall and ceiling escutcheons and floor plates, with an ID
to closely fit around pipe, tube, and insulation of insulated piping and an OD that
completely covers opening.
B. One-Piece, Deep-Pattern Type:
chrome-plated finish.

Deep-drawn, box-shaped brass with polished

COMMON WORK RESULTS FOR HVAC


535

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


7 of 14

C. One-Piece, Cast-Brass Type: With set screw.


1. Finish: Polished chrome-plated and rough brass.
D. Split-Casting, Cast-Brass Type: With concealed hinge and set screw.
1. Finish: Polished chrome-plated and rough brass.
E. One-Piece, Stamped-Steel Type: With set screw or spring clips and chrome-plated
finish.
F. Split-Plate, Stamped-Steel Type: With concealed hinge, set screw or spring clips, and
chrome-plated finish.
G. One-Piece, Floor-Plate Type: Cast-iron floor plate.
H. Split-Casting, Floor-Plate Type: Cast brass with concealed hinge and set screw.
2.8

GROUT
A. Description: ASTM C 1107, Grade B, nonshrink and nonmetallic, dry hydrauliccement grout.
1. Characteristics: Post-hardening, volume-adjusting, nonstaining, noncorrosive,
nongaseous, and recommended for interior and exterior applications.
2. Design Mix: 5000-psi, 28-day compressive strength.
3. Packaging: Premixed and factory packaged.

PART 3 - EXECUTION
3.1

HVAC DEMOLITION
A. Refer to Special Provision 017329 "Cutting and Patching" and Special Provision
024119 "Selective Structure Demolition" for general demolition requirements and
procedures.

3.2

PIPING SYSTEMS - COMMON REQUIREMENTS


A. Install piping according to the following requirements and Piping Sections specifying
piping systems.

COMMON WORK RESULTS FOR HVAC


536

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


8 of 14

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.
D. Install piping indicated to be exposed and piping in equipment rooms and service
areas at right angles or parallel to building walls. Diagonal runs are prohibited unless
specifically indicated otherwise.
E. Install piping above accessible ceilings to allow sufficient space for ceiling panel
removal.
F. Install piping to permit valve servicing.
G. Install piping at indicated slopes.
H. Install piping free of sags and bends.
I. Install fittings for changes in direction and branch connections.
J. Install piping to allow application of insulation.
K. Select system components with pressure rating equal to or greater than system
operating pressure.
L. Install escutcheons for penetrations of walls, ceilings, and floors according to the
following:
1. New Piping:
a. Piping with Fitting or Sleeve Protruding from Wall: One-piece, deep-pattern
type.
b. Chrome-Plated Piping: One-piece, cast-brass type with polished chromeplated finish.
c. Insulated Piping: One-piece, stamped-steel type with spring clips.
d. Bare Piping at Wall and Floor Penetrations in Finished Spaces: One-piece,
cast-brass type with polished chrome-plated finish.
e. Bare Piping at Wall and Floor Penetrations in Finished Spaces: One-piece,
stamped-steel type.
f. Bare Piping at Ceiling Penetrations in Finished Spaces: One-piece or splitcasting, cast-brass type with polished chrome-plated finish.
COMMON WORK RESULTS FOR HVAC
537

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


9 of 14

g. Bare Piping at Ceiling Penetrations in Finished Spaces: One-piece, stampedsteel type or split-plate, stamped-steel type with concealed hinge and set
screw.
h. Bare Piping in Unfinished Service Spaces: One-piece, cast-brass type with
rough-brass finish.
i. Bare Piping in Unfinished Service Spaces: One-piece, stamped-steel type
with concealed hinge and set screw or spring clips.
j. Bare Piping in Equipment Rooms: One-piece, cast-brass type.
k. Bare Piping in Equipment Rooms: One-piece, stamped-steel type with set
screw or spring clips.
l. Bare Piping at Floor Penetrations in Equipment Rooms: One-piece, floorplate type.
M. Sleeves are not required for core-drilled holes.
N. Permanent sleeves are not required for holes formed by removable PE sleeves.
O. Install sleeves for pipes passing through concrete and masonry walls and concrete
floor and roof slabs.
P. Install sleeves for pipes passing through concrete and masonry walls, gypsum-board
partitions, and concrete floor and roof slabs.
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 above finished floor level. Extend cast-iron sleeve
fittings below floor slab as required to secure clamping ring if ring is
specified.
2. Install sleeves in new walls and slabs as new walls and slabs are constructed.
3. Install sleeves that are large enough to provide 1/4-inch annular clear space
between sleeve and pipe or pipe insulation. Use the following sleeve materials:
a. Steel Pipe Sleeves: For pipes smaller than NPS 6.
b. Steel Sheet Sleeves: For pipes NPS 6 and larger, penetrating gypsum-board
partitions.
c. Stack Sleeve Fittings:
For pipes penetrating floors with membrane
waterproofing. Secure flashing between clamping flanges. Install section of
cast-iron soil pipe to extend sleeve to 2 inches above finished floor level.
1) Seal space outside of sleeve fittings with grout.
4. 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. Refer to Special Provision 079200 "Joint Sealants" for materials
and installation.
COMMON WORK RESULTS FOR HVAC
538

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


10 of 14

Q. Aboveground, Exterior-Wall Pipe Penetrations: Seal penetrations using sleeves and


mechanical sleeve seals. Select sleeve size to allow for 1-inch annular clear space
between pipe and sleeve for installing mechanical sleeve seals.
1. Install steel pipe for sleeves smaller than 6 inches 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.
3. Tighten bolts against pressure plates that cause sealing elements to expand and
make watertight seal.
R. Underground, Exterior-Wall Pipe Penetrations: Install cast-iron "wall pipes" for
sleeves. Seal pipe penetrations using mechanical sleeve seals. Select sleeve size to
allow for 1-inch annular clear space between pipe and sleeve for installing
mechanical sleeve seals.
1. 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.
S. Fire-Barrier Penetrations: Maintain indicated fire rating of walls, partitions, ceilings,
and floors at pipe penetrations. Seal pipe penetrations with firestop materials. Refer
to Special Provision 078413 "Through-Penetration Firestop Systems" for materials.
T. Verify final equipment locations for roughing-in.
U. Refer to equipment specifications in other Sections of these Specifications for
roughing-in requirements.
3.3

PIPING JOINT CONSTRUCTION


A. Join pipe and fittings according to the following requirements and
specifying piping systems.

Sections

B. Ream ends of pipes and tubes and remove burrs. Bevel plain ends of steel pipe.
C. Remove scale, slag, dirt, and debris from inside and outside of pipe and fittings
before assembly.

COMMON WORK RESULTS FOR HVAC


539

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


11 of 14

D. 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.
E. 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.
F. Threaded Joints: Thread pipe with tapered pipe threads according to ASME B1.20.1.
Cut threads full and clean using sharp dies. Ream threaded pipe ends to remove burrs
and restore full ID. Join pipe fittings and valves as follows:
1. Apply appropriate tape or thread compound to external pipe threads unless dry
seal threading is specified.
2. Damaged Threads: Do not use pipe or pipe fittings with threads that are corroded
or damaged. Do not use pipe sections that have cracked or open welds.
G. Welded Joints: Construct joints according to AWS D10.12, using qualified processes
and welding operators according to Part 1 "Quality Assurance" Article.
H. Flanged Joints: Select appropriate gasket material, size, type, and thickness for
service application. Install gasket concentrically positioned. Use suitable lubricants
on bolt threads.
3.4

PIPING CONNECTIONS
A. Make connections according to the following, unless otherwise indicated:
1. Install unions, in piping NPS 2 and smaller, adjacent to each valve and at final
connection to each piece of equipment.

3.5

EQUIPMENT INSTALLATION - COMMON REQUIREMENTS


A. Install equipment to allow maximum possible headroom unless specific mounting
heights are not indicated.
B. Install equipment level and plumb, parallel and perpendicular to other building
systems and components in exposed interior spaces, unless otherwise indicated.
C. 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.

COMMON WORK RESULTS FOR HVAC


540

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


12 of 14

D. Install equipment to allow right of way for piping installed at required slope.
3.6

PAINTING
A. Painting of HVAC systems, equipment, and components is specified in Special
Provision 099123 "Interior Painting."
B. Damage and Touchup: Repair marred and damaged factory-painted finishes with
materials and procedures to match original factory finish.

3.7

CONCRETE BASES
A. Concrete Bases: Anchor equipment to concrete base according to equipment
manufacturer's written instructions and according to seismic codes at Project.
1. Construct concrete bases of dimensions indicated, but not less than 4 inches larger
in both directions than supported unit.
2. Install dowel rods to connect concrete base to concrete floor. Unless otherwise
indicated, install dowel rods on 18-inch centers around the full perimeter of the
base.
3. Install epoxy-coated anchor bolts for supported equipment that extend through
concrete base, and anchor into structural concrete floor.
4. Place and secure anchorage devices. Use supported equipment manufacturer's
setting drawings, templates, diagrams, instructions, and directions furnished with
items to be embedded.
5. Install anchor bolts to elevations required for proper attachment to supported
equipment.
6. Install anchor bolts according to anchor-bolt manufacturer's written instructions.
7. Use 3000-psi, 28-day compressive-strength concrete and reinforcement as
specified in Special Provision 033000 "Cast-in-Place Concrete."

3.8

ERECTION OF METAL SUPPORTS AND ANCHORAGES


A. Refer to Special Provision 055000 "Metal Fabrications" for structural steel.
B. Cut, fit, and place miscellaneous metal supports accurately in location, alignment, and
elevation to support and anchor HVAC materials and equipment.

COMMON WORK RESULTS FOR HVAC


541

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


13 of 14

C. Field Welding: Comply with AWS D1.1.


3.9

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.

PART 4 - MEASUREMENTS AND PAYMENT


4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective
item as described herein and shown below. This price shall be full compensation for
all work contained in the bid item as described herein and required by the related
Special Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to
complete the Work in every respect, including furnishing all materials, installation,
testing, placement into operation, training of Owner personnel, and project closeout.

COMMON WORK RESULTS FOR HVAC


542

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


14 of 14

D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional


requirements.
END OF SPECIAL PROVISION 230500

COMMON WORK RESULTS FOR HVAC


543

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 4

CATEGORY 800
BUILDINGS
SECTION 230513 - COMMON MOTOR REQUIREMENTS FOR HVAC
EQUIPMENT
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions,
Special Provisions, General Provisions, and Terms and Conditions, apply to this
Section.

1.2

SUMMARY
A. Special Provision 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.

1.3

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.

PART 2 - PRODUCTS
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.

COMMON MOTOR REQUIREMENTS FOR HVAC EQUIPMENT


544

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


2 of 4

C. Comply with IEEE 841 for severe-duty motors.


2.2

MOTOR CHARACTERISTICS
A. Duty: Continuous duty at ambient temperature of 40 deg C and at altitude of 3300
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.

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. Multispeed Motors: Separate winding for each speed.
F. Rotor: Random-wound, squirrel cage.
G. Bearings: Regreasable, shielded, antifriction ball bearings suitable for radial and
thrust loading.
H. Temperature Rise: Match insulation rating.
I. Insulation: Class F.
J. Code Letter Designation:
1. Motors Smaller than 15 HP: Manufacturer's standard starting characteristic.
K. Enclosure Material: Cast iron for motor frame sizes 324T and larger; rolled steel for
motor frame sizes smaller than 324T.

COMMON MOTOR REQUIREMENTS FOR HVAC EQUIPMENT


545

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

2.4

Contract No. BB-2829-000-006


3 of 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.
B. Motors Used with Variable Frequency Controllers (Drives): Ratings, characteristics,
and features coordinated with and approved by controller manufacturer.
1. Windings: Copper magnet wire with moisture-resistant insulation varnish,
designed and tested to resist transient spikes, high frequencies, and short time rise
pulses produced by pulse-width modulated inverters.
2. Energy- and Premium-Efficient Motors:
insulation.

Class B temperature rise; Class F

3. Inverter-Duty Motors: Class F temperature rise; Class H insulation.


4. Thermal Protection:
protected motors.

Comply with NEMA MG 1 requirements for thermally

C. Severe-Duty Motors: Comply with IEEE 841, with 1.15 minimum service factor.
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.
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.

COMMON MOTOR REQUIREMENTS FOR HVAC EQUIPMENT


546

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


4 of 4

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.
PART 3 - EXECUTION (Not Applicable)
PART 4 - MEASUREMENTS AND PAYMENT
4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective
item as described herein and shown below. This price shall be full compensation for
all work contained in the bid item as described herein and required by the related
Special Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to
complete the Work in every respect, including furnishing all materials, installation,
testing, placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional
requirements.
END OF SPECIAL PROVISION 230513

COMMON MOTOR REQUIREMENTS FOR HVAC EQUIPMENT


547

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 10

CATEGORY 800
BUILDINGS
SECTION 230519 - METERS AND GAGES FOR HVAC PIPING
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions,
Special Provisions, General Provisions, and Terms and Conditions, apply to this
Section.

1.2

SUMMARY
A. Special Provision Section includes:
1. Bimetallic-actuated thermometers.
2. Filled-system thermometers.
3. Liquid-in-glass thermometers.
4. Thermowells.
5. Dial-type pressure gages.
6. Gage attachments.
7. Test plugs.
8. Test-plug kits.

1.3

SUBMITTALS
A. Product Data: For each type of product indicated.
B. Wiring Diagrams: For power, signal, and control wiring.
C. Product Certificates: For each type of meter and gage, from manufacturer.

METERS AND GAGES FOR HVAC PIPING


548

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


2 of 10

D. Operation and Maintenance Data: For meters and gages to include in operation and
maintenance manuals.
PART 2 - PRODUCTS
2.1

BIMETALLIC-ACTUATED THERMOMETERS
A. Manufacturers: Subject to compliance with requirements, provide products by one of
the following:
1. Ashcroft Inc.
2. Marsh Bellofram.
3. Trerice, H. O. Co.
4. Weiss Instruments, Inc.
B. Standard: ASME B40.200.
C. Case: Liquid-filled and sealed type(s); stainless steel with 5-inch nominal diameter.
D. Dial: Nonreflective aluminum with permanently etched scale markings and scales in
deg F.
E. Connector Type(s): Union joint, adjustable angle, with unified-inch screw threads.
F. Connector Size: 1/2 inch, with ASME B1.1 screw threads.
G. Stem: 0.25 or 0.375 inch in diameter; stainless steel.
H. Window: Plain glass.
I. Ring: Stainless steel.
J. Element: Bimetal coil.
K. Pointer: Dark-colored metal.
L. Accuracy: Plus or minus 1 percent of scale range.

METERS AND GAGES FOR HVAC PIPING


549

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

2.2

Contract No. BB-2829-000-006


3 of 10

FILLED-SYSTEM THERMOMETERS
A. Direct-Mounted, Metal-Case, Vapor-Actuated Thermometers:
1. Manufacturers: Subject to compliance with requirements, provide products by
one of the following:
a. Ashcroft Inc.
b. Trerice, H. O. Co.
c. Weiss Instruments, Inc.
2. Standard: ASME B40.200.
3. Case: Sealed type, cast aluminum; 5-inch nominal diameter.
4. Element: Bourdon tube or other type of pressure element.
5. Movement: Mechanical, dampening type, with link to pressure element and
connection to pointer.
6. Dial: Nonreflective aluminum with permanently etched scale markings graduated
in deg. F.
7. Pointer: Stainless steel, black finish.
8. Window: Glass.
9. Ring: Stainless steel.
10. Connector Type(s): Union joint, adjustable, 180 degrees in vertical plane, 360
degrees in horizontal plane, with locking device; with ASME B1.1 screw threads.
11. Thermal System: Liquid-filled bulb in copper-plated steel, aluminum, or brass
stem and of length to suit installation.
a. Design for Air-Duct Installation: With ventilated shroud.
b. Design for Thermowell Installation: Bare stem.
12. Accuracy: Plus or minus 1 percent of scale range.

2.3

LIQUID-IN-GLASS THERMOMETERS
A. Metal-Case, Liquid-in-Glass Thermometers:

METERS AND GAGES FOR HVAC PIPING


550

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


4 of 10

1. Manufacturers: Subject to compliance with requirements, provide products by


one of the following:
a. Trerice, H. O. Co.
b. Marsh Bellofram.
c. Weiss Instrument.
2. Standard: ASME B40.200.
3. Case: Cast aluminum; 9-inch nominal size.
4. Case Form: Straight unless otherwise indicated.
5. Tube: Glass with magnifying lens and blue or red organic liquid.
6. Tube Background: Nonreflective aluminum with permanently etched scale
markings graduated in deg. F.
7. Window: Glass.
8. Stem: Aluminum or brass and of length to suit installation.
a. Design for Air-Duct Installation: With ventilated shroud.
b. Design for Thermowell Installation: Bare stem.
9. Connector: 3/4 inch, with ASME B1.1 screw threads.
10. Accuracy: Plus or minus 1 percent of scale range or one scale division, to a
maximum of 1.5 percent of scale range.
2.4

THERMOWELLS
A. Thermowells:
1. Standard: ASME B40.200.
2. Description: Pressure-tight, socket-type fitting made for insertion into piping tee
fitting.
3. Material for Use with Copper Tubing: CNR (Copper Nickel (90-10)).
4. Material for Use with Steel Piping: CRES (Copper Nickel (70-30)).
5. Type: Stepped shank unless straight or tapered shank is indicated.

METERS AND GAGES FOR HVAC PIPING


551

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


5 of 10

6. External Threads: NPS 1/2, NPS 3/4, or NPS 1, ASME B1.20.1 pipe threads.
7. Internal Threads: 1/2, 3/4, and 1 inch, with ASME B1.1 screw threads.
8. Bore: Diameter required to match thermometer bulb or stem.
9. Insertion Length: Length required to match thermometer bulb or stem.
10. Lagging Extension: Include on thermowells for insulated piping and tubing.
11. Bushings: For converting size of thermowell's internal screw thread to size of
thermometer connection.
B. Heat-Transfer Medium: Mixture of graphite and glycerin.
2.5

PRESSURE GAGES
A. Direct-Mounted, Metal-Case, Dial-Type Pressure Gages:
1. Manufacturers: Subject to compliance with requirements, provide products by
one of the following:
a. Ashcroft Inc.
b. Marsh Bellofram.
c. Trerice, H. O. Co.
d. Weiss Instruments, Inc.
e. WIKA Instrument Corporation - USA.
2. Standard: ASME B40.100.
3. Case: Liquid-filled type(s); cast aluminum; 4-1/2-inch nominal diameter.
4. Pressure-Element Assembly: Bourdon tube unless otherwise indicated.
5. Pressure Connection: Brass, with NPS 1/4 or NPS 1/2, ASME B1.20.1 pipe
threads and bottom-outlet type unless back-outlet type is indicated.
6. Movement: Mechanical, with link to pressure element and connection to pointer.
7. Dial: Nonreflective aluminum with permanently etched scale markings graduated
in psi and kPa.
8. Pointer: Dark-colored metal.

METERS AND GAGES FOR HVAC PIPING


552

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


6 of 10

9. Window: Glass.
10. Ring: Brass.
11. Accuracy: Grade A, plus or minus 1 percent of middle half of scale range.
2.6

GAGE ATTACHMENTS
A. Snubbers: ASME B40.100, brass; with NPS 1/4 or NPS 1/2, ASME B1.20.1 pipe
threads and piston-type surge-dampening device. Include extension for use on
insulated piping.
B. Siphons: Loop-shaped section of brass pipe with NPS 1/4 or NPS 1/2 pipe threads.
C. Valves: Brass or stainless-steel needle, with NPS 1/4 or NPS 1/2, ASME B1.20.1
pipe threads.

2.7

TEST PLUGS
A. Manufacturers: Subject to compliance with requirements, provide products by one of
the following:
1. Peterson Equipment Co., Inc.
2. Sisco Manufacturing Company, Inc.
3. Trerice, H. O. Co.
4. Watts Regulator Co.; a div. of Watts Water Technologies, Inc.
5. Weiss Instruments, Inc.
B. Description: Test-station fitting made for insertion into piping tee fitting.
C. Body: Brass or stainless steel with core inserts and gasketed and threaded cap.
Include extended stem on units to be installed in insulated piping.
D. Thread Size: NPS 1/4 or NPS 1/2, ASME B1.20.1 pipe thread.
E. Minimum Pressure and Temperature Rating: 500 psig at 200 deg F.
F. Core Inserts:
rubber.

Chlorosulfonated polyethylene synthetic and EPDM self-sealing

METERS AND GAGES FOR HVAC PIPING


553

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


7 of 10

PART 3 - EXECUTION
3.1

INSTALLATION
A. Install thermowells with socket extending one-third of pipe diameter and in vertical
position in piping tees.
B. Install thermowells of sizes required to match thermometer connectors.
bushings if required to match sizes.

Include

C. Install thermowells with extension on insulated piping.


D. Fill thermowells with heat-transfer medium.
E. Install direct-mounted thermometers in thermowells and adjust vertical and tilted
positions.
F. Install duct-thermometer mounting brackets in walls of ducts. Attach to duct with
screws.
G. Install direct-mounted pressure gages in piping tees with pressure gage located on
pipe at the most readable position.
H. Install valve and snubber in piping for each pressure gage for fluids.
I. Install test plugs in piping tees.
J. Install thermometers in the following locations:
1. Inlet and outlet of each hydronic zone.
2. Inlet and outlet of each hydronic coil in air-handling units.
3. Outside-, return-, supply-, and mixed-air ducts.
4. Elsewhere as indicated.
K. Install pressure gages in the following locations:
1. Discharge of each pressure-reducing valve.
2. Suction and discharge of each pump.

METERS AND GAGES FOR HVAC PIPING


554

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


8 of 10

3. Inlet and outlet of each hydronic coil in air-handling units.


4. Elsewhere as indicated.
3.2

CONNECTIONS
A. Install meters and gages adjacent to machines and equipment to allow service and
maintenance of meters, gages, machines, and equipment.

3.3

ADJUSTING
A. Adjust faces of meters and gages to proper angle for best visibility.

3.4

THERMOMETER SCHEDULE
A. Thermometers at inlet and outlet of each hydronic zone shall be one of the following:
1. Liquid-filled, bimetallic-actuated type.
2. Liquid-in-glass type.
B. Thermometers at inlet and outlet of each hydronic coil in air-handling units shall
be one of the following:
1. Compact-style, liquid-in-glass type.
C. Thermometers at outside-, return-, supply-, and mixed-air ducts shall be one of the
following:
1. Liquid-filled, bimetallic-actuated type.
2. Liquid-in-glass type.
3. Direct-mounted, vapor-actuated type.
D. Thermometer stems shall be of length to match thermowell insertion length.

3.5

THERMOMETER SCALE-RANGE SCHEDULE


A. Scale Range for Geothermal-Water Piping: 0 to 160 deg F.

METERS AND GAGES FOR HVAC PIPING


555

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


9 of 10

B. Scale Range for Air Ducts: 0 to 100 deg F.


3.6

PRESSURE-GAGE SCHEDULE
A. Pressure gages at inlet and outlet of each heating water coil shall be one of the
following:
1. Liquid-filled, direct-mounted, metal case.
2. Test plug with chlorosulfonated polyethylene synthetic self-sealing rubber inserts.
B. Pressure gages at suction and discharge of each pump shall be one of the following:
1. Liquid-filled, direct-mounted, metal case.
2. Test plug with chlorosulfonated polyethylene synthetic self-sealing rubber inserts.

3.7

PRESSURE-GAGE SCALE-RANGE SCHEDULE


A. Scale Range for Geothermal-Water Piping: 0 to 100 psi.

PART 4 - MEASUREMENTS AND PAYMENT


4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective
item as described herein and shown below. This price shall be full compensation for
all work contained in the bid item as described herein and required by the related
Special Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum

METERS AND GAGES FOR HVAC PIPING


556

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


10 of 10

C. Costs include all labor, materials, services, testing and equipment necessary to
complete the Work in every respect, including furnishing all materials, installation,
testing, placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional
requirements.
END OF SPECIAL PROVISION 230519

METERS AND GAGES FOR HVAC PIPING


557

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 10

CATEGORY 800
BUILDINGS
SECTION 230523 - GENERAL-DUTY VALVES FOR HVAC PIPING
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions,
Special Provisions, General Provisions, and Terms and Conditions, apply to this
Section.

1.2

SUMMARY
A. Special Provision Section includes:
1. Bronze ball valves.
2. Bronze swing check valves.
3. Iron swing check valves.
4. Bronze gate valves.
5. Iron gate valves.
6. Bronze globe valves.
B. Related Special Provision Sections:
1. HVAC piping Sections for specialty valves applicable to those Sections only.
2. Special Provision 230553 "Identification for HVAC Piping and Equipment" for
valve tags and schedules.

1.3

DEFINITIONS
A. CWP: Cold working pressure.
B. EPDM: Ethylene propylene copolymer rubber.
C. NBR: Acrylonitrile-butadiene, Buna-N, or nitrile rubber.
D. NRS: Nonrising stem.

GENERAL-DUTY VALVES FOR HVAC PIPING


558

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


2 of 10

E. OS&Y: Outside screw and yoke.


F. RS: Rising stem.
1.4

SUBMITTALS
A. Product Data: For each type of valve indicated.

1.5

QUALITY ASSURANCE
A. Source Limitations for Valves: Obtain each type of valve from single source from
single manufacturer.
B. ASME Compliance:
1. ASME B16.10 and ASME B16.34 for ferrous valve dimensions and design
criteria.
2. ASME B31.9 for building services piping valves.

1.6

DELIVERY, STORAGE, AND HANDLING


A. Prepare valves for shipping as follows:
1. Protect internal parts against rust and corrosion.
2. Protect threads, flange faces, grooves, and weld ends.
3. Set, gate, and globe valves closed to prevent rattling.
4. Set ball valves open to minimize exposure of functional surfaces.
5. Block check valves in either closed or open position.
B. Use the following precautions during storage:
1. Maintain valve end protection.
2. Store valves indoors and maintain at higher than ambient dew point temperature.
If outdoor storage is necessary, store valves off the ground in watertight
enclosures.
C. Use sling to handle large valves; rig sling to avoid damage to exposed parts. Do not
use handwheels or stems as lifting or rigging points.

GENERAL-DUTY VALVES FOR HVAC PIPING


559

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


3 of 10

PART 2 - PRODUCTS
2.1

GENERAL REQUIREMENTS FOR VALVES


A. Refer to HVAC valve schedule articles for applications of valves.
B. Valve Pressure and Temperature Ratings: Not less than indicated and as required for
system pressures and temperatures.
C. Valve Sizes: Same as upstream piping unless otherwise indicated.
D. Valve Actuator Types:
1. Handwheel: For valves other than quarter-turn types.
2. Handlever: For quarter-turn valves NPS 6 and smaller except plug valves.
E. Valves in Insulated Piping: With 2-inch stem extensions and the following features:
1. Gate Valves: With rising stem.
2. Ball Valves: With extended operating handle of non-thermal-conductive material,
and protective sleeve that allows operation of valve without breaking the vapor
seal or disturbing insulation.
F. Valve-End Connections:
1. Flanged: With flanges according to ASME B16.1 for iron valves.
2. Threaded: With threads according to ASME B1.20.1.
G. Valve Bypass and Drain Connections: MSS SP-45.

2.2

BRONZE BALL VALVES


A. Two-Piece, Full-Port, Bronze Ball Valves with Bronze Trim:
1. Manufacturers: Subject to compliance with requirements, provide products by
one of the following:
a. Conbraco Industries, Inc.; Apollo Valves.
b. Crane Co.; Crane Valve Group; Crane Valves.
c. Legend Valve.
d. NIBCO INC.
e. Red-White Valve Corporation.

GENERAL-DUTY VALVES FOR HVAC PIPING


560

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


4 of 10

f. Watts Regulator Co.; a division of Watts Water Technologies, Inc.


2. Description:
a. Standard: MSS SP-110.
b. SWP Rating: 150 psig.
c. CWP Rating: 600 psig.
d. Body Design: Two piece.
e. Body Material: Bronze.
f. Ends: Threaded.
g. Seats: PTFE or TFE.
h. Stem: Bronze.
i. Ball: Chrome-plated brass.
j. Port: Full.
2.3

BRONZE SWING CHECK VALVES


A. Class 125, Bronze Swing Check Valves with Bronze Disc:
1. Manufacturers: Subject to compliance with requirements, provide products by
one of the following:
a. Crane Co.; Crane Valve Group; Crane Valves.
b. Kitz Corporation.
c. NIBCO INC.
d. Powell Valves.
e. Red-White Valve Corporation.
f. Watts Regulator Co.; a division of Watts Water Technologies, Inc.
2. Description:
a. Standard: MSS SP-80, Type 3.
b. CWP Rating: 200 psig.
c. Body Design: Horizontal flow.
d. Body Material: ASTM B 62, bronze.
e. Ends: Threaded.
f. Disc: Bronze.
B. Class 150, Bronze Swing Check Valves with Bronze Disc:
1. Manufacturers: Subject to compliance with requirements, provide products by
one of the following:
a. Crane Co.; Crane Valve Group; Crane Valves.
b. Kitz Corporation.
c. NIBCO INC.
d. Red-White Valve Corporation.

GENERAL-DUTY VALVES FOR HVAC PIPING


561

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


5 of 10

2. Description:
a. Standard: MSS SP-80, Type 3.
b. CWP Rating: 300 psig.
c. Body Design: Horizontal flow.
d. Body Material: ASTM B 62, bronze.
e. Ends: Threaded.
f. Disc: Bronze.
2.4

IRON SWING CHECK VALVES


A. Class 125, Iron Swing Check Valves with Metal Seats:
1. Manufacturers: Subject to compliance with requirements, provide products by
one of the following:
a. Crane Co.; Crane Valve Group; Crane Valves.
b. Legend Valve.
c. NIBCO INC.
d. Powell Valves.
e. Red-White Valve Corporation.
f. Watts Regulator Co.; a division of Watts Water Technologies, Inc.
2. Description:
a. Standard: MSS SP-71, Type I.
b. NPS 2-1/2 to NPS 12, CWP Rating: 200 psig.
c. NPS 14 to NPS 24, CWP Rating: 150 psig.
d. Body Design: Clear or full waterway.
e. Body Material: ASTM A 126, gray iron with bolted bonnet.
f. Ends: Flanged.
g. Trim: Bronze.
h. Gasket: Asbestos free.

2.5

BRONZE GATE VALVES


A. Class 150, NRS Bronze Gate Valves:
1. Manufacturers: Subject to compliance with requirements, provide products by
one of the following:
a. Hammond Valve.
b. Kitz Corporation.
c. Milwaukee Valve Company.
d. NIBCO INC.
e. Powell Valves.
f. Red-White Valve Corporation.
g. Watts Regulator Co.; a division of Watts Water Technologies, Inc.

GENERAL-DUTY VALVES FOR HVAC PIPING


562

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


6 of 10

2. Description:
a. Standard: MSS SP-80, Type 1.
b. CWP Rating: 300 psig.
c. Body Material: ASTM B 62, bronze with integral seat and union-ring bonnet.
d. Ends: Threaded.
e. Stem: Bronze.
f. Disc: Solid wedge; bronze.
g. Packing: Asbestos free.
h. Handwheel: Malleable iron, bronze, or aluminum.
B. Class 150, RS Bronze Gate Valves:
1. Manufacturers: Subject to compliance with requirements, provide products by
one of the following:
a. Crane Co.; Crane Valve Group; Crane Valves.
b. NIBCO INC.
c. Powell Valves.
d. Watts Regulator Co.; a division of Watts Water Technologies, Inc.
2. Description:
a. Standard: MSS SP-80, Type 2.
b. CWP Rating: 300 psig.
c. Body Material: ASTM B 62, bronze with integral seat and union-ring bonnet.
d. Ends: Threaded.
e. Stem: Bronze.
f. Disc: Solid wedge; bronze.
g. Packing: Asbestos free.
h. Handwheel: Malleable iron, bronze, or aluminum.
2.6

IRON GATE VALVES


A. Class 125, NRS, Iron Gate Valves:
1. Manufacturers: Subject to compliance with requirements, provide products by
one of the following:
a. Crane Co.; Crane Valve Group; Crane Valves.
b. Legend Valve.
c. NIBCO INC.
d. Powell Valves.
e. Red-White Valve Corporation.
2. Description:
a. Standard: MSS SP-70, Type I.
b. NPS 2-1/2 to NPS 12, CWP Rating: 200 psig.

GENERAL-DUTY VALVES FOR HVAC PIPING


563

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

c.
d.
e.
f.
g.
h.

Contract No. BB-2829-000-006


7 of 10

NPS 14 to NPS 24, CWP Rating: 150 psig.


Body Material: ASTM A 126, gray iron with bolted bonnet.
Ends: Flanged.
Trim: Bronze.
Disc: Solid wedge.
Packing and Gasket: Asbestos free.

B. Class 125, OS&Y, Iron Gate Valves:


1. Manufacturers: Subject to compliance with requirements, provide products by
one of the following:
a. Crane Co.; Crane Valve Group; Crane Valves.
b. Hammond Valve.
c. Kitz Corporation.
d. Legend Valve.
e. Milwaukee Valve Company.
f. NIBCO INC.
g. Powell Valves.
h. Red-White Valve Corporation.
i. Watts Regulator Co.; a division of Watts Water Technologies, Inc.
2. Description:
a. Standard: MSS SP-70, Type I.
b. NPS 2-1/2 to NPS 12, CWP Rating: 200 psig.
c. NPS 14 to NPS 24, CWP Rating: 150 psig.
d. Body Material: ASTM A 126, gray iron with bolted bonnet.
e. Ends: Flanged.
f. Trim: Bronze.
g. Disc: Solid wedge.
h. Packing and Gasket: Asbestos free.
2.7

BRONZE GLOBE VALVES


A. Class 125, Bronze Globe Valves with Bronze Disc:
1. Manufacturers: Subject to compliance with requirements, provide products by
one of the following:
a. Crane Co.; Crane Valve Group; Crane Valves.
b. Crane Co.; Crane Valve Group; Stockham Division.
c. Kitz Corporation.
d. NIBCO INC.
e. Powell Valves.
f. Red-White Valve Corporation.

GENERAL-DUTY VALVES FOR HVAC PIPING


564

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


8 of 10

2. Description:
a. Standard: MSS SP-80, Type 1.
b. CWP Rating: 200 psig.
c. Body Material: ASTM B 62, bronze with integral seat and screw-in bonnet.
d. Ends: Threaded.
e. Stem and Disc: Bronze.
f. Packing: Asbestos free.
g. Handwheel: Malleable iron, bronze, or aluminum.
PART 3 - EXECUTION
3.1

EXAMINATION
A. Examine valve interior for cleanliness, freedom from foreign matter, and corrosion.
Remove special packing materials, such as blocks, used to prevent disc movement
during shipping and handling.
B. Operate valves in positions from fully open to fully closed. Examine guides and seats
made accessible by such operations.
C. Examine threads on valve and mating pipe for form and cleanliness.
D. Examine mating flange faces for conditions that might cause leakage. Check bolting
for proper size, length, and material. Verify that gasket is of proper size, that its
material composition is suitable for service, and that it is free from defects and
damage.
E. Do not attempt to repair defective valves; replace with new valves.

3.2

VALVE INSTALLATION
A. Install valves with unions or flanges at each piece of equipment arranged to allow
service, maintenance, and equipment removal without system shutdown.
B. Locate valves for easy access and provide separate support where necessary.
C. Install valves in horizontal piping with stem at or above center of pipe.
D. Install valves in position to allow full stem movement.
E. Install check valves for proper direction of flow and as follows:
1. Swing Check Valves: In horizontal and vertical position.

GENERAL-DUTY VALVES FOR HVAC PIPING


565

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

3.3

Contract No. BB-2829-000-006


9 of 10

ADJUSTING
A. Adjust or replace valve packing after piping systems have been tested and put into
service but before final adjusting and balancing. Replace valves if persistent leaking
occurs.

3.4

GENERAL REQUIREMENTS FOR VALVE APPLICATIONS


A. If valve applications are not indicated, use the following:
1. Shutoff Service: Ball or gate valves.
2. Throttling Service except Steam: Globe or ball valves.
3. Pump-Discharge Check Valves:
a. NPS 2 and Smaller: Bronze swing check valves with bronze disc.
B. If valves with specified SWP classes or CWP ratings are not available, the same types
of valves with higher SWP classes or CWP ratings may be substituted.
C. Select valves, except wafer types, with the following end connections:
1. For Copper Tubing, NPS 2 and Smaller: Threaded ends.
2. For Steel Piping, NPS 2 and Smaller: Threaded ends.
3. For Steel Piping, NPS 2 to NPS 4: Flanged ends except where threaded valveend option is indicated in valve schedules below.
4. For Steel Piping, NPS 5 and Larger: Flanged ends.

3.5

HEATING-WATER VALVE SCHEDULE


A. Pipe NPS 2 and Smaller:
1. Bronze Valves: Threaded ends.
2. Ball Valves: Two piece, full port, bronze with bronze or stainless-steel trim.
3. Bronze Swing Check Valves: Class 150, bronze disc.
4. Bronze Gate Valves: Class 150, NRS.
5. Bronze Globe Valves: Class 150, bronze disc.

GENERAL-DUTY VALVES FOR HVAC PIPING


566

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


10 of 10

B. Pipe NPS 2-1/2 and Larger:


1. Iron Valves, NPS 2-1/2 to NPS 4: May be provided with threaded ends instead of
flanged ends.
2. Iron Swing Check Valves: Class 125, metal seats.
3. Iron Gate Valves: Class 125, OS&Y.
PART 4 - MEASUREMENTS AND PAYMENT
4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective
item as described herein and shown below. This price shall be full compensation for
all work contained in the bid item as described herein and required by the related
Special Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to
complete the Work in every respect, including furnishing all materials, installation,
testing, placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional
requirements.
END OF SPECIAL PROVISION 230523

GENERAL-DUTY VALVES FOR HVAC PIPING


567

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 12

CATEGORY 800
BUILDINGS
SECTION 230529 - HANGERS AND SUPPORTS FOR HVAC PIPING AND
EQUIPMENT
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions,
Special Provisions, General Provisions, and Terms and Conditions, apply to this
Section.

1.2

SUMMARY
A. This Special Provision Section includes the following hangers and supports for
HVAC system piping and equipment:
1. Steel pipe hangers and supports.
2. Trapeze pipe hangers.
3. Metal framing systems.
4. Thermal-hanger shield inserts.
5. Fastener systems.
6. Equipment supports.
B. Related Special Provision Sections include the following:
1. Special Provision 233113 "Metal Ducts" for duct hangers and supports.

1.3

DEFINITIONS
A. MSS: Manufacturers Standardization Society for The Valve and Fittings Industry
Inc.
B. Terminology: As defined in MSS SP-90, "Guidelines on Terminology for Pipe
Hangers and Supports."

HANGERS AND SUPPORTS FOR HVAC PIPING AND EQUIPMENT


568

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

1.4

Contract No. BB-2829-000-006


2 of 12

PERFORMANCE REQUIREMENTS
A. Design supports for multiple pipes, including pipe stands, capable of supporting
combined weight of supported systems, system contents, and test water.
B. Design equipment supports capable of supporting combined operating weight of
supported equipment and connected systems and components.

1.5

SUBMITTALS
A. Product Data: For the following:
1. Steel pipe hangers and supports.
2. Thermal-hanger shield inserts.
3. Powder-actuated fastener systems.
B. Shop Drawings: Signed and sealed by a qualified professional engineer. Show
fabrication and installation details and include calculations for the following:
1. Trapeze pipe hangers. Include Product Data for components.
2. Metal framing systems. Include Product Data for components.
3. Equipment supports.
C. Welding certificates.

1.6

QUALITY ASSURANCE
A. Welding: Qualify procedures and personnel according to AWS D1.1, "Structural
Welding Code--Steel."
B. Welding: Qualify procedures and personnel according to the following:
1. AWS D1.1, "Structural Welding Code--Steel."

HANGERS AND SUPPORTS FOR HVAC PIPING AND EQUIPMENT


569

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


3 of 12

PART 2 - PRODUCTS
2.1

MANUFACTURERS
A. In other Part 2 articles where titles below introduce lists, the following requirements
apply to 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, manufacturers specified.

2.2

STEEL PIPE HANGERS AND SUPPORTS


A. Description: MSS SP-58, Types 1 through 58, factory-fabricated components. Refer
to Part 3 "Hanger and Support Applications" Article for where to use specific hanger
and support types.
B. Manufacturers:
1. Bergen-Power Pipe Supports.
2. B-Line Systems, Inc.; a division of Cooper Industries.
3. Carpenter & Paterson, Inc.
4. Globe Pipe Hanger Products, Inc.
5. Grinnell Corp.
6. National Pipe Hanger Corporation.
7. PHD Manufacturing, Inc.
8. PHS Industries, Inc.
C. Galvanized, Metallic Coatings: Pregalvanized or hot dipped.
D. Nonmetallic Coatings: Plastic coating, jacket, or liner.
E. Padded Hangers: Hanger with fiberglass or other pipe insulation pad or cushion for
support of bearing surface of piping.

HANGERS AND SUPPORTS FOR HVAC PIPING AND EQUIPMENT


570

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

2.3

Contract No. BB-2829-000-006


4 of 12

TRAPEZE PIPE HANGERS


A. Description: MSS SP-69, Type 59, shop- or field-fabricated pipe-support assembly
made from structural-steel shapes with MSS SP-58 hanger rods, nuts, saddles, and Ubolts.

2.4

METAL FRAMING SYSTEMS


A. Description: MFMA-3, shop- or field-fabricated pipe-support assembly made of steel
channels and other components.
B. Manufacturers:
1. B-Line Systems, Inc.; a division of Cooper Industries.
2. Power-Strut Div.; Tyco International, Ltd.
3. Thomas & Betts Corporation.
4. Unistrut Corp.; Tyco International, Ltd.
C. Coatings: Manufacturer's standard finish, unless bare metal surfaces are indicated.
D. Nonmetallic Coatings: Plastic coating, jacket, or liner.

2.5

THERMAL-HANGER SHIELD INSERTS


A. Description: 100-psig- minimum, compressive-strength insulation insert encased in
sheet metal shield.
B. Manufacturers:
1. Carpenter & Paterson, Inc.
2. PHS Industries, Inc.
3. Pipe Shields, Inc.
4. Rilco Manufacturing Company, Inc.

HANGERS AND SUPPORTS FOR HVAC PIPING AND EQUIPMENT


571

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


5 of 12

C. Insulation-Insert Material for Cold Piping: Water-repellent treated, ASTM C 533,


Type I calcium silicate or ASTM C 552, Type II cellular glass with vapor barrier.
D. Insulation-Insert Material for Hot Piping: Water-repellent treated, ASTM C 533,
Type I calcium silicate or ASTM C 552, Type II cellular glass.
E. For Trapeze or Clamped Systems: Insert and shield shall cover entire circumference
of pipe.
F. For Clevis or Band Hangers: Insert and shield shall cover lower 180 degrees of pipe.
G. Insert Length: Extend 2 inches beyond sheet metal shield for piping operating below
ambient air temperature.
2.6

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.
1. Manufacturers:
a. Hilti, Inc.
b. ITW Ramset/Red Head.
c. Masterset Fastening Systems, Inc.
d. MKT Fastening, LLC.
e. Powers Fasteners.
B. Mechanical-Expansion Anchors: Insert-wedge-type stainless steel, for use in
hardened Portland cement concrete with pull-out, tension, and shear capacities
appropriate for supported loads and building materials where used.
1. Manufacturers:
a. B-Line Systems, Inc.; a division of Cooper Industries.
b. Empire Industries, Inc.
c. Hilti, Inc.
d. ITW Ramset/Red Head.
e. MKT Fastening, LLC.
f. Powers Fasteners.

2.7

EQUIPMENT SUPPORTS
A. Description: Welded, shop- or field-fabricated equipment support made from
structural-steel shapes.

HANGERS AND SUPPORTS FOR HVAC PIPING AND EQUIPMENT


572

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

2.8

Contract No. BB-2829-000-006


6 of 12

MISCELLANEOUS MATERIALS
A. Structural Steel:
galvanized.

ASTM A 36/A 36M, steel plates, shapes, and bars; black and

B. Grout:
ASTM C 1107, factory-mixed and -packaged, dry, hydraulic-cement,
nonshrink and nonmetallic grout; suitable for interior and exterior applications.
1. Properties: Nonstaining, noncorrosive, and nongaseous.
2. Design Mix: 5000-psi, 28-day compressive strength.
PART 3 - EXECUTION
3.1

HANGER AND SUPPORT APPLICATIONS


A. Specific hanger and support requirements are specified in Sections specifying piping
systems and equipment.
B. Comply with MSS SP-69 for pipe hanger selections and applications that are not
specified in piping system Sections.
C. Use hangers and supports with galvanized, metallic coatings for piping and
equipment that will not have field-applied finish.
D. Use nonmetallic coatings on attachments for electrolytic protection where
attachments are in direct contact with copper tubing.
E. Use padded hangers for piping that is subject to scratching.
F. Horizontal-Piping Hangers and Supports: Unless otherwise indicated and except as
specified in piping system Sections, install the following types:
1. Adjustable, Steel Clevis Hangers (MSS Type 1): For suspension of noninsulated
or insulated stationary pipes, NPS 1/2 to NPS 30.
2. Carbon- or Alloy-Steel, Double-Bolt Pipe Clamps (MSS Type 3): For suspension
of pipes, NPS 3/4 to NPS 24, requiring clamp flexibility and up to 4 inches of
insulation.
3. Steel Pipe Clamps (MSS Type 4): For suspension of cold and hot pipes, NPS 1/2
to NPS 24, if little or no insulation is required.

HANGERS AND SUPPORTS FOR HVAC PIPING AND EQUIPMENT


573

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


7 of 12

4. Extension Hinged or 2-Bolt Split Pipe Clamps (MSS Type 12): For suspension of
noninsulated stationary pipes, NPS 3/8 to NPS 3.
5. Single Pipe Rolls (MSS Type 41): For suspension of pipes, NPS 1 to NPS 30,
from 2 rods if longitudinal movement caused by expansion and contraction might
occur.
G. Vertical-Piping Clamps: Unless otherwise indicated and except as specified in piping
system Sections, install the following types:
1. Extension Pipe or Riser Clamps (MSS Type 8):
NPS 3/4 to NPS 20.

For support of pipe risers,

2. Carbon- or Alloy-Steel Riser Clamps (MSS Type 42): For support of pipe risers,
NPS 3/4 to NPS 20, if longer ends are required for riser clamps.
H. Hanger-Rod Attachments: Unless otherwise indicated and except as specified in
piping system Sections, install the following types:
1. Steel Turnbuckles (MSS Type 13): For adjustment up to 6 inches for heavy
loads.
2. Steel Clevises (MSS Type 14): For 120 to 450 deg F piping installations.
3. Swivel Turnbuckles (MSS Type 15): For use with MSS Type 11, split pipe rings.
4. Malleable-Iron Sockets (MSS Type 16): For attaching hanger rods to various
types of building attachments.
5. Steel Weldless Eye Nuts (MSS Type 17):
installations.

For 120 to 450 deg F piping

I. Building Attachments: Unless otherwise indicated and except as specified in piping


system Sections, install the following types:
1. Top-Beam C-Clamps (MSS Type 19): For use under roof installations with barjoist construction to attach to top flange of structural shape.
2. Side-Beam or Channel Clamps (MSS Type 20): For attaching to bottom flange of
beams, channels, or angles.
3. Center-Beam Clamps (MSS Type 21): For attaching to center of bottom flange of
beams.
4. C-Clamps (MSS Type 23): For structural shapes.
HANGERS AND SUPPORTS FOR HVAC PIPING AND EQUIPMENT
574

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


8 of 12

5. Top-Beam Clamps (MSS Type 25): For top of beams if hanger rod is required
tangent to flange edge.
6. Side-Beam Clamps (MSS Type 27): For bottom of steel I-beams.
7. Steel-Beam Clamps with Eye Nuts (MSS Type 28): For attaching to bottom of
steel I-beams for heavy loads.
8. Welded-Steel Brackets: For support of pipes from below, or for suspending from
above by using clip and rod. Use one of the following for indicated loads:
a. Light (MSS Type 31): 750 lb.
b. Medium (MSS Type 32): 1500 lb.
c. Heavy (MSS Type 33): 3000 lb.
9. Side-Beam Brackets (MSS Type 34): For sides of steel beams.
J. Saddles and Shields: Unless otherwise indicated and except as specified in piping
system Sections, install the following types:
1. Steel Pipe-Covering Protection Saddles (MSS Type 39): To fill interior voids
with insulation that matches adjoining insulation.
2. Protection Shields (MSS Type 40): Of length recommended in writing by
manufacturer to prevent crushing insulation.
3. Thermal-Hanger Shield Inserts: For supporting insulated pipe.
K. Spring Hangers and Supports: Unless otherwise indicated and except as specified in
piping system Sections, install the following types:
1. Spring Cushions (MSS Type 48): For light loads if vertical movement does not
exceed 1-1/4 inches.
L. Comply with MSS SP-69 for trapeze pipe hanger selections and applications that are
not specified in piping system Sections.
M. Comply with MFMA-102 for metal framing system selections and applications that
are not specified in piping system Sections.
N. Use powder-actuated fasteners or mechanical-expansion anchors instead of building
attachments where required in concrete construction.

HANGERS AND SUPPORTS FOR HVAC PIPING AND EQUIPMENT


575

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

3.2

Contract No. BB-2829-000-006


9 of 12

HANGER AND SUPPORT INSTALLATION


A. Steel 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 building structure.
B. Trapeze Pipe Hanger Installation: Comply with MSS SP-69 and MSS SP-89.
Arrange for grouping of parallel runs of horizontal piping and support together on
field-fabricated trapeze pipe hangers.
1. Pipes of Various Sizes: Support together and space trapezes for smallest pipe size
or install intermediate supports for smaller diameter pipes as specified above for
individual pipe hangers.
2. Field fabricate from ASTM A 36/A 36M, steel shapes selected for loads being
supported. Weld steel according to AWS D1.1.
C. Metal Framing System Installation: Arrange for grouping of parallel runs of piping
and support together on field-assembled metal framing systems.
D. Thermal-Hanger Shield Installation: Install in pipe hanger or shield for insulated
piping.
E. 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.
3. Upper roadway slab and structure shall not be used to support pipes, ducts,
equipment, or any mechanical systems. All mechanical systems shall be
supported from new structure or floor slab.
F. Pipe Stand Installation:
1. Pipe Stand Types except Curb-Mounted Type: Assemble components and mount
on smooth surface.
G. Install hangers and supports complete with necessary inserts, bolts, rods, nuts,
washers, and other accessories.

HANGERS AND SUPPORTS FOR HVAC PIPING AND EQUIPMENT


576

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


10 of 12

H. Equipment Support Installation: Fabricate from welded-structural-steel shapes.


I. Install hangers and supports to allow controlled thermal and seismic movement of
piping systems, to permit freedom of movement between pipe anchors, and to
facilitate action of expansion joints, expansion loops, expansion bends, and similar
units.
J. Install lateral bracing with pipe hangers and supports to prevent swaying.
K. Install building attachments within concrete slabs or attach to structural steel. Install
additional attachments at concentrated loads, including valves, flanges, and strainers,
NPS 2-1/2 and larger and at changes in direction of piping. Install concrete inserts
before concrete is placed; fasten inserts to forms and install reinforcing bars through
openings at top of inserts.
L. Load Distribution: Install hangers and supports so piping live and dead loads and
stresses from movement will not be transmitted to connected equipment.
M. Pipe Slopes: Install hangers and supports to provide indicated pipe slopes and so
maximum pipe deflections allowed by ASME B31.9 (for building services piping) are
not exceeded.
N. Insulated Piping: Comply with the following:
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 according to 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.
3. Install MSS SP-58, Type 40, protective shields on cold piping with vapor barrier.
Shields shall span an arc of 180 degrees.
4. 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.
b. NPS 4: 12 inches long and 0.06 inch thick.
c. NPS 5 and NPS 6: 18 inches long and 0.06 inch thick.
5. Insert Material: Length at least as long as protective shield.
HANGERS AND SUPPORTS FOR HVAC PIPING AND EQUIPMENT
577

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS
6. Thermal-Hanger Shields:
insulation.
3.3

Contract No. BB-2829-000-006


11 of 12
Install with insulation same thickness as piping

EQUIPMENT SUPPORTS
A. Fabricate structural-steel stands to suspend equipment from structure overhead or to
support equipment above floor.
B. Grouting:
surface.

Place grout under supports for equipment and make smooth bearing

C. Provide lateral bracing, to prevent swaying, for equipment supports.


3.4

METAL FABRICATIONS
A. Cut, drill, and fit miscellaneous metal fabrications for trapeze pipe hangers and
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 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.
4. Finish welds at exposed connections so no roughness shows after finishing and
contours of welded surfaces match adjacent contours.

3.5

ADJUSTING
A. Hanger Adjustments: Adjust hangers to distribute loads equally on attachments and
to achieve indicated slope of pipe.
B. Trim excess length of continuous-thread hanger and support rods to 1-1/2 inches.

HANGERS AND SUPPORTS FOR HVAC PIPING AND EQUIPMENT


578

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

3.6

Contract No. BB-2829-000-006


12 of 12

PAINTING
A. Touch Up: Cleaning and touchup painting of field welds, bolted connections, and
abraded areas of shop paint on miscellaneous metal are specified in painting
Sections.
B. Galvanized Surfaces: Clean welds, bolted connections, and abraded areas and apply
galvanizing-repair paint to comply with ASTM A 780.

PART 4 - MEASUREMENTS AND PAYMENT


4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective
item as described herein and shown below. This price shall be full compensation for
all work contained in the bid item as described herein and required by the related
Special Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to
complete the Work in every respect, including furnishing all materials, installation,
testing, placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional
requirements.
END OF SPECIAL PROVISION 230529

HANGERS AND SUPPORTS FOR HVAC PIPING AND EQUIPMENT


579

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 9

CATEGORY 800
BUILDINGS
SECTION 230548.13 - VIBRATION CONTROLS FOR HVAC
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions,
Special Provisions, General Provisions, and Terms and Conditions, apply to this
section.

1.2

SUMMARY
A. This Special Provision includes the following:
1. Isolation pads.
2. Isolation mounts.
3. Restrained elastomeric isolation mounts.
4. Freestanding and restrained spring isolators.
5. Housed spring mounts.
6. Elastomeric hangers.
7. Spring hangers.
8. Pipe riser resilient supports.
9. Resilient pipe guides.
10. Restrained vibration isolation roof-curb rails.

1.3

DEFINITIONS
A. IBC: International Building Code.
B. ICC-ES: ICC-Evaluation Service.

1.4

PERFORMANCE REQUIREMENTS
A. Wind-Restraint Loading:
1. Basic Wind Speed: 100 mph.
2. Minimum 10 lb/sq. ft. multiplied by the maximum area of the HVAC component
projected on a vertical plane that is normal to the wind direction, and 45 degrees
either side of normal.

VIBRATION CONTROLS FOR HVAC


580

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

1.5

Contract No. BB-2829-000-006


2 of 9

ACTION SUBMITTALS
A. Product Data: For the following:
1. Include rated load, rated deflection, and overload capacity for each vibration
isolation device.
B. Delegated-Design Submittal: For vibration isolation details indicated to comply with
performance requirements and design criteria, including analysis data signed and
sealed by the qualified professional engineer responsible for their preparation.
1. Design Calculations: Calculate static and dynamic loading due to equipment
weight and operation, wind forces required to select vibration isolators, wind
restraints, and for designing vibration isolation bases.
a. Coordinate design calculations with wind load calculations required for
equipment mounted outdoors. Comply with requirements in other Sections
for equipment mounted outdoors.
2. Riser Supports: Include riser diagrams and calculations showing anticipated
expansion and contraction at each support point, initial and final loads on building
structure, and spring deflection changes. Include certification that riser system
has been examined for excessive stress and that none will exist.
3. Vibration Isolation Base Details: Detail overall dimensions, including anchorages
and attachments to structure and to supported equipment. Include auxiliary motor
slides and rails, base weights, equipment static loads, power transmission,
component misalignment, and cantilever loads.
4. Wind-Restraint Details:
a. Design Analysis: To support selection and arrangement of wind restraints.
Include calculations of combined tensile and shear loads.
b. Details: Indicate fabrication and arrangement. Detail attachments of
restraints to the restrained items and to the structure. Show attachment
locations, methods, and spacing. Indicate association with vibration isolation
devices.
c. Coordinate vibration isolation details with wind-restraint details required for
equipment mounted outdoors. Comply with requirements in other Sections
for equipment mounted outdoors.
d. Preapproval and Evaluation Documentation: By an agency acceptable to
authorities having jurisdiction, showing maximum ratings of restraint items
and the basis for approval (tests or calculations).

1.6

INFORMATIONAL SUBMITTALS
A. Qualification Data: For professional engineer and testing agency.

VIBRATION CONTROLS FOR HVAC


581

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


3 of 9

B. Welding certificates.
C. Field quality-control test reports.
1.7

QUALITY ASSURANCE
A. Testing Agency Qualifications: An independent agency, with the experience and
capability to conduct the testing indicated, that is a nationally recognized testing
laboratory (NRTL) as defined by OSHA in 29 CFR 1910.7, and that is acceptable to
authorities having jurisdiction.
B. Welding: Qualify procedures and personnel according to AWS D1.1/D1.1M,
"Structural Welding Code - Steel."

PART 2 - PRODUCTS
2.1

VIBRATION ISOLATORS
A. Manufacturers: Subject to compliance with requirements, provide products by one of
the following:
1.
2.
3.
4.
5.
6.
7.
8.
9.

Ace Mountings Co., Inc.


Amber/Booth Company, Inc.
California Dynamics Corporation.
Isolation Technology, Inc.
Kinetics Noise Control.
Mason Industries.
Vibration Eliminator Co., Inc.
Vibration Isolation.
Vibration Mountings & Controls, Inc.

B. Pads: Arranged in single or multiple layers of sufficient stiffness for uniform loading
over pad area, molded with a nonslip pattern and galvanized-steel baseplates, and
factory cut to sizes that match requirements of supported equipment.
1. Resilient Material: Oil- and water-resistant neoprene.
C. Mounts: Double-deflection type, with molded, oil-resistant rubber, hermetically
sealed compressed fiberglass, or neoprene isolator elements with factory-drilled,
encapsulated top plate for bolting to equipment and with baseplate for bolting to
structure. Color-code or otherwise identify to indicate capacity range.
VIBRATION CONTROLS FOR HVAC
582

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


4 of 9

1. Materials: Cast-ductile-iron or welded steel housing containing two separate and


opposing, oil-resistant rubber or neoprene elements that prevent central threaded
element and attachment hardware from contacting the housing during normal
operation.
2. Neoprene: Shock-absorbing materials compounded according to the standard for
bridge-bearing neoprene as defined by AASHTO.
D. Restrained Mounts: All-directional mountings with seismic restraint.
1. Materials: Cast-ductile-iron or welded steel housing containing two separate and
opposing, oil-resistant rubber or neoprene elements that prevent central threaded
element and attachment hardware from contacting the housing during normal
operation.
2. Neoprene: Shock-absorbing materials compounded according to the standard for
bridge-bearing neoprene as defined by AASHTO.
E. Spring Isolators: Freestanding, laterally stable, open-spring isolators.
1. Outside Spring Diameter: Not less than 80 percent of the compressed height of
the spring at rated load.
2. Minimum Additional Travel: 50 percent of the required deflection at rated load.
3. Lateral Stiffness: More than 80 percent of rated vertical stiffness.
4. Overload Capacity: Support 200 percent of rated load, fully compressed, without
deformation or failure.
5. Baseplates: Factory drilled for bolting to structure and bonded to 1/4-inch- thick,
rubber isolator pad attached to baseplate underside. Baseplates shall limit floor
load to 500 psig.
6. Top Plate and Adjustment Bolt: Threaded top plate with adjustment bolt and cap
screw to fasten and level equipment.
F. Restrained Spring Isolators: Freestanding, steel, open-spring isolators with seismic or
limit-stop restraint.
1. Housing: Steel with resilient vertical-limit stops to prevent spring extension due
to weight being removed; factory-drilled baseplate bonded to 1/4-inch- thick,
neoprene or rubber isolator pad attached to baseplate underside; and adjustable
equipment mounting and leveling bolt that acts as blocking during installation.
2. Restraint: Limit stop as required for equipment and authorities having
jurisdiction.
3. Outside Spring Diameter: Not less than 80 percent of the compressed height of
the spring at rated load.
4. Minimum Additional Travel: 50 percent of the required deflection at rated load.
5. Lateral Stiffness: More than 80 percent of rated vertical stiffness.
6. Overload Capacity: Support 200 percent of rated load, fully compressed, without
deformation or failure.
VIBRATION CONTROLS FOR HVAC
583

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


5 of 9

G. Housed Spring Mounts: Housed spring isolator.


1. Housing: Ductile-iron or steel housing to provide all-directional restraint.
2. Base: Factory drilled for bolting to structure.
H. Elastomeric Hangers: Single or double-deflection type, fitted with molded, oilresistant elastomeric isolator elements bonded to steel housings with threaded
connections for hanger rods. Color-code or otherwise identify to indicate capacity
range.
I. Spring Hangers: Combination coil-spring and elastomeric-insert hanger with spring
and insert in compression.
1. Frame: Steel, fabricated for connection to threaded hanger rods and to allow for a
maximum of 30 degrees of angular hanger-rod misalignment without binding or
reducing isolation efficiency.
2. Outside Spring Diameter: Not less than 80 percent of the compressed height of
the spring at rated load.
3. Minimum Additional Travel: 50 percent of the required deflection at rated load.
4. Lateral Stiffness: More than 80 percent of rated vertical stiffness.
5. Overload Capacity: Support 200 percent of rated load, fully compressed, without
deformation or failure.
6. Elastomeric Element: Molded, oil-resistant rubber or neoprene. Steel-washerreinforced cup to support spring and bushing projecting through bottom of frame.
7. Self-centering hanger rod cap to ensure concentricity between hanger rod and
support spring coil.
J. Pipe Riser Resilient Support: All-directional, acoustical pipe anchor consisting of 2
steel tubes separated by a minimum of 1/2-inch- (13-mm-) thick neoprene. Include
steel and neoprene vertical-limit stops arranged to prevent vertical travel in both
directions. Design support for a maximum load on the isolation material of 500 psig
(3.45 MPa) and for equal resistance in all directions.
K. Resilient Pipe Guides: Telescopic arrangement of 2 steel tubes or post and sleeve
arrangement separated by a minimum of 1/2-inch- (13-mm-) thick neoprene. Where
clearances are not readily visible, a factory-set guide height with a shear pin to allow
vertical motion due to pipe expansion and contraction shall be fitted. Shear pin shall
be removable and reinsertable to allow for selection of pipe movement. Guides shall
be capable of motion to meet location requirements.
2.2

RESTRAINED VIBRATION ISOLATION ROOF-CURB RAILS


A. Manufacturers: Subject to compliance with requirements, provide products by one of
the following:

VIBRATION CONTROLS FOR HVAC


584

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


6 of 9

1. Amber/Booth Company, Inc.


2. BRD Noise and Vibration Control, INC.
3. California Dynamics Corporation.
4. Isolation Technology, Inc.
5. Kinetics Noise Control.
6. Mason Industries.
7. Thybar Corporation.
8. Vibration Eliminator Co., Inc.
9. Vibration Isolation.
10. Vibration Mountings & Controls, Inc.
B. General Requirements for Restrained Vibration Isolation Roof-Curb Rails: Factoryassembled, fully enclosed, insulated, air- and watertight curb rail designed to
resiliently support equipment and to withstand seismic and wind forces.
C. Lower Support Assembly: Formed sheet-metal section containing adjustable and
removable steel springs that support upper frame. Upper frame shall provide
continuous support for equipment and shall be captive to resiliently resist seismic and
wind forces. Lower support assembly shall have a means for attaching to building
structure and a wood nailer for attaching roof materials, and shall be insulated with a
minimum of 2 inches (50 mm) of rigid, glass-fiber insulation on inside of assembly.
D. Spring Isolators: Adjustable, restrained spring isolators shall be mounted on 1/4inch- (6-mm-) thick, elastomeric vibration isolation pads and shall have access ports,
for level adjustment, with removable waterproof covers at all isolator locations.
Isolators shall be located so they are accessible for adjustment at any time during the
life of the installation without interfering with the integrity of the roof.
1. Restrained Spring Isolators: Freestanding, steel, open-spring isolators with
seismic or wind restraint.
a. Housing: Steel with resilient vertical-limit stops and adjustable equipment
mounting and leveling bolt.
b. Outside Spring Diameter: Not less than 80 percent of the compressed height
of the spring at rated load.
c. Minimum Additional Travel: 50 percent of the required deflection at rated
load.
d. Lateral Stiffness: More than 80 percent of rated vertical stiffness.
e. Overload Capacity: Support 200 percent of rated load, fully compressed,
without deformation or failure.
2. Pads: Arranged in single or multiple layers of sufficient stiffness for uniform
loading over pad area, molded with a nonslip pattern and galvanized-steel
baseplates, and factory cut to sizes that match requirements of supported
equipment.
a. Resilient Material: Oil- and water-resistant standard neoprene.
VIBRATION CONTROLS FOR HVAC
585

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


7 of 9

E. Snubber Bushings: All-directional, elastomeric snubber bushings at least 1/4 inch (6


mm) thick.
F. Water Seal: Galvanized sheet metal with EPDM seals at corners, attached to upper
support frame, extending down past wood nailer of lower support assembly, and
counterflashed over roof materials.
2.3

FACTORY FINISHES
A. Finish: Manufacturer's standard paint applied to factory-assembled and -tested
equipment before shipping.
1. Powder coating on springs and housings.
2. All hardware shall be galvanized. Hot-dip galvanize metal components for
exterior use.
3. Baked enamel or powder coat for metal components on isolators for interior use.
4. Color-code or otherwise mark vibration isolation and seismic- and wind-control
devices to indicate capacity range.

PART 3 - EXECUTION
3.1

EXAMINATION
A. Examine areas and equipment to receive vibration isolation and wind-control devices
for compliance with requirements for installation tolerances and other conditions
affecting performance.
B. Examine roughing-in of reinforcement and cast-in-place anchors to verify actual
locations before installation.
C. Proceed with installation only after unsatisfactory conditions have been corrected.

3.2

APPLICATIONS
A. Multiple Pipe Supports: Secure pipes to trapeze member with clamps approved for
application by an agency acceptable to authorities having jurisdiction.
B. Strength of Support and Seismic-Restraint Assemblies: Where not indicated, select
sizes of components so strength will be adequate to carry present and future static and
seismic loads within specified loading limits.

VIBRATION CONTROLS FOR HVAC


586

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

3.3

Contract No. BB-2829-000-006


8 of 9

VIBRATION-CONTROL DEVICE INSTALLATION


A. Comply with requirements in Special Provision 077200 "Roof Accessories" for
installation of roof curbs, equipment supports, and roof penetrations.
B. Install bushing assemblies for anchor bolts for floor-mounted equipment, arranged to
provide resilient media between anchor bolt and mounting hole in concrete base.
C. Install bushing assemblies for mounting bolts for wall-mounted equipment, arranged
to provide resilient media where equipment or equipment-mounting channels are
attached to wall.
D. Attachment to Structure: If specific attachment is not indicated, anchor bracing to
structure at flanges of beams, at upper truss chords of bar joists, or at concrete
members.
E. Drilled-in Anchors:
1. Identify position of reinforcing steel and other embedded items prior to drilling
holes for anchors. Do not damage existing reinforcing or embedded items during
coring or drilling. Notify the structural engineer if reinforcing steel or other
embedded items are encountered during drilling. Locate and avoid prestressed
tendons, electrical and telecommunications conduit, and gas lines.
2. Do not drill holes in concrete or masonry until concrete, mortar, or grout has
achieved full design strength.
3. Wedge Anchors: Protect threads from damage during anchor installation. Heavyduty sleeve anchors shall be installed with sleeve fully engaged in the structural
element to which anchor is to be fastened.
4. Adhesive Anchors: Clean holes to remove loose material and drilling dust prior
to installation of adhesive. Place adhesive in holes proceeding from the bottom of
the hole and progressing toward the surface in such a manner as to avoid
introduction of air pockets in the adhesive.
5. Set anchors to manufacturer's recommended torque, using a torque wrench.
6. Install zinc-coated steel anchors for interior and stainless-steel anchors for
exterior applications.

3.4

ADJUSTING
A. Adjust isolators after piping system is at operating weight.
B. Adjust limit stops on restrained spring isolators to mount equipment at normal
operating height. After equipment installation is complete, adjust limit stops so they
are out of contact during normal operation.

VIBRATION CONTROLS FOR HVAC


587

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


9 of 9

C. Adjust active height of spring isolators.


D. Adjust restraints to permit free movement of equipment within normal mode of
operation.
PART 4 - MEASUREMENTS AND PAYMENT
4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective
item as described herein and shown below. This price shall be full compensation for
all work contained in the bid item as described herein and required by the related
Special Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to
complete the Work in every respect, including furnishing all materials, installation,
testing, placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional
requirements.
END OF SPECIAL PROVISION 230548

VIBRATION CONTROLS FOR HVAC


588

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 9

CATEGORY 800
BUILDINGS
SECTION 230553 - IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions,
Special Provisions, General Provisions, and Terms and Conditions, apply to this
Section.

1.2

SUMMARY
A. Special Provision Section includes:
1. Equipment labels.
2. Warning signs and labels.
3. Pipe labels.
4. Duct labels.
5. Valve tags.
6. Warning tags.

1.3

SUBMITTALS
A. Product Data: For each type of product indicated.
B. Samples: For color, letter style, and graphic representation required for each
identification material and device.
C. Equipment Label Schedule: Include a listing of all equipment to be labeled with the
proposed content for each label.
D. Valve numbering scheme.
E. Valve Schedules: For each piping system to include in maintenance manuals.

IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT


589

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

1.4

Contract No. BB-2829-000-006


2 of 9

COORDINATION
A. Coordinate installation of identifying devices with completion of covering and
painting of surfaces where devices are to be applied.
B. Coordinate installation of identifying devices with locations of access panels and
doors.
C. Install identifying devices before installing acoustical ceilings and similar
concealment.

PART 2 - PRODUCTS
2.1

EQUIPMENT LABELS
A. Metal Labels for Equipment:
1. Material and Thickness: Brass, 0.032-inch minimum thickness, and having
predrilled or stamped holes for attachment hardware.
2. Minimum Label Size: Length and width vary for required label content, but not
less than 2-1/2 by 3/4 inch.
3. Minimum Letter Size: 1/4 inch for name of units if viewing distance is less than
24 inches, 1/2 inch for viewing distances up to 72 inches, and proportionately
larger lettering for greater viewing distances. Include secondary lettering twothirds to three-fourths the size of principal lettering.
4. Fasteners: Stainless-steel rivets or self-tapping screws.
5. Adhesive: Contact-type permanent adhesive, compatible with label and with
substrate.
B. Plastic Labels for Equipment:
1. Material and Thickness: Multilayer, multicolor, plastic labels for mechanical
engraving, 1/8 inch thick, and having predrilled holes for attachment hardware.
2. Letter Color: Black.
3. Background Color: White.

IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT


590

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


3 of 9

4. Maximum Temperature: Able to withstand temperatures up to 160 deg F.


5. Minimum Label Size: Length and width vary for required label content, but not
less than 2-1/2 by 3/4 inch.
6. Minimum Letter Size: 1/4 inch for name of units if viewing distance is less than
24 inches, 1/2 inch for viewing distances up to 72 inches, and proportionately
larger lettering for greater viewing distances. Include secondary lettering twothirds to three-fourths the size of principal lettering.
7. Fasteners: Stainless-steel rivets or self-tapping screws.
8. Adhesive: Contact-type permanent adhesive, compatible with label and with
substrate.
C. Label Content: Include equipment's Drawing designation or unique equipment
number, Drawing numbers where equipment is indicated (plans, details, and
schedules), plus the Specification Section number and title where equipment is
specified.
D. Equipment Label Schedule: For each item of equipment to be labeled, on 8-1/2-by11-inch bond paper. Tabulate equipment identification number and identify Drawing
numbers where equipment is indicated (plans, details, and schedules), plus the
Specification Section number and title where equipment is specified. Equipment
schedule shall be included in operation and maintenance data.
2.2

WARNING SIGNS AND LABELS


A. Material and Thickness: Multilayer, multicolor, plastic labels for mechanical
engraving, 1/8 inch thick, and having predrilled holes for attachment hardware.
B. Letter Color: Black.
C. Background Color: White.
D. Maximum Temperature: Able to withstand temperatures up to 160 deg F.
E. Minimum Label Size: Length and width vary for required label content, but not less
than 2-1/2 by 3/4 inch.
F. Minimum Letter Size: 1/4 inch for name of units if viewing distance is less than 24
inches, 1/2 inch for viewing distances up to 72 inches, and proportionately larger
lettering for greater viewing distances. Include secondary lettering two-thirds to
three-fourths the size of principal lettering.

IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT


591

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


4 of 9

G. Fasteners: Stainless-steel rivets or self-tapping screws.


H. Adhesive:
substrate.

Contact-type permanent adhesive, compatible with label and with

I. Label Content:
Include caution and warning information, plus emergency
notification instructions.
2.3

PIPE LABELS
A. General Requirements for Manufactured Pipe Labels: Preprinted, color-coded, with
lettering indicating service, and showing flow direction.
B. Pretensioned Pipe Labels: Precoiled, semirigid plastic formed to cover full
circumference of pipe and to attach to pipe without fasteners or adhesive.
C. Self-Adhesive Pipe Labels: Printed plastic with contact-type, permanent-adhesive
backing.
D. Pipe Label Contents: Include identification of piping service using same designations
or abbreviations as used on Drawings, pipe size, and an arrow indicating flow
direction.
1. Flow-Direction Arrows: Integral with piping system service lettering to
accommodate both directions or as separate unit on each pipe label to indicate
flow direction.
2. Lettering Size: At least 1-1/2 inches high.

2.4

DUCT LABELS
A. Material and Thickness: Multilayer, multicolor, plastic labels for mechanical
engraving, 1/8 inch thick, and having predrilled holes for attachment hardware.
B. Letter Color: Black.
C. Background Color: White.
D. Maximum Temperature: Able to withstand temperatures up to 160 deg. F.
E. Minimum Label Size: Length and width vary for required label content, but not less
than 2-1/2 by 3/4 inch.

IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT


592

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


5 of 9

F. Minimum Letter Size: 1/4 inch for name of units if viewing distance is less than 24
inches, 1/2 inch for viewing distances up to 72 inches, and proportionately larger
lettering for greater viewing distances. Include secondary lettering two-thirds to
three-fourths the size of principal lettering.
G. Fasteners: Stainless-steel rivets or self-tapping screws.
H. Adhesive:
substrate.

Contact-type permanent adhesive, compatible with label and with

I. Duct Label Contents: Include identification of duct service using same designations
or abbreviations as used on Drawings, duct size, and an arrow indicating flow
direction.
1. Flow-Direction Arrows:
Integral with duct system service lettering to
accommodate both directions, or as separate unit on each duct label to indicate
flow direction.
2. Lettering Size: At least 1-1/2 inches high.
2.5

VALVE TAGS
A. Valve Tags: Stamped or engraved with 1/4-inch letters for piping system
abbreviation and 1/2-inch numbers.
1. Tag Material: Brass, 0.032-inch minimum thickness, and having predrilled or
stamped holes for attachment hardware.
2. Fasteners: Brass wire-link or beaded chain.
B. Valve Schedules: For each piping system, on 8-1/2-by-11-inch bond paper. Tabulate
valve number, piping system, system abbreviation (as shown on valve tag), location
of valve (room or space), normal-operating position (open, closed, or modulating),
and variations for identification. Mark valves for emergency shutoff and similar
special uses.
1. Valve-tag schedule shall be included in operation and maintenance data.

2.6

WARNING TAGS
A. Warning Tags: Preprinted or partially preprinted, accident-prevention tags, of
plasticized card stock with matte finish suitable for writing.

IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT


593

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


6 of 9

1. Size: Approximately 4 by 7 inches.


2. Fasteners: Brass grommet and wire.
3. Nomenclature: Large-size primary caption such as "DANGER," "CAUTION," or
"DO NOT OPERATE."
4. Color: Yellow background with black lettering.
PART 3 - EXECUTION
3.1

PREPARATION
A. Clean piping and equipment surfaces of substances that could impair bond of
identification devices, including dirt, oil, grease, release agents, and incompatible
primers, paints, and encapsulants.

3.2

EQUIPMENT LABEL INSTALLATION


A. Install or permanently fasten labels on each major item of mechanical equipment.
B. Locate equipment labels where accessible and visible.

3.3

PIPE LABEL INSTALLATION


A. Piping Color-Coding: Painting of piping is specified in Special Provision 099123
"Interior Painting."
B. Locate pipe labels where piping is exposed or above accessible ceilings in finished
spaces; machine rooms; accessible maintenance spaces such as shafts, tunnels, and
plenums; and exterior exposed locations as follows:
1. Near each valve and control device.
2. Near each branch connection, excluding short takeoffs for fixtures and terminal
units. Where flow pattern is not obvious, mark each pipe at branch.
3. Near penetrations through walls, floors, ceilings, and inaccessible enclosures.
4. At access doors, manholes, and similar access points that permit view of
concealed piping.
5. Near major equipment items and other points of origination and termination.

IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT


594

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


7 of 9

6. Spaced at maximum intervals of 50 feet along each run. Reduce intervals to 25


feet in areas of congested piping and equipment.
7. On piping above removable acoustical ceilings.
labels.

Omit intermediately spaced

C. Pipe Label Color Schedule:


1. Refrigerant Piping:
a. Background Color: Yellow.
b. Letter Color: Black.
2. Heating-Water Piping:
a. Background Color: Yellow.
b. Letter Color: Black.
3.4

DUCT LABEL INSTALLATION


A. Install plastic-laminated duct labels with permanent adhesive on air ducts in the
following color codes:
1. Blue: For cold-air supply ducts.
2. Yellow: For hot-air supply ducts.
3. Green: For exhaust-, outside-, relief-, return-, and mixed-air ducts.
4. ASME A13.1 Colors and Designs: For hazardous material exhaust.
B. Locate labels near points where ducts enter into concealed spaces and at maximum
intervals of 50 feet in each space where ducts are exposed or concealed by removable
ceiling system.

3.5

VALVE-TAG INSTALLATION
A. Install tags on valves and control devices in piping systems, except check valves;
valves within factory-fabricated equipment units; faucets; convenience and lawnwatering hose connections; and similar roughing-in connections of end-use fixtures
and units. List tagged valves in a valve schedule.

IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT


595

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


8 of 9

B. Valve-Tag Application Schedule: Tag valves according to size, shape, and color
scheme and with captions similar to those indicated in the following subparagraphs:
1. Valve-Tag Size and Shape:
a. Heating-Water: 1-1/2 inches.
b. Refrigerant: 1-1/2 inches, round.
2. Valve-Tag Color:
a. Heating-Water: Natural.
b. Refrigerant: Natural.
3. Letter Color:
a. Heating-Water: Black.
b. Refrigerant: Black.
3.6

WARNING-TAG INSTALLATION
A. Write required message on, and attach warning tags to, equipment and other items
where required.

PART 4 - MEASUREMENTS AND PAYMENT


4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective
item as described herein and shown below. This price shall be full compensation for
all work contained in the bid item as described herein and required by the related
Special Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to
complete the Work in every respect, including furnishing all materials, installation,
testing, placement into operation, training of Owner personnel, and project closeout.

IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT


596

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


9 of 9

D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional


requirements.
END OF SPECIAL PROVISION 230553

IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT


597

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 23

CATEGORY 800
BUILDINGS
SECTION 230593 - TESTING, ADJUSTING, AND BALANCING FOR HVAC
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions,
Special Provisions, General Provisions, and Terms and Conditions, apply to this
Section.

1.2

SUMMARY
A. Special Provision Section includes:
1. Balancing Air Systems:
a. Constant-volume air systems.
b. Variable-air-volume systems.
2. Balancing Hydronic Piping Systems:
a. Constant-flow hydronic systems.

1.3

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.

1.4

SUBMITTALS
A. Qualification Data: Within 30 days of Contractor's Notice to Proceed, submit
documentation that the TAB contractor and this Project's TAB team members meet
the qualifications specified in "Quality Assurance" Article.

TESTING, ADJUSTING, AND BALANCING FOR HVAC


598

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


2 of 23

B. Contract Documents Examination Report: Within 30 days of Contractor's Notice to


Proceed, submit the Contract Documents review report as specified in Part 3.
C. Strategies and Procedures Plan: Within 60 days of Contractor's Notice to Proceed,
submit TAB strategies and step-by-step procedures as specified in "Preparation"
Article.
D. Certified TAB reports.
E. Sample report forms.
F. Instrument calibration reports, to include the following:
1. Instrument type and make.
2. Serial number.
3. Application.
4. Dates of use.
5. Dates of calibration.
1.5

QUALITY ASSURANCE
A. TAB Contractor Qualifications: Engage a TAB entity certified by AABC or NEBB.
1. TAB Field Supervisor: Employee of the TAB contractor and certified by AABC
or NEBB.
2. TAB Technician: Employee of the TAB contractor and who is certified by
AABC or NEBB as a TAB technician.
B. TAB Conference: Meet with Architect and Construction Manager on approval of the
TAB strategies and procedures plan to develop a mutual understanding of the details.
C. Require the participation of the TAB field supervisor and technicians. Provide seven
days' advance notice of scheduled meeting time and location.
1. Agenda Items:
a. The Contract Documents examination report.
b. The TAB plan.
c. Coordination and cooperation of trades and subcontractors.

TESTING, ADJUSTING, AND BALANCING FOR HVAC


599

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


3 of 23
d. Coordination of documentation and communication flow.

D. 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.
E. TAB Report Forms: Use standard TAB contractor's forms approved by Architect.
F. Instrumentation Type, Quantity, Accuracy, and Calibration:
ASHRAE 111, Section 5, "Instrumentation."
1.6

As described in

COORDINATION
A. Notice: Provide seven days' advance notice for each test. Include scheduled test
dates and times.
B. Perform TAB after leakage and pressure tests on air and water distribution systems
have been satisfactorily completed.

PART 2 - PRODUCTS (Not Applicable)


PART 3 - EXECUTION
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 equipment performance data including fan and pump curves.

TESTING, ADJUSTING, AND BALANCING FOR HVAC


600

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


4 of 23

2. Relate performance data to Project conditions and requirements, including system


effects that can create undesired or unpredicted conditions that cause reduced
capacities in all or part of a system.
3. Calculate system-effect factors to reduce performance ratings of HVAC
equipment when installed under conditions different from the conditions used to
rate equipment performance. To calculate system effects for air systems, use
tables and charts found in AMCA 201, "Fans and Systems," or in SMACNA's
"HVAC Systems - Duct Design." Compare results with the design data and
installed conditions.
F. Examine system and equipment installations and verify that field quality-control
testing, cleaning, and adjusting specified in individual Sections have been performed.
G. Examine test reports specified in individual system and equipment Sections.
H. 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.
I. Examine strainers. Verify that startup screens are replaced by permanent screens
with indicated perforations.
J. Examine heat-transfer coils for correct piping connections and for clean and straight
fins.
K. Examine system pumps to ensure absence of entrained air in the suction piping.
L. Examine operating safety interlocks and controls on HVAC equipment.
M. 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.
N. Examine terminal units, such as variable-air-volume boxes, and verify that they are
accessible and their controls are connected and functioning.
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. Hydronic systems are filled, clean, and free of air.

TESTING, ADJUSTING, AND BALANCING FOR HVAC


601

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


5 of 23

3. Automatic temperature-control systems are operational.


4. Equipment and duct access doors are securely closed.
5. Balance, and fire dampers are open.
6. Isolating and balancing valves are open and control valves are operational.
7. Ceilings are installed in critical areas where air-pattern adjustments are required
and access to balancing devices is provided.
8. 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" or NEBB's
"Procedural Standards for Testing, Adjusting, and Balancing of Environmental
Systems" and in this Section.
1. Comply with
Balancing."

requirements

in

ASHRAE 62.1-2004,

Section 7.2.2,

"Air

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. After testing and balancing, install test ports and duct access doors that comply
with requirements in Special Provision 233300 "Air Duct Accessories."
3. Install and join new insulation that matches removed materials. Restore
insulation, coverings, vapor barrier, and finish according to Special Provision
230700 "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.

TESTING, ADJUSTING, AND BALANCING FOR HVAC


602

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS
3.4

Contract No. BB-2829-000-006


6 of 23

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.
J. Check for proper sealing of air-handling-unit components.
K. Verify that air duct system is sealed as specified in Special Provision 233113 "Metal
Ducts."
L. For variable-air-volume systems, develop a plan to simulate diversity.

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.

TESTING, ADJUSTING, AND BALANCING FOR HVAC


603

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


7 of 23

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. Obtain approval from Architect for adjustment of fan speed higher or lower than
indicated speed. Comply with requirements in Sections for air-handling units for
adjustment of fans, belts, and pulley sizes to achieve indicated air-handling-unit
performance.
7. 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.
a. Where sufficient space in submain and branch ducts is unavailable for Pitottube 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.
TESTING, ADJUSTING, AND BALANCING FOR HVAC
604

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


8 of 23

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

PROCEDURES FOR VARIABLE-AIR-VOLUME SYSTEMS


A. Compensating for Diversity: When the total airflow of all terminal units is more than
the indicated airflow of the fan, place a selected number of terminal units at a
minimum set-point airflow with the remainder at maximum-airflow condition until
the total airflow of the terminal units equals the indicated airflow of the fan. Select
the reduced-airflow terminal units so they are distributed evenly among the branch
ducts.
B. Pressure-Independent, Variable-Air-Volume Systems: After the fan systems have
been adjusted, adjust the variable-air-volume systems as follows:
1. Set outdoor-air dampers at minimum, and set return- and exhaust-air dampers at a
position that simulates full-cooling load.
2. Select the terminal unit that is most critical to the supply-fan airflow and static
pressure. Measure static pressure. Adjust system static pressure so the entering
static pressure for the critical terminal unit is not less than the sum of the
terminal-unit manufacturer's recommended minimum inlet static pressure plus the
static pressure needed to overcome terminal-unit discharge system losses.
3. Measure total system airflow. Adjust to within indicated airflow.
4. Set terminal units at maximum airflow and adjust controller or regulator to deliver
the designed maximum airflow. Use terminal-unit manufacturer's written
instructions to make this adjustment. When total airflow is correct, balance the
air outlets downstream from terminal units the same as described for constantvolume air systems.

TESTING, ADJUSTING, AND BALANCING FOR HVAC


605

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


9 of 23

5. Set terminal units at minimum airflow and adjust controller or regulator to deliver
the designed minimum airflow. Check air outlets for a proportional reduction in
airflow the same as described for constant-volume air systems.
a. If air outlets are out of balance at minimum airflow, report the condition but
leave outlets balanced for maximum airflow.
6. Remeasure the return airflow to the fan while operating at maximum return
airflow and minimum outdoor airflow.
a. Adjust the fan and balance the return-air ducts and inlets the same as
described for constant-volume air systems.
7. Measure static pressure at the most critical terminal unit and adjust the staticpressure controller at the main supply-air sensing station to ensure that adequate
static pressure is maintained at the most critical unit.
8. Record final fan-performance data.
C. Pressure-Dependent, Variable-Air-Volume Systems without Diversity: After the fan
systems have been adjusted, adjust the variable-air-volume systems as follows:
1. Balance variable-air-volume systems the same as described for constant-volume
air systems.
2. Set terminal units and supply fan at full-airflow condition.
3. Adjust inlet dampers of each terminal unit to indicated airflow and verify
operation of the static-pressure controller. When total airflow is correct, balance
the air outlets downstream from terminal units the same as described for constantvolume air systems.
4. Readjust fan airflow for final maximum readings.
5. Measure operating static pressure at the sensor that controls the supply fan if one
is installed, and verify operation of the static-pressure controller.
6. Set supply fan at minimum airflow if minimum airflow is indicated. Measure
static pressure to verify that it is being maintained by the controller.
7. Set terminal units at minimum airflow and adjust controller or regulator to deliver
the designed minimum airflow. Check air outlets for a proportional reduction in
airflow the same as described for constant-volume air systems.
a. If air outlets are out of balance at minimum airflow, report the condition but
leave the outlets balanced for maximum airflow.
8. Measure the return airflow to the fan while operating at maximum return airflow
and minimum outdoor airflow.
TESTING, ADJUSTING, AND BALANCING FOR HVAC
606

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


10 of 23

b. Adjust the fan and balance the return-air ducts and inlets the same as
described for constant-volume air systems.
D. Pressure-Dependent, Variable-Air-Volume Systems with Diversity: After the fan
systems have been adjusted, adjust the variable-air-volume systems as follows:
1. Set system at maximum indicated airflow by setting the required number of
terminal units at minimum airflow. Select the reduced-airflow terminal units so
they are distributed evenly among the branch ducts.
2. Adjust supply fan to maximum indicated airflow with the variable-airflow
controller set at maximum airflow.
3. Set terminal units at full-airflow condition.
4. Adjust terminal units starting at the supply-fan end of the system and continuing
progressively to the end of the system. Adjust inlet dampers of each terminal unit
to indicated airflow. When total airflow is correct, balance the air outlets
downstream from terminal units the same as described for constant-volume air
systems.
5. Adjust terminal units for minimum airflow.
6. Measure static pressure at the sensor.
7. Measure the return airflow to the fan while operating at maximum return airflow
and minimum outdoor airflow. Adjust the fan and balance the return-air ducts
and inlets the same as described for constant-volume air systems.
3.7

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.

TESTING, ADJUSTING, AND BALANCING FOR HVAC


607

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


11 of 23

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.
3.8

PROCEDURES FOR CONSTANT-FLOW HYDRONIC SYSTEMS


A. Measure water flow at pumps. Use the following procedures except for positivedisplacement 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 Architect and comply with requirements in Special Provision
232123 "Hydronic Pumps."
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 pressure-independent characterized control valves, with valves in
fully open position, to verify that valves are functioning as designed.
C. Set calibrated balancing valves, if installed, at calculated presettings.

TESTING, ADJUSTING, AND BALANCING FOR HVAC


608

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


12 of 23

D. 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-pressuredrop relationship may be used as a flow-indicating device.
E. Measure flow at main balancing station and set main balancing device to achieve
flow that is 5 percent greater than indicated flow.
F. 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.
G. Measure pump flow rate and make final measurements of pump amperage, voltage,
rpm, pump heads, and systems' pressures and temperatures including outdoor-air
temperature.
H. Measure the differential-pressure-control-valve settings existing at the conclusion of
balancing.
I. Check settings and operation of each safety valve. Record settings.
3.9

PROCEDURES FOR BOILERS


A. Hydronic Boilers: Measure and record entering- and leaving-water temperatures and
water flow.

3.10 PROCEDURES FOR MOTORS


A. Motors, 1/2 HP and Larger:
following data:

Test at final balanced conditions and record the

1. Manufacturer's name, model number, and serial number.


2. Motor horsepower rating.
3. Motor rpm.
4. Efficiency rating.
TESTING, ADJUSTING, AND BALANCING FOR HVAC
609

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


13 of 23

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.
3.11 PROCEDURES FOR HEAT-TRANSFER COILS
A. Measure, adjust, and record the following data for each water coil:
1. Entering- and leaving-water temperature.
2. Water flow rate.
3. Water pressure drop.
4. Dry-bulb temperature of entering and leaving air.
5. Wet-bulb temperature of entering and leaving air for cooling coils.
6. Airflow.
7. Air pressure drop.
B. Measure, adjust, and record the following data for each electric heating coil:
1. Nameplate data.
2. Airflow.
3. Entering- and leaving-air temperature at full load.
4. Voltage and amperage input of each phase at full load and at each incremental
stage.
5. Calculated kilowatt at full load.
6. Fuse or circuit-breaker rating for overload protection.

TESTING, ADJUSTING, AND BALANCING FOR HVAC


610

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


14 of 23

C. Measure, adjust, and record the following data for each refrigerant coil:
1. Dry-bulb temperature of entering and leaving air.
2. Wet-bulb temperature of entering and leaving air.
3. Airflow.
4. Air pressure drop.
5. Refrigerant suction pressure and temperature.
3.12 TOLERANCES
A. Set HVAC system's air flow rates and water flow rates within the following
tolerances:
1. Supply, Return, and Exhaust Fans and Equipment with Fans:
percent.

0 to plus 10

2. Air Outlets and Inlets: 0 to plus 10 percent.


3. Condenser Water Flow Rate: Plus or minus 5 percent.
3.13 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.
B. Status Reports: Prepare monthly 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.
3.14 FINAL REPORT
A. General: Prepare a certified written report; tabulate and divide the report into
separate sections for tested systems and balanced systems.
TESTING, ADJUSTING, AND BALANCING FOR HVAC
611

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


15 of 23

2. Include a certification sheet at the front of the report's binder, signed and sealed
by the certified testing and balancing engineer.
3. Include a list of instruments used for procedures, along with proof of calibration.
B. Final Report Contents:
following:

In addition to certified field-report data, include the

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.
TESTING, ADJUSTING, AND BALANCING FOR HVAC
612

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


16 of 23
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.
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. Fan drive settings including settings and percentage of maximum pitch
diameter.
e. Settings for supply-air, static-pressure controller.
f. 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. Balancing stations.
6. Position of balancing devices.
E. Air-Handling-Unit Test Reports:
following:

For air-handling units with coils, include the

1. Unit Data:
a. Unit identification.
b. Location.
c. Make and type.
d. Model number and unit size.
e. Manufacturer's serial number.
f. Unit arrangement and class.
g. Discharge arrangement.
h. Sheave make, size in inches, and bore.
TESTING, ADJUSTING, AND BALANCING FOR HVAC
613

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


17 of 23

i. Center-to-center dimensions of sheave, and amount of adjustments in inches.


j. Number, make, and size of belts.
k. Number, type, and size of filters.
2. Motor Data:
a. Motor make, and frame type and size.
b. Horsepower and rpm.
c. Volts, phase, and hertz.
d. Full-load amperage and service factor.
e. Sheave make, size in inches, and bore.
f. Center-to-center dimensions of sheave, and amount of adjustments in inches.
3. Test Data (Indicated and Actual Values):
a. Total air flow rate in cfm.
b. Total system static pressure in inches wg.
c. Fan rpm.
d. Discharge static pressure in inches wg.
e. Filter static-pressure differential in inches wg.
f. Preheat-coil static-pressure differential in inches wg.
g. Cooling-coil static-pressure differential in inches wg.
h. Heating-coil static-pressure differential in inches wg.
i. Outdoor airflow in cfm.
j. Return airflow in cfm.
k. Outdoor-air damper position.
l. Return-air damper position.
F. Apparatus-Coil Test Reports:
1. Coil Data:
a. System identification.
b. Location.
c. Coil type.
d. Number of rows.
e. Fin spacing in fins per inch o.c.
f. Make and model number.
g. Face area in sq. ft.
h. Tube size in NPS.
i. Tube and fin materials.
j. Circuiting arrangement.
2. Test Data (Indicated and Actual Values):
a. Air flow rate in cfm.
b. Average face velocity in fpm.
c. Air pressure drop in inches wg.
d. Outdoor-air, wet- and dry-bulb temperatures in deg. F.
TESTING, ADJUSTING, AND BALANCING FOR HVAC
614

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS
e.
f.
g.
h.
i.
j.
k.
l.
m.
n.

Contract No. BB-2829-000-006


18 of 23
Return-air, wet- and dry-bulb temperatures in deg. F.
Entering-air, wet- and dry-bulb temperatures in deg. F.
Leaving-air, wet- and dry-bulb temperatures in deg. F.
Water flow rate in gpm.
Water pressure differential in feet of head or psig.
Entering-water temperature in deg. F.
Leaving-water temperature in deg. F.
Refrigerant expansion valve and refrigerant types.
Refrigerant suction pressure in psig.
Refrigerant suction temperature in deg. F.

G. Gas- and Oil-Fired Heat Apparatus Test Reports: In addition to manufacturer's


factory startup equipment reports, include the following:
1. Unit Data:
a. System identification.
b. Location.
c. Make and type.
d. Model number and unit size.
e. Manufacturer's serial number.
f. Fuel type in input data.
g. Output capacity in Btu/h.
h. Ignition type.
i. Burner-control types.
j. Motor horsepower and rpm.
k. Motor volts, phase, and hertz.
l. Motor full-load amperage and service factor.
m. Sheave make, size in inches, and bore.
n. Center-to-center dimensions of sheave, and amount of adjustments in inches.
2. Test Data (Indicated and Actual Values):
a. Total air flow rate in cfm.
b. Entering-air temperature in deg. F.
c. Leaving-air temperature in deg. F.
d. Air temperature differential in deg. F.
e. Entering-air static pressure in inches wg.
f. Leaving-air static pressure in inches wg.
g. Air static-pressure differential in inches wg.
h. Low-fire fuel input in Btu/h.
i. High-fire fuel input in Btu/h.
j. Manifold pressure in psig.
k. High-temperature-limit setting in deg. F.
l. Operating set point in Btu/h.
m. Motor voltage at each connection.
n. Motor amperage for each phase.
TESTING, ADJUSTING, AND BALANCING FOR HVAC
615

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


19 of 23

o. Heating value of fuel in Btu/h.


H. Fan Test Reports: For supply, return, and exhaust fans (including vehicle exhaust
systems), include the following:
1. Fan Data:
a. System identification.
b. Location.
c. Make and type.
d. Model number and size.
e. Manufacturer's serial number.
f. Arrangement and class.
g. Sheave make, size in inches, and bore.
h. Center-to-center dimensions of sheave, and amount of adjustments in inches.
2. Motor Data:
a. Motor make, and frame type and size.
b. Horsepower and rpm.
c. Volts, phase, and hertz.
d. Full-load amperage and service factor.
e. Sheave make, size in inches, and bore.
f. Center-to-center dimensions of sheave, and amount of adjustments in inches.
g. Number, make, and size of belts.
3. Test Data (Indicated and Actual Values):
a. Total airflow rate in cfm.
b. Total system static pressure in inches wg.
c. Fan rpm.
d. Discharge static pressure in inches wg.
e. Suction static pressure in inches wg.
I. Round, Flat-Oval, and Rectangular Duct Traverse Reports: Include a diagram with a
grid representing the duct cross-section and record the following:
1. Report Data:
a. System and air-handling-unit number.
b. Location and zone.
c. Traverse air temperature in deg. F.
d. Duct static pressure in inches wg.
e. Duct size in inches.
f. Duct area in sq. ft.
g. Indicated air flow rate in cfm.
h. Indicated velocity in fpm.
i. Actual air flow rate in cfm.
j. Actual average velocity in fpm.
k. Barometric pressure in psig.
TESTING, ADJUSTING, AND BALANCING FOR HVAC
616

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


20 of 23

J. Air-Terminal-Device Reports:
1. Unit Data:
a. System and air-handling unit identification.
b. Location and zone.
c. Apparatus used for test.
d. Area served.
e. Make.
f. Number from system diagram.
g. Type and model number.
h. Size.
i. Effective area in sq. ft.
2. Test Data (Indicated and Actual Values):
a. Air flow rate in cfm.
b. Air velocity in fpm.
c. Preliminary air flow rate as needed in cfm.
d. Preliminary velocity as needed in fpm.
e. Final air flow rate in cfm.
f. Final velocity in fpm.
g. Space temperature in deg. F.
K. Pump Test Reports: Calculate impeller size by plotting the shutoff head on pump
curves and include the following:
1. Unit Data:
a. Unit identification.
b. Location.
c. Service.
d. Make and size.
e. Model number and serial number.
f. Water flow rate in gpm.
g. Water pressure differential in feet of head or psig.
h. Required net positive suction head in feet of head or psig.
i. Pump rpm.
j. Impeller diameter in inches.
k. Motor make and frame size.
l. Motor horsepower and rpm.
m. Voltage at each connection.
n. Amperage for each phase.
o. Full-load amperage and service factor.
p. Seal type.
2. Test Data (Indicated and Actual Values):
a. Static head in feet of head or psig.
TESTING, ADJUSTING, AND BALANCING FOR HVAC
617

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS
b.
c.
d.
e.
f.
g.
h.
i.
j.
k.

Contract No. BB-2829-000-006


21 of 23

Pump shutoff pressure in feet of head or psig.


Actual impeller size in inches.
Full-open flow rate in gpm.
Full-open pressure in feet of head or psig.
Final discharge pressure in feet of head or psig.
Final suction pressure in feet of head or psig.
Final total pressure in feet of head or psig.
Final water flow rate in gpm.
Voltage at each connection.
Amperage for each phase.

L. Instrument Calibration Reports:


1. Report Data:
a. Instrument type and make.
b. Serial number.
c. Application.
d. Dates of use.
e. Dates of calibration.
3.15 INSPECTIONS
A. Initial Inspection:
1. After testing and balancing are complete, operate each system and randomly
check measurements to verify that the system is operating according to the final
test and balance readings documented in the final report.
2. Check the following for each system:
a. Measure airflow of at least 10 percent of air outlets.
b. Measure water flow of at least 5 percent of terminals.
c. Measure room temperature at each thermostat/temperature sensor. Compare
the reading to the set point.
d. Verify that balancing devices are marked with final balance position.
e. Note deviations from the Contract Documents in the final report.
B. Final Inspection:
1. After initial inspection is complete and documentation by random checks verifies
that testing and balancing are complete and accurately documented in the final
report, request that a final inspection be made by Architect and Construction
Manager.
2. The TAB contractor's test and balance engineer shall conduct the inspection in the
presence of Architect and Construction Manager.
TESTING, ADJUSTING, AND BALANCING FOR HVAC
618

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


22 of 23

3. Architect and Construction Manager shall randomly select measurements,


documented in the final report, to be rechecked. Rechecking shall be limited to
either 10 percent of the total measurements recorded or the extent of
measurements that can be accomplished in a normal 8-hour business day.
4. If rechecks yield measurements that differ from the measurements documented in
the final report by more than the tolerances allowed, the measurements shall be
noted as "FAILED."
5. If the number of "FAILED" measurements is greater than 10 percent of the total
measurements checked during the final inspection, the testing and balancing shall
be considered incomplete and shall be rejected.
C. TAB Work will be considered defective if it does not pass final inspections. If TAB
Work fails, proceed as follows:
1. Recheck all measurements and make adjustments. Revise the final report and
balancing device settings to include all changes; resubmit the final report and
request a second final inspection.
2. If the second final inspection also fails, Owner may contract the services of
another TAB contractor to complete TAB Work according to the Contract
Documents and deduct the cost of the services from the original TAB contractor's
final payment.
D. Prepare test and inspection reports.
3.16 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.
PART 4 - MEASUREMENTS AND PAYMENT
4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

TESTING, ADJUSTING, AND BALANCING FOR HVAC


619

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS
4.2

Contract No. BB-2829-000-006


23 of 23

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective
item as described herein and shown below. This price shall be full compensation for
all work contained in the bid item as described herein and required by the related
Special Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to
complete the Work in every respect, including furnishing all materials, installation,
testing, placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional
requirements.
END OF SPECIAL PROVISION 230593

TESTING, ADJUSTING, AND BALANCING FOR HVAC


620

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 33

CATEGORY 800
BUILDINGS
SECTION 230700 - HVAC INSULATION
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions,
Special Provisions, General Provisions, and Terms and Conditions, apply to this
Section.

1.2

SUMMARY
A. Special Provision Section includes:
1. Insulation Materials:
a. Flexible elastomeric.
b. Mineral fiber.
2. Insulating cements.
3. Adhesives.
4. Mastics.
5. Lagging adhesives.
6. Sealants.
7. Factory-applied jackets.
8. Tapes.
9. Securements.
10. Corner angles.
B. Related Special Provision Sections:
1. Special Provision 220700 "Plumbing Insulation."
2. Special Provision 233113 "Metal Ducts" for duct liners.

HVAC INSULATION
621

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

1.3

Contract No. BB-2829-000-006


2 of 33

SUBMITTALS
A. Product Data: For each type of product indicated. Include thermal conductivity,
thickness, and jackets (both factory and field applied, if any).
B. Shop Drawings:
1. Detail application of protective shields, saddles, and inserts at hangers for each
type of insulation and hanger.
2. Detail insulation application at pipe expansion joints for each type of insulation.
3. Detail insulation application at elbows, fittings, flanges, valves, and specialties for
each type of insulation.
4. Detail removable insulation at piping specialties, equipment connections, and
access panels.
5. Detail application of field-applied jackets.
6. Detail application at linkages of control devices.
7. Detail field application for each equipment type.
C. Qualification Data: For qualified Installer.
D. Material Test Reports: From a qualified testing agency acceptable to authorities
having jurisdiction indicating, interpreting, and certifying test results for compliance
of insulation materials, sealers, attachments, cements, and jackets, with requirements
indicated. Include dates of tests and test methods employed.
E. Field quality-control reports.

1.4

QUALITY ASSURANCE
A. Installer Qualifications: Skilled mechanics who have successfully completed an
apprenticeship program or another craft training program certified by the Department
of Labor, Bureau of Apprenticeship and Training.

HVAC INSULATION
622

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


3 of 33

B. Fire-Test-Response Characteristics: Insulation and related materials shall have firetest-response characteristics indicated, as determined by testing identical products per
ASTM E 84, by a testing and inspecting 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 and
inspecting agency.
1. Insulation Installed Indoors: Flame-spread index of 25 or less, and smokedeveloped index of 50 or less.
2. Insulation Installed Outdoors: Flame-spread index of 75 or less, and smokedeveloped index of 150 or less.
1.5

DELIVERY, STORAGE, AND HANDLING


A. Packaging: Insulation material containers shall be marked by manufacturer with
appropriate ASTM standard designation, type and grade, and maximum use
temperature.

1.6

COORDINATION
A. Coordinate size and location of supports, hangers, and insulation shields specified in
Special Provision 230529 "Hangers and Supports for HVAC Piping and Equipment."
B. Coordinate clearance requirements with piping Installer for piping insulation
application, duct Installer for duct insulation application, and equipment Installer for
equipment insulation application. Before preparing piping and ductwork Shop
Drawings, establish and maintain clearance requirements for installation of insulation
and field-applied jackets and finishes and for space required for maintenance.
C. Coordinate installation and testing of heat tracing.

1.7

SCHEDULING
A. Schedule insulation application after pressure testing systems and, where required,
after installing and testing heat tracing. Insulation application may begin on segments
that have satisfactory test results.
B. Complete installation and concealment of plastic materials as rapidly as possible in
each area of construction.

HVAC INSULATION
623

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


4 of 33

PART 2 - PRODUCTS
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. Flexible Elastomeric: Closed-cell, sponge- or expanded-rubber materials. Comply
with ASTM C 534, Type I for tubular materials and Type II for sheet 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.
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 III with factory-applied FSK jacket. Factory-applied jacket requirements are
specified in "Factory-Applied Jackets" Article.
1. Products: Subject to compliance with requirements, provide one of the following:
a. CertainTeed Corp.; Duct Wrap.
b. Johns Manville; Microlite.
c. Knauf Insulation; Duct Wrap.
d. Owens Corning; All-Service Duct Wrap.
G. Mineral-Fiber Board Insulation: Mineral or glass fibers bonded with a thermosetting
resin. Comply with ASTM C 612, Type IA or Type IB. For duct and plenum
applications, provide insulation with factory-applied ASJ or factory-applied FSK
jacket. For equipment applications, provide insulation with factory-applied ASJ or
factory-applied FSK jacket. Factory-applied jacket requirements are specified in
"Factory-Applied Jackets" Article.
1. Products: Subject to compliance with requirements, provide one of the following:

HVAC INSULATION
624

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS
a.
b.
c.
d.

Contract No. BB-2829-000-006


5 of 33

CertainTeed Corp.; Commercial Board.


Johns Manville; 800 Series Spin-Glas.
Knauf Insulation; Insulation Board.
Owens Corning; Fiberglas 700 Series.

H. Mineral-Fiber, Preformed Pipe Insulation:


1. Products: Subject to compliance with requirements, provide one of the following:
a. Johns Manville; Micro-Lok.
b. Knauf Insulation; 1000 Pipe Insulation.
c. Owens Corning; Fiberglas Pipe Insulation.
2. Type I, 850 deg. F Materials: Mineral or glass fibers bonded with a thermosetting
resin. Comply with ASTM C 547, Type I, Grade A, with factory-applied ASJ.
Factory-applied jacket requirements are specified in "Factory-Applied Jackets"
Article.
I. Mineral-Fiber, Pipe Insulation Wicking System:
Preformed pipe insulation
complying with ASTM C 547, Type I, Grade A, with absorbent cloth factory applied
to the entire inside surface of preformed pipe insulation and extended through the
longitudinal joint to outside surface of insulation under insulation jacket. Factory
apply a white, polymer, vapor-retarder jacket with self-sealing adhesive tape seam
and evaporation holes running continuously along the longitudinal seam, exposing the
absorbent cloth.
1. Products: Subject to compliance with requirements, provide one of the following:
a. Knauf Insulation; Permawick Pipe Insulation.
b. Owens Corning; VaporWick Pipe Insulation.
J. Mineral-Fiber, Pipe and Tank Insulation: Mineral or glass fibers bonded with a
thermosetting resin. Semirigid board material with factory-applied ASJ or FSK
jacket complying with ASTM C 1393, Type II or Type IIIA Category 2, or with
properties similar to ASTM C 612, Type IB. Nominal density is 2.5 lb./cu. ft. or
more. Thermal conductivity (k-value) at 100 deg. F is 0.29 Btu x in./h x sq. ft. x
deg. F or less. Factory-applied jacket requirements are specified in "Factory-Applied
Jackets" Article.
1. Products: Subject to compliance with requirements, provide one of the following:
a. CertainTeed Corp.; CrimpWrap.
b. Johns Manville; MicroFlex.
c. Knauf Insulation; Pipe and Tank Insulation.
d. Owens Corning; Fiberglas Pipe and Tank Insulation.
HVAC INSULATION
625

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

2.2

Contract No. BB-2829-000-006


6 of 33

INSULATING CEMENTS
A. Mineral-Fiber Insulating Cement: Comply with ASTM C 195.
1. Products: Subject to compliance with requirements, provide one of the following:
a. Insulco, Division of MFS, Inc.; Triple I.
b. P. K. Insulation Mfg. Co., Inc.; Super-Stik.
B. Expanded or Exfoliated Vermiculite Insulating Cement: Comply with ASTM C 196.
1. Products: Subject to compliance with requirements, provide one of the following:
a. P. K. Insulation Mfg. Co., Inc.; Thermal-V-Kote.
C. Mineral-Fiber, Hydraulic-Setting Insulating and Finishing Cement: Comply with
ASTM C 449/C 449M.
1. Products: Subject to compliance with requirements, provide one of the following:
a. Insulco, Division of MFS, Inc.; SmoothKote.
b. P. K. Insulation Mfg. Co., Inc.; PK No. 127, and Quik-Cote.
c. Rock Wool Manufacturing Company; Delta One Shot.

2.3

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.
B. Flexible Elastomeric and Polyolefin Adhesive:
Type II, Class I.

Comply with MIL-A-24179A,

1. Products: Subject to compliance with requirements, provide one of the following:


a. Aeroflex USA Inc.; Aeroseal.
b. Armacell LCC; 520 Adhesive.
c. Foster Products Corporation, H. B. Fuller Company; 85-75.
d. RBX Corporation; Rubatex Contact Adhesive.
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).
C. Mineral-Fiber Adhesive: Comply with MIL-A-3316C, Class 2, Grade A.
1. Products: Subject to compliance with requirements, provide one of the following:
a. Childers Products, Division of ITW; CP-82.
HVAC INSULATION
626

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS
b.
c.
d.
e.

Contract No. BB-2829-000-006


7 of 33
Foster Products Corporation, H. B. Fuller Company; 85-20.
ITW TACC, Division of Illinois Tool Works; S-90/80.
Marathon Industries, Inc.; 225.
Mon-Eco Industries, Inc.; 22-25.

2. For indoor applications, use adhesive that has a VOC content of 80 g/L or less
when calculated according to 40 CFR 59, Subpart D (EPA Method 24).
D. ASJ Adhesive, and FSK and PVDC Jacket Adhesive: Comply with MIL-A-3316C,
Class 2, Grade A for bonding insulation jacket lap seams and joints.
1. Products: Subject to compliance with requirements, provide one of the following:
a. Childers Products, Division of ITW; CP-82.
b. Foster Products Corporation, H. B. Fuller Company; 85-20.
c. ITW TACC, Division of Illinois Tool Works; S-90/80.
d. Marathon Industries, Inc.; 225.
e. Mon-Eco Industries, Inc.; 22-25.
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).
2.4

MASTICS
A. Materials shall be compatible with insulation materials, jackets, and substrates;
comply with MIL-C-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).
B. Vapor-Barrier Mastic: Water based; suitable for indoor and outdoor use on below
ambient services.
1. Products: Subject to compliance with requirements, provide one of the following:
a. Childers Products, Division of ITW; CP-35.
b. Foster Products Corporation, H. B. Fuller Company; 30-90.
c. ITW TACC, Division of Illinois Tool Works; CB-50.
d. Marathon Industries, Inc.; 590.
e. Mon-Eco Industries, Inc.; 55-40.
f. Vimasco Corporation; 749.
2. Water-Vapor Permeance: ASTM E 96, Procedure B, 0.013 perm at 43-mil dry
film thickness.
3. Service Temperature Range: Minus 20 to plus 180 deg F.

HVAC INSULATION
627

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


8 of 33

4. Solids Content: ASTM D 1644, 59 percent by volume and 71 percent by weight.


5. Color: White.
C. Vapor-Barrier Mastic: Solvent based; suitable for indoor use on below ambient
services.
1. Products: Subject to compliance with requirements, provide one of the following:
a. Childers Products, Division of ITW; CP-30.
b. Foster Products Corporation, H. B. Fuller Company; 30-35.
c. ITW TACC, Division of Illinois Tool Works; CB-25.
d. Marathon Industries, Inc.; 501.
e. Mon-Eco Industries, Inc.; 55-10.
2. Water-Vapor Permeance: ASTM F 1249, 0.05 perm at 35-mil dry film thickness.
3. Service Temperature Range: 0 to 180 deg. F.
4. Solids Content: ASTM D 1644, 44 percent by volume and 62 percent by weight.
5. Color: White.
D. Vapor-Barrier Mastic: Solvent based; suitable for outdoor use on below ambient
services.
1. Products: Subject to compliance with requirements, provide one of the following:
a. Childers Products, Division of ITW; Encacel.
b. Foster Products Corporation, H. B. Fuller Company; 60-95/60-96.
c. Marathon Industries, Inc.; 570.
d. Mon-Eco Industries, Inc.; 55-70.
2. Water-Vapor Permeance: ASTM F 1249, 0.05 perm at 30-mil dry film thickness.
3. Service Temperature Range: Minus 50 to plus 220 deg. F.
4. Solids Content: ASTM D 1644, 33 percent by volume and 46 percent by weight.
5. Color: White.
E. Breather Mastic: Water based; suitable for indoor and outdoor use on above ambient
services.
1. Products: Subject to compliance with requirements, provide one of the following:
a. Childers Products, Division of ITW; CP-10.
HVAC INSULATION
628

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS
b.
c.
d.
e.
f.

Contract No. BB-2829-000-006


9 of 33
Foster Products Corporation, H. B. Fuller Company; 35-00.
ITW TACC, Division of Illinois Tool Works; CB-05/15.
Marathon Industries, Inc.; 550.
Mon-Eco Industries, Inc.; 55-50.
Vimasco Corporation; WC-1/WC-5.

2. Water-Vapor Permeance:
thickness.

ASTM F 1249, 3 perms at 0.0625-inch dry film

3. Service Temperature Range: Minus 20 to plus 200 deg F.


4. Solids Content: 63 percent by volume and 73 percent by weight.
5. Color: White.
2.5

LAGGING ADHESIVES
A. Description: Comply with MIL-A-3316C Class I, Grade A and shall be compatible
with insulation materials, jackets, and substrates.
1. For indoor applications, use lagging adhesives that have a VOC content of 50 g/L
or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24).
2. Products: Subject to compliance with requirements, provide one of the following:
a. Childers Products, Division of ITW; CP-52.
b. Foster Products Corporation, H. B. Fuller Company; 81-42.
c. Marathon Industries, Inc.; 130.
d. Mon-Eco Industries, Inc.; 11-30.
e. Vimasco Corporation; 136.
3. Fire-resistant, water-based lagging adhesive and coating for use indoors to adhere
fire-resistant lagging cloths over duct, equipment, and pipe insulation.
4. Service Temperature Range: Minus 50 to plus 180 deg. F.
5. Color: White.

2.6

SEALANTS
A. Joint Sealants:
1. Materials shall be compatible with insulation materials, jackets, and substrates.

HVAC INSULATION
629

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


10 of 33

2. Permanently flexible, elastomeric sealant.


3. Service Temperature Range: Minus 100 to plus 300 deg. F.
4. Color: White or gray.
5. For indoor applications, use sealants that have a VOC content of 250 g/L or less
when calculated according to 40 CFR 59, Subpart D (EPA Method 24).
B. FSK and Metal Jacket Flashing Sealants:
1. Products: Subject to compliance with requirements, provide one of the following:
a. Childers Products, Division of ITW; CP-76-8.
b. Foster Products Corporation, H. B. Fuller Company; 95-44.
c. Marathon Industries, Inc.; 405.
d. Mon-Eco Industries, Inc.; 44-05.
e. Vimasco Corporation; 750.
2. Materials shall be compatible with insulation materials, jackets, and substrates.
3. Fire- and water-resistant, flexible, elastomeric sealant.
4. Service Temperature Range: Minus 40 to plus 250 deg. F.
5. Color: Aluminum.
6. For indoor applications, use sealants that have a VOC content of 250 g/L or less
when calculated according to 40 CFR 59, Subpart D (EPA Method 24).
C. ASJ Flashing Sealants, and Vinyl, and PVC Jacket Flashing Sealants:
1. Products: Subject to compliance with requirements, provide one of the following:
a. Childers Products, Division of ITW; CP-76.
2. Materials shall be compatible with insulation materials, jackets, and substrates.
3. Fire- and water-resistant, flexible, elastomeric sealant.
4. Service Temperature Range: Minus 40 to plus 250 deg. F.
5. Color: White.
6. For indoor applications, use sealants that have a VOC content of 250 g/L or less
when calculated according to 40 CFR 59, Subpart D (EPA Method 24).
HVAC INSULATION
630

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

2.7

Contract No. BB-2829-000-006


11 of 33

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.
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.

2.8

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 one of the following:
a. Avery Dennison Corporation, Specialty Tapes Division; Fasson 0835.
b. Compac Corp.; 104 and 105.
c. Ideal Tape Co., Inc., an American Biltrite Company; 428 AWF ASJ.
d. Venture Tape; 1540 CW Plus, 1542 CW Plus, and 1542 CW Plus/SQ.
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.

HVAC INSULATION
631

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


12 of 33

B. FSK Tape: Foil-face, vapor-retarder tape matching factory-applied jacket with


acrylic adhesive; complying with ASTM C 1136.
1. Products: Subject to compliance with requirements, provide one of the following:
a. Avery Dennison Corporation, Specialty Tapes Division; Fasson 0827.
b. Compac Corp.; 110 and 111.
c. Ideal Tape Co., Inc., an American Biltrite Company; 491 AWF FSK.
d. Venture Tape; 1525 CW, 1528 CW, and 1528 CW/SQ.
2. Width: 3 inches.
3. Thickness: 6.5 mils.
4. Adhesion: 90 ounces force/inch in width.
5. Elongation: 2 percent.
6. Tensile Strength: 40 lbf/inch in width.
7. FSK Tape Disks and Squares: Precut disks or squares of FSK tape.
C. PVC Tape: White vapor-retarder tape matching field-applied PVC jacket with acrylic
adhesive. Suitable for indoor and outdoor applications.
1. Products: Subject to compliance with requirements, provide one of the following:
a. Avery Dennison Corporation, Specialty Tapes Division; Fasson 0555.
b. Compac Corp.; 130.
c. Ideal Tape Co., Inc., an American Biltrite Company; 370 White PVC tape.
d. Venture Tape; 1506 CW NS.
2. Width: 2 inches.
3. Thickness: 6 mils.
4. Adhesion: 64 ounces force/inch in width.
5. Elongation: 500 percent.
6. Tensile Strength: 18 lbf/inch in width.
D. Aluminum-Foil Tape: Vapor-retarder tape with acrylic adhesive.
1. Products: Subject to compliance with requirements, provide one of the following:
a. Avery Dennison Corporation, Specialty Tapes Division; Fasson 0800.

HVAC INSULATION
632

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


13 of 33

b. Compac Corp.; 120.


c. Ideal Tape Co., Inc., an American Biltrite Company; 488 AWF.
d. Venture Tape; 3520 CW.
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.
2.9

SECUREMENTS
A. Bands:
1. Products: Subject to compliance with requirements, provide one of the following:
a. Childers Products; Bands.
b. PABCO Metals Corporation; Bands.
c. RPR Products, Inc.; Bands.
2. Stainless Steel: ASTM A 167 or ASTM A 240/A 240M, Type 304 or Type 316;
0.015 inch thick, 3/4 inch wide with wing or closed seal.
3. Aluminum: ASTM B 209, Alloy 3003, 3005, 3105, or 5005; Temper H-14, 0.020
inch thick, 3/4 inch wide with wing or closed seal.
4. Springs: Twin spring set constructed of stainless steel with ends flat and slotted
to accept metal bands. Spring size determined by manufacturer for application.
B. Insulation Pins and Hangers:
1. Capacitor-Discharge-Weld Pins: Copper- or zinc-coated steel pin, fully annealed
for capacitor-discharge welding, 0.135-inch- diameter shank, length to suit depth
of insulation indicated.
a. Products: Subject to compliance with requirements, provide one of the
following:
1) AGM Industries, Inc.; CWP-1.
2) GEMCO; CD.
3) Midwest Fasteners, Inc.; CD.
4) Nelson Stud Welding; TPA, TPC, and TPS.

HVAC INSULATION
633

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


14 of 33

2. Cupped-Head, Capacitor-Discharge-Weld Pins: Copper- or zinc-coated steel pin,


fully annealed for capacitor-discharge welding, 0.135-inch- diameter shank,
length to suit depth of insulation indicated with integral 1-1/2-inch galvanized
carbon-steel washer.
a. Products: Subject to compliance with requirements, provide one of the
following:
1) AGM Industries, Inc.; CWP-1.
2) GEMCO; Cupped Head Weld Pin.
3) Midwest Fasteners, Inc.; Cupped Head.
4) Nelson Stud Welding; CHP.
3. Metal, Adhesively Attached, Perforated-Base Insulation Hangers: Baseplate
welded to projecting spindle that is capable of holding insulation, of thickness
indicated, securely in position indicated when self-locking washer is in place.
Comply with the following requirements:
a. Products: Subject to compliance with requirements, provide one of the
following:
1) AGM Industries, Inc.; Tactoo Insul-Hangers, Series T.
2) GEMCO; Perforated Base.
3) Midwest Fasteners, Inc.; Spindle.
b. Baseplate: Perforated, galvanized carbon-steel sheet, 0.030 inch thick by 2
inches square.
c. Spindle: Copper- or zinc-coated, low carbon steel, fully annealed, 0.106-inchdiameter shank, length to suit depth of insulation indicated.
d. Adhesive:
Recommended by hanger manufacturer.
Product with
demonstrated capability to bond insulation hanger securely to substrates
indicated without damaging insulation, hangers, and substrates.
4. Nonmetal, Adhesively Attached, Perforated-Base Insulation Hangers: Baseplate
fastened to projecting spindle that is capable of holding insulation, of thickness
indicated, securely in position indicated when self-locking washer is in place.
Comply with the following requirements:
a. Products: Subject to compliance with requirements, provide one of the
following:
1) GEMCO; Nylon Hangers.
2) Midwest Fasteners, Inc.; Nylon Insulation Hangers.
b. Baseplate: Perforated, nylon sheet, 0.030 inch thick by 1-1/2 inches in
diameter.
c. Spindle: Nylon, 0.106-inch- diameter shank, length to suit depth of insulation
indicated, up to 2-1/2 inches.

HVAC INSULATION
634

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


15 of 33

d. Adhesive:
Recommended by hanger manufacturer.
Product with
demonstrated capability to bond insulation hanger securely to substrates
indicated without damaging insulation, hangers, and substrates.
5. Insulation-Retaining Washers: Self-locking washers formed from 0.016-inchthick, galvanized-steel sheet, with beveled edge sized as required to hold
insulation securely in place but not less than 1-1/2 inches in diameter.
a. Products: Subject to compliance with requirements, provide one of the
following:
1) AGM Industries, Inc.; RC-150.
2) GEMCO; R-150.
3) Midwest Fasteners, Inc.; WA-150.
4) Nelson Stud Welding; Speed Clips.
b. Protect ends with capped self-locking washers incorporating a spring steel
insert to ensure permanent retention of cap in exposed locations.
C. Staples: Outward-clinching insulation staples, nominal 3/4-inch- wide, stainless steel
or Monel.
D. Wire: 0.080-inch nickel-copper alloy.
1. Manufacturers: Subject to compliance with requirements, provide products by
one of the following:
a. C & F Wire.
b. Childers Products.
c. PABCO Metals Corporation.
d. RPR Products, Inc.
2.10 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 inch, aluminum
according to ASTM B 209, Alloy 3003, 3005, 3105 or 5005; Temper H-14.
C. Stainless-Steel Corner Angles: 0.024 inch thick, minimum 1 by 1 inch, stainless steel
according to ASTM A 167 or ASTM A 240/A 240M, Type 304 or 316.

HVAC INSULATION
635

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


16 of 33

PART 3 - EXECUTION
3.1

EXAMINATION
A. Examine substrates and conditions for compliance with requirements for installation
and other conditions affecting performance of insulation application.
1. Verify that systems and equipment to be insulated have been tested and are free of
defects.
2. Verify that surfaces to be insulated are clean and dry.
3. Proceed with installation only after unsatisfactory conditions have been corrected.

3.2

PREPARATION
A. Surface Preparation: Clean and dry surfaces to receive insulation. Remove materials
that will adversely affect insulation application.
B. Coordinate insulation installation with the trade installing heat tracing. Comply with
requirements for heat tracing that apply to insulation.
C. Mix insulating cements with clean potable water; if insulating cements are to be in
contact with stainless-steel surfaces, use demineralized water.

3.3

GENERAL INSTALLATION REQUIREMENTS


A. Install insulation materials, accessories, and finishes with smooth, straight, and even
surfaces; free of voids throughout the length of equipment, ducts and fittings, and
piping including fittings, valves, and specialties.
B. Install insulation materials, forms, vapor barriers or retarders, jackets, and thicknesses
required for each item of equipment, duct system, and pipe 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.

HVAC INSULATION
636

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


17 of 33

E. Install multiple layers of insulation with longitudinal and end seams staggered.
F. Do not weld brackets, clips, or other attachment devices to piping, fittings, and
specialties.
G. Keep insulation materials dry during application and finishing.
H. Install insulation with tight longitudinal seams and end joints. Bond seams and joints
with adhesive recommended by insulation material manufacturer.
I. Install insulation with least number of joints practical.
J. 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.
4. Cover inserts with jacket material matching adjacent pipe insulation. Install
shields over jacket, arranged to protect jacket from tear or puncture by hanger,
support, and shield.
K. Apply adhesives, mastics, and sealants at manufacturer's recommended coverage rate
and wet and dry film thicknesses.
L. Install insulation with factory-applied jackets as follows:
1. Draw jacket tight and smooth.
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.

HVAC INSULATION
637

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


18 of 33

3. Overlap jacket longitudinal seams at least 1-1/2 inches. Install insulation with
longitudinal seams at bottom of pipe. Clean and dry surface to receive selfsealing 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 as recommended by insulation material
manufacturer to maintain vapor seal.
5. Where vapor barriers are indicated, apply vapor-barrier mastic on seams and
joints and at ends adjacent to duct and pipe flanges and fittings.
M. Cut insulation in a manner to avoid compressing insulation more than 75 percent of
its nominal thickness.
N. Finish installation with systems at operating conditions. Repair joint separations and
cracking due to thermal movement.
O. 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.
P. For above ambient services, do not install insulation to the following:
1. Vibration-control devices.
2. Testing agency labels and stamps.
3. Nameplates and data plates.
4. Manholes.
5. Handholes.
6. Cleanouts.
3.4

PENETRATIONS
A. Insulation Installation at Roof Penetrations: Install insulation continuously through
roof penetrations.
1. Seal penetrations with flashing sealant.

HVAC INSULATION
638

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


19 of 33

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.
3. Extend jacket of outdoor insulation outside roof flashing at least 2 inches below
top of roof flashing.
4. Seal jacket to roof flashing with flashing sealant.
B. Insulation Installation at Underground Exterior Wall Penetrations:
insulation flush with sleeve seal. Seal terminations with flashing sealant.

Terminate

C. Insulation Installation at Aboveground Exterior Wall Penetrations: Install insulation


continuously through wall penetrations.
1. Seal penetrations with flashing sealant.
2. For applications requiring only indoor insulation, terminate insulation inside wall
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.
3. Extend jacket of outdoor insulation outside wall flashing and overlap wall
flashing at least 2 inches.
4. Seal jacket to wall flashing with flashing sealant.
D. Insulation Installation at Interior Wall and Partition Penetrations (That Are Not Fire
Rated): Install insulation continuously through walls and partitions.
E. Insulation Installation at Fire-Rated Wall and Partition Penetrations: Install insulation
continuously through penetrations of fire-rated walls and partitions. Terminate
insulation at fire damper sleeves for fire-rated wall and partition penetrations.
1. Externally insulate damper sleeves to match adjacent insulation and overlap duct
insulation at least 2 inches.
2. Comply with requirements in Special Provision 078413 "Through-Penetration
Firestop Systems" and fire-resistive joint sealers.

HVAC INSULATION
639

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


20 of 33

F. Insulation Installation at Floor Penetrations:


1. Duct: Install insulation continuously through floor penetrations that are not fire
rated. 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. Pipe: Install insulation continuously through floor penetrations.
3. Seal penetrations through fire-rated assemblies. Comply with requirements in
Special Provision 078413 "Through-Penetration Firestop Systems."
3.5

EQUIPMENT, TANK, AND VESSEL INSULATION INSTALLATION


A. Mineral Fiber, Pipe and Tank Insulation Installation for Tanks and Vessels: Secure
insulation with adhesive and anchor pins and speed washers.
1. Apply adhesives according to manufacturer's recommended coverage rates per
unit area, for 100 percent coverage of tank and vessel surfaces.
2. Groove and score insulation materials to fit as closely as possible to equipment,
including contours. Bevel insulation edges for cylindrical surfaces for tight joints.
Stagger end joints.
3. Protect exposed corners with secured corner angles.
4. Install adhesively attached or self-sticking insulation hangers and speed washers
on sides of tanks and vessels as follows:
a. Do not weld anchor pins to ASME-labeled pressure vessels.
b. Select insulation hangers and adhesive that are compatible with service
temperature and with substrate.
c. On tanks and vessels, maximum anchor-pin spacing is 3 inches from
insulation end joints, and 16 inches o.c. in both directions.
d. Do not overcompress insulation during installation.
e. Cut and miter insulation segments to fit curved sides and domed heads of
tanks and vessels.
f. Impale insulation over anchor pins and attach speed washers.
g. Cut excess portion of pins extending beyond speed washers or bend parallel
with insulation surface. Cover exposed pins and washers with tape matching
insulation facing.

HVAC INSULATION
640

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


21 of 33

5. Secure each layer of insulation with stainless-steel or aluminum bands. Select


band material compatible with insulation materials.
6. Where insulation hangers on equipment and vessels are not permitted or practical
and where insulation support rings are not provided, install a girdle network for
securing insulation. Stretch prestressed aircraft cable around the diameter of
vessel and make taut with clamps, turnbuckles, or breather springs. Place one
circumferential girdle around equipment approximately 6 inches from each end.
Install wire or cable between two circumferential girdles 12 inches o.c. Install a
wire ring around each end and around outer periphery of center openings, and
stretch prestressed aircraft cable radially from the wire ring to nearest
circumferential girdle. Install additional circumferential girdles along the body of
equipment or tank at a minimum spacing of 48 inches o.c. Use this network for
securing insulation with tie wire or bands.
7. Stagger joints between insulation layers at least 3 inches.
8. Install insulation in removable segments on equipment access doors, manholes,
handholes, and other elements that require frequent removal for service and
inspection.
9. Bevel and seal insulation ends around manholes, handholes, ASME stamps, and
nameplates.
10. For equipment with surface temperatures below ambient, apply mastic to open
ends, joints, seams, breaks, and punctures in insulation.
B. Flexible Elastomeric Thermal Insulation Installation for Tanks and Vessels: Install
insulation over entire surface of tanks and vessels.
1. Apply 100 percent coverage of adhesive to surface with manufacturer's
recommended adhesive.
2. Seal longitudinal seams and end joints.
C. Insulation Installation on Pumps:
1. Fabricate metal boxes lined with insulation. Fit boxes around pumps and coincide
box joints with splits in pump casings. Fabricate joints with outward bolted
flanges. Bolt flanges on 6-inch centers, starting at corners. Install 3/8-inchdiameter fasteners with wing nuts. Alternatively, secure the box sections together
using a latching mechanism.
2. Fabricate boxes from aluminum, at least 0.050 inch thick.
HVAC INSULATION
641

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


22 of 33

3. For below ambient services, install a vapor barrier at seams, joints, and
penetrations. Seal between flanges with replaceable gasket material to form a
vapor barrier.
3.6

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.
4. Insulate valves using preformed fitting insulation or sectional pipe insulation of
same material, density, and thickness as used for adjacent pipe. Overlap
adjoining pipe insulation by not less than two times the thickness of pipe
insulation, or one pipe diameter, whichever is thicker. For valves, insulate up to
and including the bonnets, valve stuffing-box studs, bolts, and nuts. Fill joints,
seams, and irregular surfaces with insulating cement.
5. Insulate strainers using preformed fitting insulation or sectional pipe insulation of
same material, density, and thickness as used for adjacent pipe. Overlap
adjoining pipe insulation by not less than two times the thickness of pipe
insulation, or one pipe diameter, whichever is thicker. Fill joints, seams, and
irregular surfaces with insulating cement. Insulate strainers so strainer basket
flange or plug can be easily removed and replaced without damaging the
insulation and jacket. Provide a removable reusable insulation cover. For below
ambient services, provide a design that maintains vapor barrier.

HVAC INSULATION
642

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


23 of 33

6. Insulate flanges and unions using a section of oversized preformed pipe


insulation. Overlap adjoining pipe insulation by not less than two times the
thickness of pipe insulation, or one pipe diameter, whichever is thicker.
7. Cover segmented insulated surfaces with a layer of finishing cement and coat with
a mastic. Install vapor-barrier mastic for below ambient services and a breather
mastic for above ambient services. Reinforce the mastic with fabric-reinforcing
mesh. Trowel the mastic to a smooth and well-shaped contour.
8. For services not specified to receive a field-applied jacket except for flexible
elastomeric, install fitted PVC cover over elbows, tees, strainers, valves, flanges,
and unions. Terminate ends with PVC end caps. Tape PVC covers to adjoining
insulation facing using PVC tape.
9. Label the outside insulation jacket of each union with the word "UNION." Match
size and color of pipe labels.
C. Insulate instrument connections for thermometers, pressure gages, pressure
temperature taps, test connections, flow meters, sensors, switches, and transmitters on
insulated pipes, vessels, and equipment. Shape insulation at these connections by
tapering it to and around the connection with insulating cement and finish with
finishing cement, mastic, and flashing sealant.
D. Install removable insulation covers at locations indicated. Installation shall conform
to the following:
1. Make removable flange and union insulation from sectional pipe insulation of
same thickness as that on adjoining pipe. Install same insulation jacket as
adjoining pipe insulation.
2. When flange and union covers are made from sectional pipe insulation, extend
insulation from flanges or union long at least two times the insulation thickness
over adjacent pipe insulation on each side of flange or union. Secure flange cover
in place with stainless-steel or aluminum bands. Select band material compatible
with insulation and jacket.
3. Construct removable valve insulation covers in same manner as for flanges except
divide the two-part section on the vertical center line of valve body.
4. When covers are made from block insulation, make two halves, each consisting of
mitered blocks wired to stainless-steel fabric. Secure this wire frame, with its
attached insulation, to flanges with tie wire. Extend insulation at least 2 inches
over adjacent pipe insulation on each side of valve. Fill space between flange or
HVAC INSULATION
643

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


24 of 33

union cover and pipe insulation with insulating cement. Finish cover assembly
with insulating cement applied in two coats. After first coat is dry, apply and
trowel second coat to a smooth finish.
5. Unless a PVC jacket is indicated in field-applied jacket schedules, finish exposed
surfaces with a metal jacket.
3.7

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 Flanges:
1. Install pipe insulation to outer diameter of pipe flange.
2. Make width of insulation section same as overall width of flange and bolts, plus
twice the thickness of pipe insulation.
3. Fill voids between inner circumference of flange insulation and outer
circumference of adjacent straight pipe segments with cut sections of sheet
insulation of same thickness as pipe insulation.
4. Secure insulation to flanges and seal seams with manufacturer's recommended
adhesive to eliminate openings in insulation that allow passage of air to surface
being insulated.
C. Insulation Installation on Pipe Fittings and Elbows:
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.
D. Insulation Installation on Valves and Pipe Specialties:
1. Install preformed valve covers manufactured of same material as pipe insulation
when available.
2. When preformed valve covers are not available, install cut sections of pipe and
sheet insulation to valve body. Arrange insulation to permit access to packing and
to allow valve operation without disturbing insulation.

HVAC INSULATION
644

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


25 of 33

3. Install insulation to flanges as specified for flange insulation application.


4. Secure insulation to valves and specialties and seal seams with manufacturer's
recommended adhesive to eliminate openings in insulation that allow passage of
air to surface being insulated.
3.8

MINERAL-FIBER INSULATION INSTALLATION


A. Insulation Installation on Straight Pipes and Tubes:
1. Secure each layer of preformed pipe insulation to pipe with wire or bands and
tighten bands without deforming insulation materials.
2. Where vapor barriers are indicated, seal longitudinal seams, end joints, and
protrusions with vapor-barrier mastic and joint sealant.
3. For insulation with factory-applied jackets on above ambient surfaces, secure laps
with outward clinched staples at 6 inches o.c.
4. For insulation with factory-applied jackets on below ambient surfaces, do not
staple longitudinal tabs but secure tabs with additional adhesive as recommended
by insulation material manufacturer and seal with vapor-barrier mastic and
flashing sealant.
B. Insulation Installation on Pipe Flanges:
1. Install preformed pipe insulation to outer diameter of pipe flange.
2. Make width of insulation section same as overall width of flange and bolts, plus
twice the thickness of pipe insulation.
3. Fill voids between inner circumference of flange insulation and outer
circumference of adjacent straight pipe segments with mineral-fiber blanket
insulation.
4. Install jacket material with manufacturer's recommended adhesive, overlap seams
at least 1 inch, and seal joints with flashing sealant.
C. Insulation Installation on Pipe Fittings and Elbows:
1. Install preformed sections of same material as straight segments of pipe insulation
when available.

HVAC INSULATION
645

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


26 of 33

2. When preformed insulation elbows and fittings are not available, install mitered
sections of pipe insulation, to a thickness equal to adjoining pipe insulation.
Secure insulation materials with wire or bands.
D. Insulation Installation on Valves and Pipe Specialties:
1. Install preformed sections of same material as straight segments of pipe insulation
when available.
2. When preformed sections are not available, install mitered sections of pipe
insulation to valve body.
3. Arrange insulation to permit access to packing and to allow valve operation
without disturbing insulation.
4. Install insulation to flanges as specified for flange insulation application.
E. 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. Apply adhesive to entire circumference of ducts and to all surfaces of fittings and
transitions.
3. Install either capacitor-discharge-weld pins and speed washers or cupped-head,
capacitor-discharge-weld pins on sides and bottom of horizontal ducts and sides
of vertical ducts as follows:
a. On duct sides with dimensions 18 inches and smaller, place pins along
longitudinal centerline of duct. Space 3 inches maximum from insulation end
joints, and 16 inches o.c.
b. On duct sides with dimensions larger than 18 inches, place pins 16 inches o.c.
each way, and 3 inches maximum from insulation joints. Install additional
pins to hold insulation tightly against surface at cross bracing.
c. Pins may be omitted from top surface of horizontal, rectangular ducts and
plenums.
d. Do not overcompress insulation during installation.
e. Impale insulation over pins and attach speed washers.
f. Cut excess portion of pins extending beyond speed washers or bend parallel
with insulation surface. Cover exposed pins and washers with tape matching
insulation facing.
HVAC INSULATION
646

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


27 of 33

4. 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 1 edge and 1 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 factoryor 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.
b. Install vapor stops for ductwork and plenums operating below 50 deg F at 18foot intervals. Vapor stops shall consist of vapor-barrier mastic applied in a
Z-shaped pattern over insulation face, along butt end of insulation, and over
the surface. Cover insulation face and surface to be insulated a width equal to
2 times the insulation thickness but not less than 3 inches.
5. 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.
6. 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.
7. 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.
F. Board Insulation Installation on Ducts and Plenums:
insulation pins.

Secure with adhesive and

1. Apply adhesives according to manufacturer's recommended coverage rates per


unit area, for 100 percent coverage of duct and plenum surfaces.
2. Apply adhesive to entire circumference of ducts and to all surfaces of fittings and
transitions.
3. Install either capacitor-discharge-weld pins and speed washers or cupped-head,
capacitor-discharge-weld pins on sides and bottom of horizontal ducts and sides
of vertical ducts as follows:
a. On duct sides with dimensions 18 inches and smaller, place pins along
longitudinal centerline of duct. Space 3 inches maximum from insulation end
joints, and 16 inches o.c.
HVAC INSULATION
647

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


28 of 33

b. On duct sides with dimensions larger than 18 inches, space pins 16 inches o.c.
each way, and 3 inches maximum from insulation joints. Install additional
pins to hold insulation tightly against surface at cross bracing.
c. Pins may be omitted from top surface of horizontal, rectangular ducts and
plenums.
d. Do not overcompress insulation during installation.
e. Cut excess portion of pins extending beyond speed washers or bend parallel
with insulation surface. Cover exposed pins and washers with tape matching
insulation facing.
4. 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 1 edge and 1 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 factoryor 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.
b. Install vapor stops for ductwork and plenums operating below 50 deg. F at
18-foot intervals. Vapor stops shall consist of vapor-barrier mastic applied in
a Z-shaped pattern over insulation face, along butt end of insulation, and over
the surface. Cover insulation face and surface to be insulated a width equal to
2 times the insulation thickness but not less than 3 inches.
5. Install insulation on rectangular duct elbows and transitions with a full insulation
section for each surface. Groove and score insulation to fit as closely as possible
to outside and inside radius of elbows. Install insulation on round and flat-oval
duct elbows with individually mitered gores cut to fit the elbow.
6. 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.
3.9

FINISHES
A. Duct, Equipment, and Pipe Insulation with ASJ, or Other Paintable Jacket Material:
Paint jacket with paint system identified below and as specified in painting Sections.
1. Flat Acrylic Finish: Two finish coats over a primer that is compatible with jacket
material and finish coat paint. Add fungicidal agent to render fabric mildew
proof.

HVAC INSULATION
648

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


29 of 33

a. Finish Coat Material: Interior, flat, latex-emulsion size.


B. Flexible Elastomeric Thermal Insulation: After adhesive has fully cured, apply two
coats of insulation manufacturer's recommended protective coating.
C. Color: Final color as selected by Engineer. Vary first and second coats to allow
visual inspection of the completed Work.
D. Do not field paint aluminum or stainless-steel jackets.
3.10 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. Inspect ductwork, randomly selected by Engineer, 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.
2. Inspect field-insulated equipment, randomly selected by Engineer, by removing
field-applied jacket and insulation in layers in reverse order of their installation.
3. Extent of inspection shall be limited to one location for each type of equipment
defined in the "Equipment Insulation Schedule" Article. For large equipment,
remove only a portion adequate to determine compliance.
4. Inspect pipe, fittings, strainers, and valves, randomly selected by Engineer, by
removing field-applied jacket and insulation in layers in reverse order of their
installation. Extent of inspection shall be limited to one location of straight pipe,
one location of threaded fittings, one location of welded fittings, one location of
threaded strainers, one location of welded strainers, one location of threaded
valves, and one location of flanged valves for each pipe service defined in the
"Piping Insulation Schedule, General" Article.
D. All insulation applications will be considered defective Work if sample inspection
reveals noncompliance with requirements.

HVAC INSULATION
649

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


30 of 33

3.11 DUCT INSULATION SCHEDULE, GENERAL


A. Plenums and Ducts Requiring Insulation:
1. Indoor, concealed supply and outdoor air.
2. Indoor, exposed supply and outdoor air.
3. Indoor, concealed return located in nonconditioned space.
4. Indoor, exposed return located in nonconditioned space.
5. Indoor, concealed exhaust between isolation damper and penetration of building
exterior.
6. Indoor, exposed exhaust between isolation damper and penetration of building
exterior.
7. Outdoor, concealed supply and return.
8. Outdoor, exposed supply and return.
B. Items Not Insulated:
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.
3.12 INDOOR DUCT AND PLENUM INSULATION SCHEDULE
A. Concealed and exposed, round and flat-oval, supply, return, outdoor, and exhaust-air
duct insulation shall be the following:
1. Mineral-Fiber Blanket: 1-1/2 inches thick and 3-lb/cu. ft. nominal density.
HVAC INSULATION
650

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


31 of 33

B. Concealed and exposed, rectangular, supply, return, outdoor, and exhaust-air duct
insulation shall be the following:
1. Mineral-Fiber Blanket: 1-1/2 inches thick and 3-lb/cu. ft. nominal density.
2. Mineral-Fiber Board: 1-1/2 inches thick and 3-lb/cu. ft. nominal density.
C. Concealed and exposed, supply, return, outdoor, and exhaust-air plenum insulation
shall be the following:
1. Mineral-Fiber Blanket: 1-1/2 inches thick and 3-lb/cu. ft. nominal density.
2. Mineral-Fiber Board: 1-1/2 inches thick and 3-lb/cu. ft. nominal density.
3.13 PIPING INSULATION SCHEDULE, GENERAL
A. Acceptable preformed pipe and tubular insulation materials and thicknesses are
identified for each piping system and pipe size range. If more than one material is
listed for a piping system, selection from materials listed is Contractor's option.
B. Items Not Insulated: Unless otherwise indicated, do not install insulation on the
following:
1. Drainage piping located in crawl spaces.
2. Underground piping.
3. Chrome-plated pipes and fittings unless there is a potential for personnel injury.
3.14 INDOOR PIPING INSULATION SCHEDULE
A. Condensate and Equipment Drain Water below 60 Deg F:
1. All Pipe Sizes: Insulation shall be one of the following:
a. Flexible Elastomeric: 3/4 inch thick.
b. Mineral-Fiber, Preformed Pipe Insulation, Type I: 1 inch thick.
B. Refrigerant Suction and Hot-Gas Piping:
1. All Pipe Sizes: Insulation shall be the following:
a. Flexible Elastomeric: 1 inch thick.
HVAC INSULATION
651

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


32 of 33

C. Heating Water:
1. Mineral-Fiber: 1-1/2 inches thick.
3.15 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. If more than one material is listed, selection from materials listed is Contractor's
option.
C. Ducts and Plenums, Concealed:
1. None.
D. Ducts and Plenums, Exposed:
1. Aluminum, Smooth 0.024 inch thick for all exposed ducts below 6 feet above
finished floor.
E. Equipment, Concealed:
1. None.
F. Equipment, Exposed, up to 48 Inches in Diameter or with Flat Surfaces up to 72
Inches:
1. PVC 30 mils thick in mechanical room.
G. Equipment, Exposed, Larger Than 48 Inches in Diameter or with Flat Surfaces Larger
Than 72 Inches:
1. Aluminum, Smooth with 1-1/4-Inch- Deep Corrugations 2-1/2-Inch- Deep
Corrugations: 0.032 inch thick in mechanical room.
H. Piping, Concealed:
1. None.

HVAC INSULATION
652

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


33 of 33

I. Piping, Exposed:
1. PVC: 20 mils thick in mechanical rooms.
PART 4 - MEASUREMENTS AND PAYMENT
4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective
item as described herein and shown below. This price shall be full compensation for
all work contained in the bid item as described herein and required by the related
Special Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to
complete the Work in every respect, including furnishing all materials, installation,
testing, placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional
requirements.
END OF SPECIAL PROVISION 230700

HVAC INSULATION
653

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 27

CATEGORY 800
BUILDINGS
SECTION 230900 - INSTRUMENTATION AND CONTROL FOR HVAC
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions,
Special Provisions, General Provisions, and Terms and Conditions, apply to this
Section.

1.2

SUMMARY
A. This Special Provision Section includes control equipment for HVAC systems and
components, including control components for terminal heating and cooling units not
supplied with factory-wired controls.
B. Related Special Provision Sections include the following:
1. Special Provision 230519 "Meters and Gages for HVAC Piping" for measuring
equipment that relates to this Section.

1.3

DEFINITIONS
A. DDC: Direct digital control.
B. I/O: Input/output.
C. LonWorks: A control network technology platform for designing and implementing
interoperable control devices and networks.
D. MS/TP: Master slave/token passing.
E. PC: Personal computer.
F. PID: Proportional plus integral plus derivative.
G. RTD: Resistance temperature detector.

INSTRUMENTATION AND CONTROLS FOR HVAC


654

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

1.4

Contract No. BB-2829-000-006


2 of 27

SYSTEM PERFORMANCE
A. Building has existing facility management system; Niagara with LonWorks. All new
equipment controllers shall be compatible with Niagara.

1.5

SEQUENCE OF OPERATION: Refer to Controls Drawings.

1.6

SUBMITTALS
A. Product Data: Include manufacturer's technical literature for each control device.
Indicate dimensions, capacities, performance characteristics, electrical characteristics,
finishes for materials, and installation and startup instructions for each type of
product indicated.
1. DDC System Hardware: Bill of materials of equipment indicating quantity,
manufacturer, and model number. Include technical data for operator workstation
equipment, interface equipment, control units, transducers/transmitters, sensors,
actuators, valves, relays/switches, control panels, and operator interface
equipment.
2. Control System Software: Include technical data for operating system software,
operator interface, color graphics, and other third-party applications.
3. Controlled Systems: Instrumentation list with element name, type of device,
manufacturer, model number, and product data. Include written description of
sequence of operation including schematic diagram.
B. Shop Drawings: Detail equipment assemblies and indicate dimensions, weights,
loads, required clearances, method of field assembly, components, and location and
size of each field connection.
1. Bill of materials of equipment indicating quantity, manufacturer, and model
number.
2. Schematic flow diagrams showing fans, pumps, coils, dampers, valves, and
control devices.
3. Wiring Diagrams: Power, signal, and control wiring.
4. Details of control panel faces, including controls, instruments, and labeling.

INSTRUMENTATION AND CONTROLS FOR HVAC


655

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


3 of 27

5. Written description of sequence of operation.


6. Schedule of dampers including size, leakage, and flow characteristics.
7. Schedule of valves including flow characteristics.
8. DDC System Hardware:
a. Wiring diagrams for control units with termination numbers.
b. Schematic diagrams and floor plans for field sensors and control hardware.
c. Schematic diagrams for control, communication, and power wiring, showing
trunk data conductors and wiring between operator workstation and control
unit locations.
9. Controlled Systems:
a. Schematic diagrams of each controlled system with control points labeled and
control elements graphically shown, with wiring.
b. Scaled drawings showing mounting, routing, and wiring of elements including
bases and special construction.
c. Written description of sequence of operation including schematic diagram.
d. Points list.
C. Data Communications Protocol Certificates: Certify that each proposed DDC system
component complies with ASHRAE 135.
D. Software and Firmware Operational Documentation: Include the following:
1. Software operating and upgrade manuals.
2. Program Software Backup: On a magnetic media or compact disc, complete with
data files.
3. Device address list.
4. Printout of software application and graphic screens.
5. Software license required by and installed for DDC workstations and control
systems.
E. Software Upgrade Kit: For Owner to use in modifying software to suit future systems
revisions or monitoring and control revisions.
F. Qualification Data: For Installer and manufacturer.
INSTRUMENTATION AND CONTROLS FOR HVAC
656

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


4 of 27

G. Field quality-control test reports.


H. Operation and Maintenance Data: For HVAC instrumentation and control system to
include in emergency, operation, and maintenance manuals. In addition to items
specified in Special Provision 017823 "Operation and Maintenance Data," include
the following:
1. Maintenance instructions and lists of spare parts for each type of control device
and compressed-air station.
2. Interconnection wiring diagrams with identified and numbered system
components and devices.
3. Keyboard illustrations and step-by-step procedures indexed for each operator
function.
4. Inspection period, cleaning methods, cleaning materials recommended, and
calibration tolerances.
5. Calibration records and list of set points.
1.7

QUALITY ASSURANCE
A. Installer Qualifications:
Automatic control system manufacturer's authorized
representative who is trained and approved for installation of system components
required for this Project.
B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in
NFPA 70, Article 100, by a testing agency acceptable to authorities having
jurisdiction, and marked for intended use.
C. Comply with ASHRAE 135 for DDC system components.

1.8

DELIVERY, STORAGE, AND HANDLING


A. Factory-Mounted Components: Where control devices specified in this Section are
indicated to be factory mounted on equipment, arrange for shipping of control devices
to equipment manufacturer.
B. System Software: Update to latest version of software at Project completion.

INSTRUMENTATION AND CONTROLS FOR HVAC


657

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

1.9

Contract No. BB-2829-000-006


5 of 27

COORDINATION
A. Coordinate location of thermostats, humidistats, and other exposed control sensors
with plans and room details before installation.
B. Coordinate supply of conditioned electrical branch circuits for control units and
operator workstation.
C. Variable Air Volume (VAV) terminal units shall be shipped to the controls
manufacturer and provided with factory-mounted controls. Refer to section 233600
"Air Terminal Units".

PART 2 - PRODUCTS
2.1

MANUFACTURERS
A. In other Part 2 articles where titles below introduce lists, the following requirements
apply to 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, manufacturers specified.

2.2

CONTROL SYSTEM
A. Control system shall be Open Protocol and be compatible / seamlessly integrate with
existing Niagara system.
B. Manufacturers:
1. Honeywell International Inc.; Home & Building Control, Niagara System.
C. Control system shall consist of sensors, indicators, actuators, final control elements,
interface equipment, other apparatus, accessories, and software connected to
distributed controllers operating in multiuser, multitasking environment on tokenpassing network and programmed to control mechanical systems. An operator
workstation permits interface with the network via dynamic color graphics with each

INSTRUMENTATION AND CONTROLS FOR HVAC


658

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


6 of 27

mechanical system, building floor plan, and control device depicted by point-andclick graphics.
D. Local Area Network:
1. Workstation/DDC Panel Support: Operator workstations and DDC panels shall
directly reside on a local area network such that communications may be executed
directly between controllers, directly between workstations, and between
controllers and workstations on a peer-to-peer basis. Controls shall be web based
control system.
2. Dynamic Data Access: All operator devices, either network resident or connected
via dial-up modems, shall have the ability to access all point status and
application report data, or execute control functions for any and all other devices
via the local area network. Access to data shall be based upon logical
identification of building equipment. Access to system data shall not be restricted
by the hardware configuration of the facility management system. The hardware
configuration of the FMS network shall be transparent to the user when accessing
data or developing control programs.
3. General Network Design: Network design shall include the following provisions:
a. High speed data transfer rates for alarm reporting, quick report generation
from multiple controllers, and upload/download efficiency between network
devices. The minimum baud rate shall be 1 Megabaud.
b. Support of any combination of controllers and Operator Workstations directly
connected to the local area network.
c. Detection and accommodation of single or multiple failures of either
workstations, DDC panels or the network media. The network shall include
provisions for automatically re-configuring itself to allow all operational
equipment to perform their designated functions as effectively as possible in
the event of single or multiple failures.
d. Message and alarm buffering to prevent information from being lost.
e. Error detection, correction, and retransmission to guarantee data integrity.
f. Default device definition to prevent loss of alarms or data, and ensure alarms
are reported as quickly as possible in the event an operator device does not
respond.
2.3

DDC EQUIPMENT
A. I/O Interface: Hardwired inputs and outputs may tie into system through controllers.
Protect points so that shorting will cause no damage to controllers.

INSTRUMENTATION AND CONTROLS FOR HVAC


659

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


7 of 27

1. Binary Inputs: Allow monitoring of on-off signals without external power.


2. Pulse Accumulation Inputs: Accept up to 10 pulses per second.
3. Analog Inputs: Allow monitoring of low-voltage (0- to 10-V dc), current (4 to 20
mA), or resistance signals.
4. Binary Outputs: Provide on-off or pulsed low-voltage signal, selectable for
normally open or normally closed operation with three-position (on-off-auto)
override switches and status lights.
5. Analog Outputs: Provide modulating signal, either low voltage (0- to 10-V dc) or
current (4 to 20 mA) with status lights, two-position (auto-manual) switch, and
manually adjustable potentiometer.
6. Tri-State Outputs: Provide two coordinated binary outputs for control of threepoint, floating-type electronic actuators.
7. Universal I/Os: Provide software selectable binary or analog outputs.
B. Power Supplies: Transformers with Class 2 current-limiting type or overcurrent
protection; limit connected loads to 80 percent of rated capacity. DC power supply
shall match output current and voltage requirements and be full-wave rectifier type
with the following:
1. Output ripple of 5.0 mV maximum peak to peak.
2. Combined 1 percent line and load regulation with 100-mic.sec. response time for
50 percent load changes.
3. Built-in overvoltage and overcurrent protection and be able to withstand 150
percent overload for at least 3 seconds without failure.
C. Power Line Filtering: Internal or external transient voltage and surge suppression for
workstations or controllers with the following:
1. Minimum dielectric strength of 1000 V.
2. Maximum response time of 10 nanoseconds.
3. Minimum transverse-mode noise attenuation of 65 dB.
4. Minimum common-mode noise attenuation of 150 dB at 40 to 100 Hz.
INSTRUMENTATION AND CONTROLS FOR HVAC
660

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

2.4

Contract No. BB-2829-000-006


8 of 27

UNITARY CONTROLLERS
A. Unitized, capable of stand-alone operation with sufficient memory to support its
operating system, database, and programming requirements, and with sufficient I/O
capacity for the application.
1. Configuration:
Local keypad and display; diagnostic LEDs for power,
communication, and processor; wiring termination to terminal strip or card
connected with ribbon cable; memory with bios; and 72-hour battery backup.
2. Operating System: Manage I/O communication to allow distributed controllers to
share real and virtual object information and allow central monitoring and alarms.
Perform scheduling with real-time clock. Perform automatic system diagnostics;
monitor system and report failures.
3. ASHRAE 135 Compliance: Communicate using read (execute and initiate) and
write (execute and initiate) property services defined in ASHRAE 135. Reside on
network using MS/TP datalink/physical layer protocol and have service
communication port for connection to diagnostic terminal unit.
4. Enclosure: Dustproof rated for operation at 32 to 120 deg. F.
5. Enclosure: Waterproof rated for operation at 40 to 150 deg. F.

2.5

SYSTEM SOFTWARE FEATURES


A. General
1. All necessary software to form a complete operating system as described in this
specification shall be provided. Provide a color graphic floor plan for all floors to
show the on/off status of lighting zones.
2. The software programs specified in this section shall be provided as an integral
part of the DDC panel and shall not be dependent upon any higher level computer
for execution.
B. Graphics Display: Color graphic floor plan displays and system schematic for each
piece of mechanical equipment shown on plans shall be provided. Provide a color
graphic floor plan for all floors to show the on/off status of lighting zones.

INSTRUMENTATION AND CONTROLS FOR HVAC


661

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


9 of 27

C. Energy Management Applications: DDC Panels shall have the ability to perform any
or all of the following energy management routines:
1. Time of Day Scheduling
2. Calendar Based Scheduling
3. Holiday Scheduling
4. Temporary Schedule Overrides
5. Optimal Start
6. Optimal Stop
7. Night Setback Control
8. Enthalpy Switch Over (Economizer)
9. Peak Demand Limiting
10. Temperature Compensated Load Rolling
11. Heating/Cooling Interlock
12. All programs shall be executed automatically without the need for operator
intervention, and shall be flexible enough to allow operator customization.
D. Custom Process Programming Capability: DDC panels shall be able to execute
custom, job-specific processes defined by the operator, to automatically perform
calculations and special control routines.
1. Process Inputs and Variables: It shall be possible to use any of the following in a
custom process:
a. Any system-measured point data or status.
b. Any calculated data.
c. Any results from other processes.
d. User-Defined Constants.
e. Arithmetic functions (+, -, *, / square root, exponential, etc.).
f. Boolean logic operators (and, or, exclusive or, etc.).
g. On-delay/Off-delay/One-shot timers.

INSTRUMENTATION AND CONTROLS FOR HVAC


662

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


10 of 27

2. Process Triggers: Custom processes may be triggered based on any combination


of the following:
a. Time interval.
b. Time of day.
c. Date.
d. Other processes.
e. Time programming.
f. Events (e.g., point alarms).
3. Dynamic Data Access: A single process shall be able to incorporate measured or
calculated data from any and all other DDC panels on the local area network. In
addition, a single process shall be able to issue commands to points in any and all
other DDC panels on the local area network.
4. Advisory/Message Generation: Processes shall be able to generate operator
messages and advisories to operator I/O devices. A process shall be able to
directly send a message to a specified device, buffer the information in a followup file, or cause the execution of a dial-up connection to a remote device such as a
printer.
5. Custom Process Documentation: The custom control programming feature shall
be self-documenting. All interrelationships defined by this feature shall be
documented via graphical flowcharts and English language descriptors.
E. Alarm Management: Alarm management shall be provided to monitor, buffer, and
direct alarm reports to operator devices and memory files. Each DDC panel shall
perform distributed, independent alarm analysis and filtering to minimize operator
interruptions due to non-critical alarms, minimize network traffic, and prevent alarms
from being lost. At no time shall the DDC panel's ability to report alarms be affected
by either operator activity at a PC Workstation or local I/O device, or
communications with other panels on the network.
1. Point Change Report Description: All alarm or point change reports shall include
the point's English language description, and the time and date of occurrence.
2. Prioritization: The user shall be able to define the specific system reaction for
each point. Alarms shall be prioritized to minimize nuisance reporting and to
speed operator response to critical alarms. A minimum of three priority levels
shall be provided. Each DDC panel shall automatically inhibit the reporting of
selected alarms during system shutdown and start-up. Users shall have the ability
to manually inhibit alarm reporting for each point. The user shall also be able to
INSTRUMENTATION AND CONTROLS FOR HVAC
663

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


11 of 27

define under which conditions point changes need to be acknowledged by an


operator, and/or sent to follow-up files for retrieval and analysis at a later date.
F. Historical Data and Trend Analysis: A variety of Historical data collection utilities
shall be provided to automatically sample, store, and display system data in all of the
following ways:
a. Continuous Point Histories: Standalone DDC panels shall store Point History
Files for all analog and binary inputs and outputs. The Point History routine
shall continuously and automatically sample the value of all analog inputs at
half hour intervals. Samples for all points shall be stored for the past 24 hours
to allow the user to immediately analyze equipment performance and all
problem-related events for the past day. Point History Files for binary input
or output points and analog output points shall include a continuous record of
the last ten status changes or commands for each point.
2. Data Storage and Archiving: Trend data shall be stored at the Standalone DDC
panels, and uploaded to hard disk storage when archival is desired. Uploads shall
occur based upon either user-defined interval, manual command, or when the
trend buffers become full. All trend data shall be available in disk file format
compatible with Third Party personal computer applications.
2.6

ELECTRONIC SENSORS
A. Description: Vibration and corrosion resistant; for wall, immersion, or duct mounting
as required.
B. Thermistor Temperature Sensors and Transmitters:
1. Manufacturers:
a. BEC Controls Corporation.
b. Ebtron, Inc.
c. Heat-Timer Corporation.
d. I.T.M. Instruments Inc.
e. MAMAC Systems, Inc.
f. RDF Corporation.
2. Accuracy: Plus or minus 0.5 deg. F at calibration point.
3. Wire: Twisted, shielded-pair cable.

INSTRUMENTATION AND CONTROLS FOR HVAC


664

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


12 of 27

4. Insertion Elements in Ducts: Single point, 8 inches long; use where not affected
by temperature stratification or where ducts are smaller than 9 sq. ft.
5. Averaging Elements in Ducts: 36 inches long, flexible or 18 inches long, rigid;
use where prone to temperature stratification or where ducts are larger than 10 sq.
ft.
6. Insertion Elements for Liquids: Brass or stainless-steel socket with minimum
insertion length of 2-1/2 inches.
7. Room Sensor Cover Construction: Manufacturer's standard locking covers.
a. Set-Point Adjustment: Concealed.
b. Set-Point Indication: Concealed.
c. Thermometer: Concealed.
d. Orientation: Vertical.
8. Outside-Air Sensors: Watertight inlet fitting, shielded from direct sunlight.
9. Room Security Sensors:
security screws.

Stainless-steel cover plate with insulated back and

C. RTDs and Transmitters:


1. Manufacturers:
a. BEC Controls Corporation.
b. MAMAC Systems, Inc.
c. RDF Corporation.
2. Accuracy: Plus or minus 0.2 percent at calibration point.
3. Wire: Twisted, shielded-pair cable.
4. Insertion Elements in Ducts: Single point, 8 inches long; use where not affected
by temperature stratification or where ducts are smaller than 9 sq. ft.
5. Averaging Elements in Ducts: 24 inches long, rigid or 24 feet long, flexible; use
where prone to temperature stratification or where ducts are larger than 9 sq. ft.;
length as required.
6. Insertion Elements for Liquids: Brass socket with minimum insertion length of 21/2 inches.

INSTRUMENTATION AND CONTROLS FOR HVAC


665

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


13 of 27

7. Room Sensor Cover Construction: Manufacturer's standard locking covers.


a. Set-Point Adjustment: Concealed.
b. Set-Point Indication: Concealed.
c. Thermometer: Concealed.
d. Orientation: Vertical.
8. Outside-Air Sensors: Watertight inlet fitting, shielded from direct sunlight.
9. Room Security Sensors:
security screws.

Stainless-steel cover plate with insulated back and

D. Humidity Sensors: Bulk polymer sensor element.


1. Manufacturers:
a. BEC Controls Corporation.
b. General Eastern Instruments.
c. MAMAC Systems, Inc.
d. ROTRONIC Instrument Corp.
e. TCS/Basys Controls.
f. Vaisala.
2. Accuracy: 5 percent full range with linear output.
3. Room Sensor Range: 20 to 80 percent relative humidity.
4. Room Sensor Cover Construction: Manufacturer's standard locking covers.
a. Set-Point Adjustment: Concealed.
b. Set-Point Indication: Concealed.
c. Thermometer: Concealed.
d. Orientation: Vertical.
5. Duct Sensor: 20 to 80 percent relative humidity range with element guard and
mounting plate.
6. Outside-Air Sensor: 20 to 80 percent relative humidity range with mounting
enclosure, suitable for operation at outdoor temperatures of 32 to 120 deg F.
7. Duct and Sensors: With element guard and mounting plate, range of 0 to 100
percent relative humidity.
E. Pressure Transmitters/Transducers:
1. Manufacturers:
INSTRUMENTATION AND CONTROLS FOR HVAC
666

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS
a.
b.
c.
d.
e.
f.

Contract No. BB-2829-000-006


14 of 27

BEC Controls Corporation.


General Eastern Instruments.
MAMAC Systems, Inc.
ROTRONIC Instrument Corp.
TCS/Basys Controls.
Vaisala.

2. Static-Pressure Transmitter: Nondirectional sensor with suitable range for


expected input, and temperature compensated.
a. Accuracy: 2 percent of full scale with repeatability of 0.5 percent.
b. Output: 4 to 20 mA.
c. Building Static-Pressure Range: 0- to 0.25-inch wg.
d. Duct Static-Pressure Range: 0- to 5-inch wg.
3. Water Pressure Transducers: Stainless-steel diaphragm construction, suitable for
service; minimum 150-psig operating pressure; linear output 4 to 20 mA.
4. Water Differential-Pressure Transducers: Stainless-steel diaphragm construction,
suitable for service; minimum 150-psig operating pressure and tested to 300-psig;
linear output 4 to 20 mA.
5. Differential-Pressure Switch (Air or Water): Snap acting, with pilot-duty rating
and with suitable scale range and differential.
6. Pressure Transmitters: Direct acting for gas, liquid, or steam service; range
suitable for system; linear output 4 to 20 mA.
F. Room Sensor Cover Construction: Manufacturer's standard locking covers.
1. Set-Point Adjustment: Concealed.
2. Set-Point Indication: Concealed.
3. Thermometer: Concealed.
4. Orientation: Vertical.
G. Room sensor accessories include the following:
1. Insulating Bases: For sensors located on exterior walls.
2. Guards: Locking; heavy-duty, transparent plastic; mounted on separate base.
3. Adjusting Key: As required for calibration and cover screws.
INSTRUMENTATION AND CONTROLS FOR HVAC
667

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

2.7

Contract No. BB-2829-000-006


15 of 27

STATUS SENSORS
A. Status Inputs for Fans: Differential-pressure switch with pilot-duty rating and with
adjustable range of 0- to 5-inch wg.
B. Status Inputs for Pumps: Differential-pressure switch with pilot-duty rating and with
adjustable pressure-differential range of 8 to 60 psig, piped across pump.
C. Status Inputs for Electric Motors: Comply with ISA 50.00.01, current-sensing fixedor split-core transformers with self-powered transmitter, adjustable and suitable for
175 percent of rated motor current.
D. Voltage Transmitter (100- to 600-V ac): Comply with ISA 50.00.01, single-loop,
self-powered transmitter, adjustable, with suitable range and 1 percent full-scale
accuracy.
E. Power Monitor: 3-phase type with disconnect/shorting switch assembly, listed
voltage and current transformers, with pulse kilowatt hour output and 4- to 20-mA
kW output, with maximum 2 percent error at 1.0 power factor and 2.5 percent error at
0.5 power factor.
F. Current Switches: Self-powered, solid-state with adjustable trip current, selected to
match current and system output requirements.
G. Electronic Valve/Damper Position Indicator: Visual scale indicating percent of travel
and 2- to 10-V dc, feedback signal.

2.8

THERMOSTATS
A. Manufacturers:
1. Erie Controls.
2. Danfoss Inc.; Air-Conditioning and Refrigeration Div.
3. Heat-Timer Corporation.
4. Sauter Controls Corporation.
5. Tekmar Control Systems, Inc.

INSTRUMENTATION AND CONTROLS FOR HVAC


668

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


16 of 27

6. Theben AG - Lumilite Control Technology, Inc.


B. Combination Thermostat and Fan Switches:
button or lever-operated fan switch.

Line-voltage thermostat with push-

1. Label switches "FAN HIGH-LOW-OFF".


2. Mount on single electric switch box.
C. Electric, solid-state, microcomputer-based room thermostat with remote sensor.
1. Automatic switching from heating to cooling.
2. Preferential rate control to minimize overshoot and deviation from set point.
3. Set up for four separate temperatures per day.
4. Instant override of set point for continuous or timed period from 1 hour to 31
days.
5. Short-cycle protection.
6. Programming based on every day of week.
7. Selection features include degree F or degree C display, 12- or 24-hour clock,
keyboard disable, remote sensor, and fan on-auto.
8. Battery replacement without program loss.
9. Thermostat display features include the following:
a. Time of day.
b. Actual room temperature.
c. Programmed temperature.
d. Programmed time.
e. Duration of timed override.
f. Day of week.
g. System mode indications include "heating," "off," "fan auto," and "fan on."
D. Low-Voltage, On-Off Thermostats: NEMA DC 3, 24-V, bimetal-operated, mercuryswitch type, with adjustable or fixed anticipation heater, concealed set-point
adjustment, 55 to 85 deg. F set-point range, and 2 deg. F maximum differential.

INSTRUMENTATION AND CONTROLS FOR HVAC


669

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


17 of 27

E. Line-Voltage, On-Off Thermostats: Bimetal-actuated, open contact or bellowsactuated, enclosed, snap-switch or equivalent solid-state type, with heat anticipator;
listed for electrical rating; with concealed set-point adjustment, 55 to 85 deg. F setpoint range, and 2 deg. F maximum differential.
1. Electric Heating Thermostats: Equip with off position on dial wired to break
ungrounded conductors.
2. Selector Switch: Integral, manual on-off-auto.
F. Remote-Bulb Thermostats: On-off or modulating type, liquid filled to compensate
for changes in ambient temperature; with copper capillary and bulb, unless otherwise
indicated.
1. Bulbs in water lines with separate wells of same material as bulb.
2. Bulbs in air ducts with flanges and shields.
3. Averaging Elements: Copper tubing with either single- or multiple-unit elements,
extended to cover full width of duct or unit; adequately supported.
4. Scale settings and differential settings are clearly visible and adjustable from front
of instrument.
5. On-Off Thermostat: With precision snap switches and with electrical ratings
required by application.
6. Modulating Thermostats: Construct so complete potentiometer coil and wiper
assembly is removable for inspection or replacement without disturbing
calibration of instrument.
G. Immersion Thermostat: Remote-bulb or bimetal rod-and-tube type, proportioning
action with adjustable throttling range and adjustable set point.
H. Airstream Thermostats: Two-pipe, fully proportional, single-temperature type; with
adjustable set point in middle of range, adjustable throttling range, plug-in test fitting
or permanent pressure gage, remote bulb, bimetal rod and tube, or averaging element.
I. Electric, Low-Limit Duct Thermostat: Snap-acting, single-pole, single-throw,
manual-reset switch that trips if temperature sensed across any 12 inches of bulb
length is equal to or below set point.
1. Bulb Length: Minimum 20 feet.
INSTRUMENTATION AND CONTROLS FOR HVAC
670

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


18 of 27

2. Quantity: One thermostat for every 20 sq. ft. of coil surface.


J. Electric, High-Limit Duct Thermostat: Snap-acting, single-pole, single-throw,
manual-reset switch that trips if temperature sensed across any 12 inches of bulb
length is equal to or above set point.
1. Bulb Length: Minimum 20 feet.
2. Quantity: One thermostat for every 20 sq. ft. of coil surface.
2.9

ACTUATORS
A. Electric Motors: Size to operate with sufficient reserve power to provide smooth
modulating action or two-position action.
1. Comply with requirements in Special Provision 230513 "Common Motor
Requirements for HVAC."
2. Permanent Split-Capacitor or Shaded-Pole Type: Gear trains completely oil
immersed and sealed. Equip spring-return motors with integral spiral-spring
mechanism in housings designed for easy removal for service or adjustment of
limit switches, auxiliary switches, or feedback potentiometer.
3. Nonspring-Return Motors for Valves Larger Than NPS 2-1/2: Size for running
torque of 150 in. x lbf and breakaway torque of 300 in. x lbf.
4. Spring-Return Motors for Valves Larger Than NPS 2-1/2: Size for running and
breakaway torque of 150 in. x lbf.
5. Nonspring-Return Motors for Dampers Larger Than 25 Sq. Ft.: Size for running
torque of 150 in. x lbf. and breakaway torque of 300 in. x lbf.
6. Spring-Return Motors for Dampers Larger Than 25 Sq. Ft.: Size for running and
breakaway torque of 150 in. x lbf.
B. Electronic Actuators: Direct-coupled type designed for minimum 60,000 full-stroke
cycles at rated torque.
1. Manufacturers:
a. Belimo Aircontrols (USA), Inc.

INSTRUMENTATION AND CONTROLS FOR HVAC


671

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


19 of 27

2. Valves: Size for torque required for valve close off at maximum pump
differential pressure.
3. Dampers: Size for running torque calculated as follows:
a. Parallel-Blade Damper with Edge Seals: 7 inch-lb./sq. ft. of damper.
b. Opposed-Blade Damper with Edge Seals: 5 inch-lb./sq. ft. of damper.
c. Parallel-Blade Damper without Edge Seals: 4 inch-lb./sq. ft. of damper.
d. Opposed-Blade Damper without Edge Seals: 3 inch-lb./sq. ft. of damper.
e. Dampers with 2- to 3-Inch wg. of Pressure Drop or Face Velocities of 1000 to
2500 fpm: Increase running torque by 1.5.
f. Dampers with 3- to 4-Inch wg. of Pressure Drop or Face Velocities of 2500 to
3000 fpm: Increase running torque by 2.0.
4. Coupling: V-bolt and V-shaped, toothed cradle.
5. Overload Protection: Electronic overload or digital rotation-sensing circuitry.
6. Fail-Safe Operation: Mechanical, spring-return mechanism. Provide external,
manual gear release on nonspring-return actuators.
7. Power Requirements (Two-Position Spring Return): 24 or 120-V ac.
8. Power Requirements (Modulating): Maximum 10 VA at 24-V ac or 8 W at 24-V
dc.
9. Proportional Signal: 2- to 10-V dc or 4 to 20 mA, and 2- to 10-V dc position
feedback signal.
10. Temperature Rating: Minus 22 to plus 122 deg. F.
11. Temperature Rating (Smoke Dampers): Minus 22 to plus 250 deg. F.
12. Run Time: 30 seconds.
2.10 CONTROL VALVES
A. Manufacturers:
1. Danfoss Inc.; Air Conditioning & Refrigeration Div.
2. Erie Controls.
INSTRUMENTATION AND CONTROLS FOR HVAC
672

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


20 of 27

3. Hayward Industrial Products, Inc.


4. Magnatrol Valve Corporation.
5. Neles-Jamesbury.
6. Parker Hannifin Corporation; Skinner Valve Division.
7. Pneuline Controls.
8. Sauter Controls Corporation.
B. Control Valves: Factory fabricated, of type, body material, and pressure class based
on maximum pressure and temperature rating of piping system, unless otherwise
indicated.
C. Hydronic system globe valves shall have the following characteristics:
1. NPS 2 and Smaller: Class 125 bronze body, bronze trim, rising stem, renewable
composition disc, and screwed ends with backseating capacity repackable under
pressure.
2. NPS 2-1/2 and Larger: Class 125 iron body, bronze trim, rising stem, plug-type
disc, flanged ends, and renewable seat and disc.
3. Internal Construction: Replaceable plugs and stainless-steel or brass seats.
a. Single-Seated Valves: Cage trim provides seating and guiding surfaces for
plug on top and bottom.
b. Double-Seated Valves: Balanced plug; cage trim provides seating and
guiding surfaces for plugs on top and bottom.
4. Sizing: 3-psig maximum pressure drop at design flow rate or the following:
a. Two Position: Line size.
b. Two-Way Modulating: Either the value specified above or twice the load
pressure drop, whichever is more.
c. Three-Way Modulating: Twice the load pressure drop, but not more than
value specified above.
5. Flow Characteristics:
Two-way valves shall have equal
characteristics; three-way valves shall have linear characteristics.

INSTRUMENTATION AND CONTROLS FOR HVAC


673

percentage

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


21 of 27

6. Close-Off (Differential) Pressure Rating: Combination of actuator and trim shall


provide minimum close-off pressure rating of 150 percent of total system (pump)
head for two-way valves and 100 percent of pressure differential across valve or
100 percent of total system (pump) head.
2.11 DAMPERS
A. Manufacturers:
1. Air Balance Inc.
2. Don Park Inc.; Autodamp Div.
3. TAMCO (T. A. Morrison & Co. Inc.).
4. United Enertech Corp.
5. Vent Products Company, Inc.
B. Dampers:
AMCA-rated, opposed-blade design; 0.108-inch- minimum thick,
galvanized-steel or 0.125-inch- minimum thick, extruded-aluminum frames with
holes for duct mounting; damper blades shall not be less than 0.064-inch- thick
galvanized steel with maximum blade width of 8 inches and length of 48 inches.
1. Secure blades to 1/2-inch- diameter, zinc-plated axles using zinc-plated hardware,
with nylon blade bearings, blade-linkage hardware of zinc-plated steel and brass,
ends sealed against spring-stainless-steel blade bearings, and thrust bearings at
each end of every blade.
2. Operating Temperature Range: From minus 40 to plus 200 deg. F.
3. Edge Seals, Standard Pressure Applications: Closed-cell neoprene.
4. Edge Seals, Low-Leakage Applications: Use inflatable blade edging or
replaceable rubber blade seals and spring-loaded stainless-steel side seals, rated
for leakage at less than 10 cfm per sq. ft. of damper area, at differential pressure
of 4-inch wg. when damper is held by torque of 50 in. x lbf; when tested
according to AMCA 500D.

INSTRUMENTATION AND CONTROLS FOR HVAC


674

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


22 of 27

PART 3 - EXECUTION
3.1

EXAMINATION
A. Verify that conditioned power supply is available to control units and operator
workstation.
B. Verify that pneumatic piping and duct-, pipe-, and equipment-mounted devices are
installed before proceeding with installation.

3.2

INSTALLATION
A. Install software in control units and operator workstation(s). Implement all features
of programs to specified requirements and as appropriate to sequence of operation.
B. Connect and configure equipment and software to achieve sequence of operation
specified.
C. Verify location of thermostats and other exposed control sensors with Drawings and
room details before installation. Install devices 60 inches above the floor.
1. Install averaging elements in ducts and plenums in crossing or zigzag pattern.
D. Install guards on thermostats in the following locations:
1. Entrances.
2. Public areas.
3. Where indicated.
E. Install automatic dampers according to Special Provision 233300 "Air Duct
Accessories."
F. Install damper motors on outside of duct in warm areas, not in locations exposed to
outdoor temperatures.
G. Install labels and nameplates to identify control components according to Special
Provision 230553 "Identification for HVAC Piping and Equipment."
H. Install hydronic instrument wells, valves, and other accessories according to Special
Provision 232113 "Hydronic Piping."

INSTRUMENTATION AND CONTROLS FOR HVAC


675

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


23 of 27

I. Install duct volume-control dampers according to Sections specifying air ducts.


3.3

ELECTRICAL WIRING AND CONNECTION INSTALLATION


A. Install raceways, boxes, and cabinets according to Special Provision 260533
"Raceway and Boxes for Electrical Systems."
B. Install building wire and cable according to Special Provision 260519 "Low-Voltage
Electrical Power Conductors and Cables."
1. Install exposed cable in raceway.
2. Install concealed cable in raceway.
3. Bundle and harness multiconductor instrument cable in place of single cables
where several cables follow a common path.
4. Fasten flexible conductors, bridging cabinets and doors, along hinge side; protect
against abrasion. Tie and support conductors.
5. Number-code or color-code conductors for future identification and service of
control system, except local individual room control cables.
6. Install wire and cable with sufficient slack and flexible connections to allow for
vibration of piping and equipment.
C. Connect manual-reset limit controls independent of manual-control switch positions.
Automatic duct heater resets may be connected in interlock circuit of power
controllers.
D. Connect hand-off-auto selector switches to override automatic interlock controls
when switch is in hand position.

3.4

FIELD QUALITY CONTROL


A. Manufacturer's Field Service: Engage a factory-authorized service representative to
inspect, test, and adjust field-assembled components and equipment installation,
including connections. Report results in writing.
B. Perform the following field tests and inspections and prepare test reports:

INSTRUMENTATION AND CONTROLS FOR HVAC


676

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


24 of 27

1. Operational Test: After electrical circuitry has been energized, start units to
confirm proper unit operation. Remove and replace malfunctioning units and
retest.
2. Test and adjust controls and safeties.
3. Test calibration of electronic controllers by disconnecting input sensors and
stimulating operation with compatible signal generator.
4. Test each point through its full operating range to verify that safety and operating
control set points are as required.
5. Test each control loop to verify stable mode of operation and compliance with
sequence of operation. Adjust PID actions.
6. Test each system for compliance with sequence of operation.
7. Test software and hardware interlocks.
C. DDC Verification:
1. Check instruments for proper location and accessibility.
2. Check instrument installation for direction of flow, elevation, orientation,
insertion depth, and other applicable considerations.
3. Check instrument tubing for proper fittings, slope, material, and support.
4. Check flow instruments. Inspect tag number and line and bore size, and verify
that inlet side is identified and that meters are installed correctly.
5. Check temperature instruments and material and length of sensing elements.
6. Check control valves. Verify that they are in correct direction.
7. Check DDC system as follows:
a. Verify that DDC controller power supply is from emergency power supply, if
applicable.
b. Verify that wires at control panels are tagged with their service designation
and approved tagging system.
c. Verify that spare I/O capacity has been provided.
d. Verify that DDC controllers are protected from power supply surges.
INSTRUMENTATION AND CONTROLS FOR HVAC
677

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


25 of 27

D. Replace damaged or malfunctioning controls and equipment and repeat testing


procedures.
3.5

ADJUSTING
A. Calibrating and Adjusting:
1. Calibrate instruments.
2. Make three-point calibration test for both linearity and accuracy for each analog
instrument.
3. Calibrate equipment and procedures using manufacturer's written
recommendations and instruction manuals. Use test equipment with accuracy at
least double that of instrument being calibrated.
4. Control System Inputs and Outputs:
a. Check analog inputs at 0, 50, and 100 percent of span.
b. Check analog outputs using milliampere meter at 0, 50, and 100 percent
output.
c. Check digital inputs using jumper wire.
d. Check digital outputs using ohmmeter to test for contact making or breaking.
e. Check resistance temperature inputs at 0, 50, and 100 percent of span using a
precision-resistant source.
5. Flow:
a. Set differential pressure flow transmitters for 0 and 100 percent values with 3point calibration accomplished at 50, 90, and 100 percent of span.
b. Manually operate flow switches to verify that they make or break contact.
6. Pressure:
a. Calibrate pressure transmitters at 0, 50, and 100 percent of span.
b. Calibrate pressure switches to make or break contacts, with adjustable
differential set at minimum.
7. Temperature:
a. Calibrate resistance temperature transmitters at 0, 50, and 100 percent of span
using a precision-resistance source.
b. Calibrate temperature switches to make or break contacts.

INSTRUMENTATION AND CONTROLS FOR HVAC


678

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


26 of 27

8. Stroke and adjust control valves and dampers without positioners, following the
manufacturer's recommended procedure, so that valve or damper is 100 percent
open and closed.
9. Stroke and adjust control valves and dampers with positioners, following
manufacturer's recommended procedure, so that valve and damper is 0, 50, and
100 percent closed.
10. Provide diagnostic and test instruments for calibration and adjustment of system.
11. Provide written description of procedures and equipment for calibrating each type
of instrument. Submit procedures review and approval before initiating startup
procedures.
B. Adjust initial temperature and humidity set points.
C. Occupancy Adjustments: When requested within 12 months of date of Substantial
Completion, provide on-site assistance in adjusting system to suit actual occupied
conditions. Provide up to three visits to Project during other than normal occupancy
hours for this purpose.
3.6

DEMONSTRATION
A. Engage a factory-authorized service representative to train Owner's maintenance
personnel to adjust, operate, and maintain HVAC instrumentation and controls. Refer
to Special Provision 017900 "Demonstration and Training."

PART 4 - MEASUREMENTS AND PAYMENT


4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective
item as described herein and shown below. This price shall be full compensation for
all work contained in the bid item as described herein and required by the related
Special Provisions.

INSTRUMENTATION AND CONTROLS FOR HVAC


679

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


27 of 27

B. Payment will be made under:


Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to
complete the Work in every respect, including furnishing all materials, installation,
testing, placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional
requirements.
END OF SPECIAL PROVISION 230900

INSTRUMENTATION AND CONTROLS FOR HVAC


680

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 11

CATEGORY 800
BUILDINGS
SECTION 231113 - FACILITY FUEL-OIL PIPING
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions,
Special Provisions, General Provisions, and Terms and Conditions, apply to this
section.

1.2

SUMMARY
A. Special Provision Includes:
1.
2.
3.
4.

1.3

Fuel-oil pipes, tubes, and fittings.


Piping specialties.
Manual fuel-oil shutoff valves.
Specialty valves.

DEFINITIONS
A. Exposed, Interior Installations: Exposed to view indoors. Examples include finished
occupied spaces and mechanical equipment rooms.
B. Exposed, Exterior Installations: Exposed to view outdoors or subject to outdoor
ambient temperatures and weather conditions. Examples include rooftop locations.
C. Finished Spaces: Spaces other than mechanical and electrical equipment rooms,
furred spaces, pipe and duct shafts, unheated spaces immediately below roof, spaces
above ceilings, unexcavated spaces, crawlspaces, and tunnels.

1.4

ACTION SUBMITTALS
A. Product Data: For each type of product.
1. Include construction details, material descriptions, and dimensions of individual
components and profiles.

FACILITY FUEL-OIL PIPING


681

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


2 of 11

2. Include, where applicable, rated capacities, operating characteristics, electrical


characteristics, and furnished specialties and accessories.
3. For valves, include pressure rating, capacity, settings, and electrical connection
data of selected models.
B. Shop Drawings: For fuel-oil piping.
1. Include plans, elevations sections, hangers, and supports for multiple pipes.
2. Include details of location of anchors, alignment guides, and expansion joints and
loops.
3. Scale: 1/4 inch per foot.
1.5

INFORMATIONAL SUBMITTALS
A. Coordination Drawings: Plans and details, drawn to scale, on which fuel-oil piping is
shown and coordinated with other installations, using input from installers of the
items involved.
B. Site Survey: Plans, drawn to scale, on which fuel-oil piping and tanks are shown and
coordinated with other services and utilities.
C. Welding certificates.
D. Field quality-control reports.
E. Sample Warranty: For special warranty.

1.6

CLOSEOUT SUBMITTALS
A. Operation and Maintenance Data: For fuel-oil equipment and accessories to include
in emergency, operation, and maintenance manuals.

1.7

QUALITY ASSURANCE
A. Steel Support Welding Qualifications: Qualify procedures and personnel according to
AWS D1.1/D1.1M, "Structural Welding Code - Steel."
B. Pipe Welding Qualifications: Qualify procedures and personnel according to ASME
Boiler and Pressure Vessel Code.

FACILITY FUEL-OIL PIPING


682

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

1.8

Contract No. BB-2829-000-006


3 of 11

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.
B. Store pipes and tubes with protective PE coating to avoid damaging the coating and to
protect from direct sunlight.

1.9

FIELD CONDITIONS
A. Interruption of Existing Fuel-Oil Service: Do not interrupt fuel-oil service to facilities
occupied by Owner or others unless permitted under the following conditions and
then only after arranging to provide temporary fuel-oil supply according to
requirements indicated:
1. Notify Owner no fewer than seven days in advance of proposed interruption of
fuel-oil service.
2. Do not proceed with interruption of fuel-oil service without Owner's written
permission.

PART 2 - PRODUCTS
2.1

SYSTEM DESCRIPTION
A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in
NFPA 70, by a qualified testing agency, and marked for intended location and
application.
B. Comply with ASME B31.9, "Building Services Piping," for fuel-oil piping materials,
installation, testing, and inspecting.
C. Fuel-Oil Valves: Comply with UL 842 and have service mark initials "WOG"
permanently marked on valve body.
D. Comply with requirements of the EPA and of state and local authorities having
jurisdiction. Include recording of fuel-oil piping.

FACILITY FUEL-OIL PIPING


683

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

2.2

Contract No. BB-2829-000-006


4 of 11

PIPES, TUBES, AND FITTINGS


A. See "Indoor Piping Schedule" article for where pipes, tubes, fittings, and joining
materials are applied in various services.
B. Steel Pipe: ASTM A 53/A 53M, black steel, Schedule 40, Type E or S, Grade B.
1. Malleable-Iron Threaded Fittings: ASME B16.3, Class 150, standard pattern.
2. Wrought-Steel Welding Fittings: ASTM A 234/A 234M, for butt and socket
welding.
3. Unions: ASME B16.39, Class 150, malleable iron with brass-to-iron seat, ground
joint, and threaded ends.

2.3

PIPING SPECIALTIES
A. Metallic Flexible Connectors:
1. Flexible connectors in first subparagraph below are listed and labeled for fuel-oil
service by an NRTL acceptable to authorities having jurisdiction, but there is no
UL-applicable standard.
2. Listed and labeled for aboveground applications by an NRTL acceptable to
authorities having jurisdiction.
3. Stainless-steel bellows with woven, flexible, bronze or stainless-steel, wirereinforcing protective jacket.
4. Minimum Operating Pressure: 150 psig.
5. End Connections: Socket, flanged, or threaded end to match connected piping.
6. Maximum Length: 30 inches
7. Items in first two subparagraphs below are optional features.
8. Swivel end, 50-psig maximum operating pressure.
9. Factory-furnished anode for connection to cathodic protection.
B. Basket Strainers:
1. Body: ASTM A 126, Class B, high-tensile cast iron with bolted cover and bottom
drain connection.
2. End Connections: Threaded ends for NPS 2 and smaller; flanged ends for NPS 21/2 and larger.
3. Strainer Screen: 60-mesh startup strainer and perforated stainless-steel basket
with 50 percent free area.
4. CWP Rating: 125 psig.

FACILITY FUEL-OIL PIPING


684

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


5 of 11

C. Manual Air Vents:


1.
2.
3.
4.
5.
6.
7.
2.4

Body: Bronze.
Internal Parts: Nonferrous.
Operator: Screwdriver or thumbscrew.
Inlet Connection: NPS 1/2.
Discharge Connection: NPS 1/8.
CWP Rating: 150 psig.
Maximum Operating Temperature: 225 deg. F.

JOINING MATERIALS
A. Joint Compound and Tape for Threaded Joints: Suitable for fuel oil.
B. Welding Filler Metals: Comply with AWS D10.12/D10.12M for welding materials
appropriate for wall thickness and chemical analysis of steel pipe being welded.

2.5

SPECIALTY VALVES
A. Pressure Relief Valves:
1. Listed and labeled for fuel-oil service by an NRTL acceptable to authorities
having jurisdiction.
2. Body: Brass, bronze, or cast steel.
3. Springs: Stainless steel, interchangeable.
4. Seat and Seal: Nitrile rubber.
5. Orifice: Stainless steel, interchangeable.
6. Factory-Applied Finish: Baked enamel.
7. Maximum Inlet Pressure: 150 psig.
8. Relief Pressure Setting: 60 psig.
B. Oil Safety Valves:
1. Listed and labeled for fuel-oil service by an NRTL acceptable to authorities
having jurisdiction.
2. Body: Brass, bronze, or cast steel.
3. Springs: Stainless steel.
4. Seat and Diaphragm: Nitrile rubber.
5. Orifice: Stainless steel, interchangeable.
6. Factory-Applied Finish: Baked enamel.

FACILITY FUEL-OIL PIPING


685

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


6 of 11

7. Manual override port.


8. Maximum Inlet Pressure: 60 psig.
9. Maximum Outlet Pressure: 3 psig.
C. Emergency Shutoff Valves:
1. Listed and labeled for fuel-oil service by an NRTL acceptable to authorities
having jurisdiction.
2. Single poppet valve.
3. Body: ASTM A 126, cast iron.
4. Disk: FPM.
5. Poppet Spring: Stainless steel.
6. Stem: Plated brass.
7. O-Ring: FPM.
8. Packing Nut: PTFE-coated brass.
9. Fusible link to close valve at 165 deg. F.
10. Thermal relief to vent line pressure buildup due to fire.
11. Air test port.
12. Maximum Operating Pressure: 0.5 psig.
PART 3 - EXECUTION
3.1

EXAMINATION
A. Examine areas for compliance with requirements for installation tolerances and other
conditions affecting performance of fuel-oil piping.
B. Examine installation of fuel-burning equipment and fuel-handling and storage
equipment to verify actual locations of piping connections before installing fuel-oil
piping.
C. Proceed with installation only after unsatisfactory conditions have been corrected.

3.2

PREPARATION
A. Close equipment shutoff valves before turning off fuel oil to premises or piping
section.
B. Comply with NFPA 30 and NFPA 31 requirements for prevention of accidental
ignition.

FACILITY FUEL-OIL PIPING


686

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

3.3

Contract No. BB-2829-000-006


7 of 11

INDOOR PIPING INSTALLATION


A. Drawing plans, schematics, and diagrams indicate general location and arrangement
of piping systems. Indicated locations and arrangements are used to size pipe and
calculate friction loss, expansion, and other design considerations. Install piping as
indicated unless deviations to layout are approved on Coordination Drawings.
B. Arrange for pipe spaces, chases, slots, sleeves, and openings in building structure
during progress of construction to allow for mechanical installations.
C. Install piping in concealed locations unless otherwise indicated and except in
equipment rooms and service areas.
D. Install piping indicated to be exposed and piping in equipment rooms and service
areas at right angles or parallel to building walls. Diagonal runs are prohibited unless
specifically indicated otherwise.
E. Install piping free of sags and bends.
F. Install fittings for changes in direction and branch connections.
G. Comply with requirements for equipment specifications for roughing-in requirements.
H. Conceal pipe installations in walls, pipe spaces, or utility spaces; above ceilings;
below grade or floors; and in floor channels unless indicated to be exposed to view.
I. Prohibited Locations:
1. Do not install fuel-oil piping in or through HVAC ducts and plenums, clothes or
trash chutes, chimneys or gas vents (flues), ventilating ducts, or dumbwaiter or
elevator shafts.
2. Do not install fuel-oil piping in solid walls or partitions.
J. Use eccentric reducer fittings to make reductions in pipe sizes. Install fittings with
level side down.
K. Connect branch piping from top or side of horizontal piping.
L. Install unions in pipes NPS 2 and smaller at final connection to each piece of
equipment and elsewhere as indicated. Unions are not required on flanged devices.

FACILITY FUEL-OIL PIPING


687

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


8 of 11

M. Do not use fuel-oil piping as grounding electrode.


N. Install sleeves and sleeve seals for piping penetrations of walls, ceilings, and floors.
O. Install escutcheons for piping penetrations of walls, ceilings, and floors.
3.4

VALVE INSTALLATION
A. Install manual fuel-oil shutoff valves on branch connections to fuel-oil appliance.
B. Install valves in accessible locations.
C. Install oil safety valves at inlet of each oil-fired appliance.
D. Install pressure relief valves in distribution piping between the supply and return
lines.
E. Install one-piece, bronze ball valve with hose end connection at low points in fuel-oil
piping.
F. Install manual air vents at high points in fuel-oil piping.
G. Install emergency shutoff valves at dispensers.

3.5

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. Threaded Joints: Thread pipe with tapered pipe threads according to ASME B1.20.1.
Cut threads full and clean using sharp dies. Ream threaded pipe ends to remove burrs
and restore full ID. Join pipe fittings and valves as follows:
1. Apply appropriate tape or thread compound to external pipe threads unless dry
seal threading is specified.
2. Damaged Threads: Do not use pipe or pipe fittings with threads that are corroded
or damaged. Do not use pipe sections that have cracked or open welds.
D. Welded Joints: Construct joints according to AWS D10.12/D10.12M, using qualified
processes and welding operators according to "Quality Assurance" Article.

FACILITY FUEL-OIL PIPING


688

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


9 of 11

1. Bevel plain ends of steel pipe.


2. Patch factory-applied protective coating as recommended by manufacturer at field
welds and where damage to coating occurs during construction.
E. Flanged Joints: Install gasket material, size, type, and thickness for service
application. Install gasket concentrically positioned.
3.6

HANGER AND SUPPORT INSTALLATION


A. Pipe hanger and support and equipment support materials and installation
requirements are specified in Special Provision Section 230529 "Hangers and
Supports for HVAC Piping and Equipment."
B. Install hangers for horizontal steel piping with the following maximum spacing and
minimum rod sizes:
1. NPS 1-1/4 and Smaller: Maximum span, 84 inches; minimum rod size, 3/8 inch.

3.7

CONNECTIONS
A. Where installing piping adjacent to equipment, allow space for service and
maintenance.
B. Install unions, in piping NPS 2 and smaller, adjacent to each valve and at final
connection to each piece of equipment having threaded pipe connection.
C. Connect piping to equipment with shutoff valve and union. Install union between
valve and equipment.
D. Install flexible piping connectors at final connection to burners or oil-fired appliances.

3.8

LABELING AND IDENTIFYING


A. Nameplates, pipe identification, valve tags, and signs are specified in Special
Provision Section 230553 "Identification for HVAC Piping and Equipment."
B. Equipment Nameplates and Signs: Install engraved plastic-laminate equipment
nameplates and signs on or near each service regulator, service meter, and earthquake
valve.

FACILITY FUEL-OIL PIPING


689

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


10 of 11

1. Text: In addition to identifying unit, distinguish between multiple units; inform


operator of operational requirements; indicate safety and emergency precautions;
and warn of hazards and improper operations.
C. Coordinate dimensions in paragraph below with depth of bury for fuel-oil piping.
3.9

FIELD QUALITY CONTROL


A. Pressure Test Piping: Minimum hydrostatic or pneumatic test-pressures measured at
highest point in system:
1. Fuel-Oil Distribution Piping: Minimum 5 psig for minimum 30 minutes.
2. Suction Piping: Minimum 20-in. Hg for minimum 30 minutes.
3. Isolate storage tanks if test pressure in piping will cause pressure in storage tanks
to exceed 10 psig.
B. Inspect and test fuel-oil piping according to NFPA 31, "Tests of Piping" Paragraph;
and according to requirements of authorities having jurisdiction.
C. Test and adjust controls and safeties. Replace damaged and malfunctioning controls
and equipment.
D. Bleed air from fuel-oil piping using manual air vents.
E. Fuel-oil piping and equipment will be considered defective if it does not pass tests
and inspections.
F. Prepare test and inspection reports.

3.10

INDOOR PIPING SCHEDULE


A. Aboveground fuel-oil piping shall be the following:
1. NPS 2/5 to NPS 2: Steel pipe, steel or malleable-iron threaded fittings, and
threaded joints.

3.11

SHUTOFF VALVE SCHEDULE


A. Valves for aboveground distribution piping NPS 2 and smaller shall be the following:

FACILITY FUEL-OIL PIPING


690

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


11 of 11

1. One-piece, bronze ball valve with bronze trim.


B. Valves in branch piping for single appliance shall be the following:
1. One-piece, bronze ball valve with bronze trim.
PART 4 - MEASUREMENTS AND PAYMENT
4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective
item as described herein and shown below. This price shall be full compensation for
all work contained in the bid item as described herein and required by the related
Special Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to
complete the Work in every respect, including furnishing all materials, installation,
testing, placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional
requirements.
END OF SPECIAL PROVISION 231113

FACILITY FUEL-OIL PIPING


691

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 6

CATEGORY 800
BUILDINGS
SECTION 231213 - FACILITY FUEL-OIL PUMPS
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions,
Special Provisions, General Provisions, and Terms and Conditions, apply to this
section.

1.2

SUMMARY
A. Special Provision Includes:
1. Duplex fuel-oil pumps.

1.3

DEFINITIONS
A. Exposed, Interior Installations: Exposed to view indoors. Examples include finished
occupied spaces and mechanical equipment rooms.
B. Finished Spaces: Spaces other than mechanical and electrical equipment rooms,
furred spaces, pipe and duct shafts, unheated spaces immediately below roof, spaces
above ceilings, unexcavated spaces, crawlspaces, and tunnels.

1.4

ACTION SUBMITTALS
A. Product Data: For each type of product.
1. Include construction details, material descriptions, and dimensions of individual
components and profiles.
2. Include, where applicable, rated capacities, operating characteristics, electrical
characteristics, and furnished specialties and accessories.
B. Shop Drawings: For fuel-oil pumps.
1. Include construction details and dimensions of individual components for fueloil pumps.

FACILITY FUEL-OIL PUMPS


692

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


2 of 6

2. Include rated capacities, operating characteristics, electrical characteristics, and


furnished specialties and accessories.
3. Scale: 1/4 inch per foot.
1.5

INFORMATIONAL SUBMITTALS
A. Qualification Data: For qualified professional engineer.
B. Field quality-control reports.
C. Sample Warranty: For special warranty.

1.6

CLOSEOUT SUBMITTALS
A. Operation and Maintenance Data: For fuel-oil pumps and fuel-oil maintenance
systems to include in emergency, operation, and maintenance manuals.

PART 2 - PRODUCTS
2.1

PERFORMANCE REQUIREMENTS
A. Maximum Operating-Pressure Ratings: 3-psig fuel-oil supply pressure at oil-fired
appliances.
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. Listed and labeled for fuel-oil service by an NRTL acceptable to authorities having
jurisdiction.

2.2

DUPLEX FUEL-OIL TRANSFER PUMP SETS


A. Subject to compliance with requirements, provide products by one of the following:
1. Hydronic Modules Corporation.
2. Preferred Utilities Manufacturing Corporation.
3. Pryco, Inc.

FACILITY FUEL-OIL PUMPS


693

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


3 of 6

4. Viking Pump, Inc.


B. Description: Comply with HI 3.1-3.5.
1. Type: Positive-displacement, rotary type.
2. Impeller: Steel gear with crescent.
3. Housing: Cast-iron foot mounted.
4. Bearings: Bronze, self-lubricating.
5. Shaft: Polished steel.
6. Seals: Mechanical.
7. Base: Steel.
8. Pressure Relief: Built in.
9. Discharge Check Valve: Built in, Liquid Filled
10. Isolation Valves Full Port Ball Valves
11. Compound Gauge on Suction Strainer: Built in, Liquid Filled
12. Common Discharge Connection.
13. NEMA 12 UL Listed per UL508 Industrial Control Panel with main disconnect
power fuses, magnet starters, thermal overloads, H-O-A switches for each pump,
alternator, pump run lights, pump failure lights, pump failure circuit with time
delay and manual reset for each pump.
C. Drive: Direct close coupled.
D. Controls:
1.
2.
3.
4.
5.
6.
7.
8.
9.

Seven-day schedule.
Alternate pumps to equalize run time.
Alarm motor failure.
Manual reset dry-run protection.
Stop pumps if fuel level falls below pump suction.
De-energize and sound alarm for pump, locked-rotor condition.
Sound alarm for open circuit and for high and low voltage.
Lights shall indicate normal power on, run, and off conditions.
Interface with automatic control system. Comply with requirements in Special
Provision 230900 "Instrumentation and Control for HVAC" to control and
indicate the following:
a. Start/stop pump set when required by schedule or fuel-fired appliance
operation.
b. Operating status.
c. Alarm off-normal status.

FACILITY FUEL-OIL PUMPS


694

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


4 of 6

E. Piping Furnished with Pumps: Steel with ferrous fittings and threaded or welded
joints.
F. Strainers Furnished with Pumps: Duplex, basket type with stainless steel-screen
baskets.
2.3

MOTORS
A. Comply with NEMA designation, temperature rating, service factor, and efficiency
requirements for motors specified in Special Provision 230513 "Common Motor
Requirements for HVAC Equipment."
1. Enclosure: Totally enclosed, fan cooled.
2. Unusual Service Conditions:
a. High humidity.
3. Efficiency: Premium efficient.

PART 3 - EXECUTION
3.1

EXAMINATION
A. Examine roughing-in for fuel-oil pumps to verify actual locations of pump
connections before equipment installation.
B. Proceed with installation only after unsatisfactory conditions have been corrected.

3.2

PREPARATION
A. Close equipment shutoff valves before turning off fuel oil to premises or piping
section.
B. Comply with NFPA 30 and NFPA 31 requirements for prevention of accidental
ignition.

3.3

FUEL-OIL PUMP INSTALLATION


A. Transfer Pumps:

FACILITY FUEL-OIL PUMPS


695

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


5 of 6

1. Install pumps with access space for periodic maintenance including removal of
motors, impellers, and accessories.
2. Set pumps on and anchor to concrete base.
3. Pump Mounting:
a. Install base-mounted pumps on cast-in-place concrete equipment bases.
Comply with requirements for equipment bases and foundations specified in
Special Provision 033000 "Cast-in-Place Concrete."
b. Comply with requirements for vibration isolation devices specified in Special
Provision 230548.13 "Vibration Controls for HVAC."
B. Install suction piping with minimum fittings and change of direction.
C. Install vacuum and pressure gage, upstream and downstream, respectively, at each
pump to measure the differential pressure across the pump. Pressure gages are
specified in Special Provision 230519 "Meters and Gages for HVAC Piping."
3.4

LABELING AND IDENTIFYING


A. Install nameplates and signs on each fuel-oil pump. Comply with requirements in
Special Provision 230553 "Identification for HVAC Piping and Equipment."

3.5

FIELD QUALITY CONTROL


A. Manufacturer's Field Service: Engage a factory-authorized service representative to
test and inspect components, assemblies, and equipment installations, including
connections.
B. Perform the following tests and inspections with the assistance of a factoryauthorized service representative:
1. Start fuel-oil transfer pumps to verify for proper operation of pump, and check
for leaks.
2. Test and adjust controls and safeties. Replace damaged and malfunctioning
controls and equipment.
C. Fuel-oil pumps will be considered defective if they do not pass tests and inspections.
D. Prepare test and inspection reports.

FACILITY FUEL-OIL PUMPS


696

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

3.6

Contract No. BB-2829-000-006


6 of 6

DEMONSTRATION
A. Engage a factory-authorized service representative to train Owner's maintenance
personnel to adjust, operate, and maintain fuel-oil pumps.

PART 4 - MEASUREMENTS AND PAYMENT


4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective
item as described herein and shown below. This price shall be full compensation for
all work contained in the bid item as described herein and required by the related
Special Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to
complete the Work in every respect, including furnishing all materials, installation,
testing, placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional
requirements.
END OF SPECIAL PROVISION 231213

FACILITY FUEL-OIL PUMPS


697

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 10

CATEGORY 800
BUILDINGS
SECTION 232113 - HYDRONIC PIPING
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions,
Special Provisions, General Provisions, and Terms and Conditions, apply to this
Section.

1.2

SUMMARY
A. Special Provision Section includes pipe and fitting materials and joining methods for
the following:
1. Hot-water heating piping.
2. Makeup-water piping.
3. Condensate-drain piping.

1.3

ACTION SUBMITTALS
A. Product Data: For each type of the following:
1. All piping listed in Summary.

1.4

INFORMATIONAL SUBMITTALS
A. Coordination Drawings: Piping layout, drawn to scale, on which the following items
are shown and coordinated with each other, using input from installers of the items
involved:
1. Suspended ceiling components.

HYDRONIC PIPING
698

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


2 of 10

2. Other building services.


3. Structural members.
B. Qualification Data: For Installer.
C. Welding certificates.
D. Field quality-control reports.
E. Water Analysis: Submit a copy of the water analysis to illustrate water quality
available at Project site.
1.5

QUALITY ASSURANCE
A. Steel Support Welding:
Qualify procedures and personnel according to
AWS D1.1/D1.1M, "Structural Welding Code - Steel."
B. Pipe Welding: Qualify procedures and operators according to ASME Boiler and
Pressure Vessel Code: Section IX.
1. Comply with ASME B31.9, "Building Services Piping," for materials, products,
and installation.
2. Certify that each welder has passed AWS qualification tests for welding processes
involved and that certification is current.

PART 2 - PRODUCTS
2.1

PERFORMANCE REQUIREMENTS
A. Hydronic piping components and installation shall be capable of withstanding the
following minimum working pressure and temperature unless otherwise indicated:
1. Hot-Water Heating Piping: 100 psig at 200 deg. F.
2. Makeup-Water Piping: 80 psig at 150 deg. F.

HYDRONIC PIPING
699

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

2.2

Contract No. BB-2829-000-006


3 of 10

COPPER TUBE AND FITTINGS


A. Drawn-Temper Copper Tubing: ASTM B 88, Type L.
B. DWV Copper Tubing: ASTM B 306, Type DWV.
C. Wrought-Copper Fittings: ASME B16.22.

2.3

STEEL PIPE AND FITTINGS


A. Steel Pipe: ASTM A 53/A 53M, black steel with plain ends; welded and seamless,
Grade B, and wall thickness as indicated in "Piping Applications" Article.
B. Malleable-Iron Threaded Fittings: ASME B16.3, Classes 150 and 300 as indicated in
"Piping Applications" Article.
C. Malleable-Iron Unions: ASME B16.39; Classes 150, 250, and 300 as indicated in
"Piping Applications" Article.
D. Wrought-Steel Fittings: ASTM A 234/A 234M, wall thickness to match adjoining
pipe.
E. Wrought Cast- and Forged-Steel Flanges and Flanged Fittings: ASME B16.5,
including bolts, nuts, and gaskets of the following material group, end connections,
and facings:
1. Material Group: 1.1.
2. End Connections: Butt welding.
3. Facings: Raised face.
F. Steel Pipe Nipples: ASTM A 733, made of same materials and wall thicknesses as
pipe in which they are installed.

2.4

JOINING MATERIALS
A. Pipe-Flange Gasket Materials:
piping system contents.

Suitable for chemical and thermal conditions of

HYDRONIC PIPING
700

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


4 of 10

1. ASME B16.21, nonmetallic, flat, asbestos free, 1/8-inch maximum thickness


unless otherwise indicated.
a. Full-Face Type: For flat-face, Class 125, cast-iron and cast-bronze flanges.
b. Narrow-Face Type: For raised-face, Class 250, cast-iron and steel flanges.
B. Flange Bolts and Nuts: ASME B18.2.1, carbon steel, unless otherwise indicated.
C. Solder Filler Metals: ASTM B 32, lead-free alloys. Include water-flushable flux
according to ASTM B 813.
D. Brazing Filler Metals: AWS A5.8/A5.8M, BCuP Series, copper-phosphorus alloys
for joining copper with copper; or BAg-1, silver alloy for joining copper with bronze
or steel.
E. Welding Filler Metals: Comply with AWS D10.12M/D10.12 for welding materials
appropriate for wall thickness and chemical analysis of steel pipe being welded.
PART 3 - EXECUTION
3.1

PIPING APPLICATIONS
A. Hot-water heating piping, aboveground, NPS 2 and smaller, shall be the following:
1. Type L, drawn-temper copper tubing, wrought-copper fittings, and soldered
joints.
B. Hot-water piping, aboveground, NPS 2-1/2 and larger, shall be the following:
1. Schedule 40 steel pipe, wrought-steel fittings and wrought-cast or forged-steel
flanges and flange fittings, and welded and flanged joints.
C. Makeup-water piping installed aboveground shall be the following:
1. Type L, drawn-temper copper tubing, wrought-copper fittings, and soldered
joints.
D. Condensate-Drain Piping: Type DWV, drawn-temper copper tubing, wrought-copper
fittings, and soldered joints.

HYDRONIC PIPING
701

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

3.2

Contract No. BB-2829-000-006


5 of 10

PIPING INSTALLATIONS
A. Drawing plans, schematics, and diagrams indicate general location and arrangement
of piping systems. Install piping as indicated unless deviations to layout are approved
on Coordination Drawings.
B. Install piping in concealed locations unless otherwise indicated and except in
equipment rooms and service areas.
C. Install piping indicated to be exposed and piping in equipment rooms and service
areas at right angles or parallel to building walls. Diagonal runs are prohibited unless
specifically indicated otherwise.
D. Install piping above accessible ceilings to allow sufficient space for ceiling panel
removal.
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 groups of pipes parallel to each other, spaced to permit applying insulation and
servicing of valves.
L. Install drains, consisting of a tee fitting, NPS 3/4 ball valve, and short NPS 3/4
threaded nipple with cap, at low points in piping system mains and elsewhere as
required for system drainage.
M. Install piping at a uniform grade of 0.2 percent upward in direction of flow.
N. Reduce pipe sizes using eccentric reducer fitting installed with level side up.
O. Install valves according to Special Provision 230523 "General-Duty Valves for
HVAC Piping."

HYDRONIC PIPING
702

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


6 of 10

P. Install unions in piping, NPS 2 and smaller, adjacent to valves, at final connections of
equipment, and elsewhere as indicated.
Q. Install shutoff valve immediately upstream of each dielectric fitting.
R. Comply with requirements in Special Provision 230553 "Identification for HVAC
Piping and Equipment" for identifying piping.
S. Install sleeves for piping penetrations of walls, ceilings, and floors.
T. Install sleeve seals for piping penetrations of concrete walls and slabs
U. Install escutcheons for piping penetrations of walls, ceilings, and floors.
3.3

DIELECTRIC FITTING INSTALLATION


A. Install dielectric fittings in piping at connections of dissimilar metal piping and
tubing.
B. Dielectric Fittings for NPS 2 and Smaller: Use dielectric unions.

3.4

HANGERS AND SUPPORTS


A. Comply with requirements in Special Provision 230529 "Hangers and Supports for
HVAC Piping and Equipment" for hanger, support, and anchor devices. Comply with
the following requirements for maximum spacing of supports.
B. Install the following pipe attachments:
1. Adjustable steel clevis hangers for individual horizontal piping less than 20 feet
long.
2. Adjustable roller hangers and spring hangers for individual horizontal piping 20
feet or longer.
3. Pipe Roller: MSS SP-58, Type 44 for multiple horizontal piping 20 feet or
longer, supported on a trapeze.
4. Spring hangers to support vertical runs.
5. Provide copper-clad hangers and supports for hangers and supports in direct
contact with copper pipe.

HYDRONIC PIPING
703

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


7 of 10

C. Install hangers for drawn-temper copper piping with the following maximum spacing
and minimum rod sizes:
1. NPS 3/4: Maximum span, 5 feet; minimum rod size, 1/4 inch.
2. NPS 1: Maximum span, 6 feet; minimum rod size, 1/4 inch.
3. NPS 1-1/4: Maximum span, 7 feet; minimum rod size, 3/8 inch.
4. NPS 1-1/2: Maximum span, 8 feet; minimum rod size, 3/8 inch.
5. NPS 2: Maximum span, 8 feet; minimum rod size, 3/8 inch.
D. Support vertical runs at roof, at each floor, and at 10-foot intervals between floors.
3.5

PIPE JOINT CONSTRUCTION


A. Ream ends of pipes and tubes and remove burrs. Bevel plain ends of steel pipe.
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/A5.8M.
E. Threaded Joints: Thread pipe with tapered pipe threads according to ASME B1.20.1.
Cut threads full and clean using sharp dies. Ream threaded pipe ends to remove burrs
and restore full ID. Join pipe fittings and valves as follows:
1. Apply appropriate tape or thread compound to external pipe threads unless dry
seal threading is specified.
2. Damaged Threads: Do not use pipe or pipe fittings with threads that are corroded
or damaged. Do not use pipe sections that have cracked or open welds.
F. Welded Joints: Construct joints according to AWS D10.12M/D10.12, using qualified
processes and welding operators according to "Quality Assurance" Article.

HYDRONIC PIPING
704

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


8 of 10

G. Flanged Joints: Select appropriate gasket material, size, type, and thickness for
service application. Install gasket concentrically positioned. Use suitable lubricants
on bolt threads.
3.6

TERMINAL EQUIPMENT CONNECTIONS


A. Sizes for supply and return piping connections shall be the same as or larger than
equipment connections.
B. Install control valves in accessible locations close to connected equipment.
C. Install bypass piping with globe valve around control valve. If parallel control valves
are installed, only one bypass is required.
D. Install ports for pressure gages and thermometers at coil inlet and outlet connections.
Comply with requirements in Special Provision 230519 "Meters and Gages for
HVAC Piping."

3.7

FIELD QUALITY CONTROL


A. Prepare hydronic piping according to ASME B31.9 and as follows:
1. Leave joints, including welds, uninsulated and exposed for examination during
test.
2. Provide temporary restraints for expansion joints that cannot sustain reactions due
to test pressure. If temporary restraints are impractical, isolate expansion joints
from testing.
3. Flush hydronic new and existing piping systems with clean water; then remove
and clean or replace strainer screens.
4. Isolate equipment from piping. If a valve is used to isolate equipment, its closure
shall be capable of sealing against test pressure without damage to valve. Install
blinds in flanged joints to isolate equipment.
5. Install safety valve, set at a pressure no more than one-third higher than test
pressure, to protect against damage by expanding liquid or other source of
overpressure during test.

HYDRONIC PIPING
705

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


9 of 10

B. Perform the following tests on hydronic piping:


1. Use ambient temperature water as a testing medium unless there is risk of damage
due to freezing. Another liquid that is safe for workers and compatible with
piping may be used.
2. While filling system, use vents installed at high points of system to release air.
Use drains installed at low points for complete draining of test liquid.
3. Isolate expansion tanks and determine that hydronic system is full of water.
4. Subject piping system including the existing piping to hydrostatic test pressure
that is not less than 1.5 times the system's working pressure. Test pressure shall
not exceed maximum pressure for any vessel, pump, valve, or other component in
system under test. Verify that stress due to pressure at bottom of vertical runs
does not exceed 90 percent of specified minimum yield strength or 1.7 times the
"SE" value in Appendix A in ASME B31.9, "Building Services Piping."
5. After hydrostatic test pressure has been applied for at least 10 minutes, examine
piping, joints, and connections for leakage. Eliminate leaks by tightening,
repairing, or replacing components, and repeat hydrostatic test until there are no
leaks.
6. Prepare written report of testing.
C. Perform the following before operating the system:
1. Open manual valves fully.
2. Inspect pumps for proper rotation.
3. Set makeup pressure-reducing valves for required system pressure.
4. Inspect air vents at high points of system and determine if all are installed and
operating freely (automatic type), or bleed air completely (manual type).
5. Set temperature controls so all coils are calling for full flow.
6. Inspect and set operating temperatures of hydronic equipment, such as boilers,
chillers, cooling towers, to specified values.
7. Verify lubrication of motors and bearings.
HYDRONIC PIPING
706

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


10 of 10

PART 4 - MEASUREMENTS AND PAYMENT


4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective
item as described herein and shown below. This price shall be full compensation for
all work contained in the bid item as described herein and required by the related
Special Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to
complete the Work in every respect, including furnishing all materials, installation,
testing, placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional
requirements.
END OF SPECIAL PROVISION 232113

HYDRONIC PIPING
707

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 9

CATEGORY 800
BUILDINGS
SECTION 232116 - HYDRONIC PIPING SPECIALTIES
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions,
Special Provisions, General Provisions, and Terms and Conditions, apply to this
Section.

1.2

SUMMARY
A. Special Provision Section includes special-duty valves and specialties for the
following:
1. Hot-water heating piping.
2. Makeup-water piping.
3. Condensate-drain piping.

1.3

ACTION SUBMITTALS
A. Product Data: For each type of the following:
1. Valves: Include flow and pressure drop curves based on manufacturer's testing
for calibrated-orifice balancing valves and automatic flow-control valves.
2. Air-control devices.
3. Hydronic specialties.

1.4

CLOSEOUT SUBMITTALS
A. Operation and Maintenance Data: For air-control devices, hydronic specialties, and
special-duty valves to include in emergency, operation, and maintenance manuals.

HYDRONIC PIPING SPECIALTIES


708

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

1.5

Contract No. BB-2829-000-006


2 of 9

MAINTENANCE MATERIAL SUBMITTALS


A. Differential Pressure Meter: For each type of balancing valve and automatic flow
control valve, include flowmeter, probes, hoses, flow charts, and carrying case.

1.6

QUALITY ASSURANCE
A. Pipe Welding: Qualify procedures and operators according to ASME Boiler and
Pressure Vessel Code: Section IX.
1. Safety valves and pressure vessels shall bear the appropriate ASME label.
Fabricate and stamp air separators and expansion tanks to comply with ASME
Boiler and Pressure Vessel Code: Section VIII, Division 1.

PART 2 - PRODUCTS
2.1

PERFORMANCE REQUIREMENTS
A. Hydronic piping components and installation shall be capable of withstanding the
following minimum working pressure and temperature unless otherwise indicated:
1. Hot-Water Heating Piping: 100 psig at 200 deg. F.
2. Makeup-Water Piping: 80 psig at 150 deg. F.
3. Safety-Valve-Inlet and -Outlet Piping: Equal to the pressure of the piping system
to which it is attached.

2.2

VALVES
A. Gate, Globe, Check, Ball, and Butterfly Valves: Comply with requirements specified
in Special Provision 230523 "General-Duty Valves for HVAC Piping."

HYDRONIC PIPING SPECIALTIES


709

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


3 of 9

B. Automatic Temperature-Control Valves, Actuators, and Sensors: Comply with


requirements specified in Special Provision 230900 "Instrumentation and Control for
HVAC."
C. Bronze, Calibrated-Orifice, Balancing Valves Circuit Setter:
1. Manufacturers: Subject to compliance with requirements, provide products by
one of the following:
a. Armstrong Pumps, Inc.
b. Bell & Gossett Domestic Pump.
c. Taco.
2. Body: Bronze, ball or plug type with calibrated orifice or venturi.
3. Ball: Brass or stainless steel.
4. Plug: Resin.
5. Seat: PTFE.
6. End Connections: Threaded or socket.
7. Pressure Gage Connections:
meter.

Integral seals for portable differential pressure

8. Handle Style: Lever, with memory stop to retain set position.


9. CWP Rating: Minimum 125 psig.
10. Maximum Operating Temperature: 250 deg. F.
D. Diaphragm-Operated, Pressure-Reducing Valves: ASME labeled.
1. Manufacturers: Subject to compliance with requirements, provide products by
one of the following:
a. Amtrol, Inc.
b. Armstrong Pumps, Inc.
c. Bell & Gossett Domestic Pump.
d. Conbraco Industries, Inc.
e. Spence Engineering Company, Inc.
f. Watts Regulator Co.
2. Body: Bronze or brass.
HYDRONIC PIPING SPECIALTIES
710

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


4 of 9

3. Disc: Glass and carbon-filled PTFE.


4. Seat: Brass.
5. Stem Seals: EPDM O-rings.
6. Diaphragm: EPT.
7. Low inlet-pressure check valve.
8. Inlet Strainer: Removable without system shutdown.
9. Valve Seat and Stem: Noncorrosive.
10. Valve Size, Capacity, and Operating Pressure: Selected to suit system in which
installed, with operating pressure and capacity factory set and field adjustable.
E. Diaphragm-Operated Safety Valves: ASME labeled.
1. Manufacturers: Subject to compliance with requirements, provide products by
one of the following:
a. Amtrol, Inc.
b. Armstrong Pumps, Inc.
c. Bell & Gossett Domestic Pump.
d. Conbraco Industries, Inc.
e. Spence Engineering Company, Inc.
f. Watts Regulator Co.
2. Body: Bronze or brass.
3. Disc: Glass and carbon-filled PTFE.
4. Seat: Brass.
5. Stem Seals: EPDM O-rings.
6. Diaphragm: EPT.
7. Wetted, Internal Work Parts: Brass and rubber.
8. Inlet Strainer: Removable without system shutdown.
9. Valve Seat and Stem: Noncorrosive.
HYDRONIC PIPING SPECIALTIES
711

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


5 of 9

10. Valve Size, Capacity, and Operating Pressure: Comply with ASME Boiler and
Pressure Vessel Code: Section IV, and selected to suit system in which installed,
with operating pressure and capacity factory set and field adjustable.
2.3

AIR-CONTROL DEVICES
A. Manual Air Vents:
1. Manufacturers: Subject to compliance with requirements, provide products by
one of the following:
a. Amtrol, Inc.
b. Armstrong Pumps, Inc.
c. Bell & Gossett Domestic Pump.
d. Nexus Valve, Inc.
e. Taco, Inc.
2. Body: Bronze.
3. Internal Parts: Nonferrous.
4. Operator: Screwdriver or thumbscrew.
5. Inlet Connection: NPS 1/2.
6. Discharge Connection: NPS 1/8.
7. CWP Rating: 150 psig.
8. Maximum Operating Temperature: 225 deg. F.
B. Automatic Air Vents:
1. Manufacturers: Subject to compliance with requirements, provide products by
one of the following:
a. Amtrol, Inc.
b. Armstrong Pumps, Inc.
c. Bell & Gossett Domestic Pump.
d. Nexus Valve, Inc.
e. Taco, Inc.
2. Body: Bronze or cast iron.

HYDRONIC PIPING SPECIALTIES


712

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


6 of 9

3. Internal Parts: Nonferrous.


4. Operator: Noncorrosive metal float.
5. Inlet Connection: NPS 1/2.
6. Discharge Connection: NPS 1/4.
7. CWP Rating: 150 psig.
8. Maximum Operating Temperature: 240 deg F.
C. Bladder-Type Expansion Tanks:
1. Manufacturers: Subject to compliance with requirements, provide products by
one of the following available manufacturers offering products that may be
incorporated into the Work include, but are not limited to, the following:
a. Amtrol, Inc.
b. Armstrong Pumps, Inc.
c. Bell & Gossett Domestic Pump.
d. Taco, Inc.
2. Tank: Welded steel, rated for 125-psig working pressure and 375 deg F
maximum operating temperature. Factory test after taps are fabricated and
supports installed and are labeled according to ASME Boiler and Pressure Vessel
Code: Section VIII, Division 1.
3. Bladder: Securely sealed into tank to separate air charge from system water to
maintain required expansion capacity.
4. Air-Charge Fittings: Schrader valve, stainless steel with EPDM seats.
D. In-Line Air Separators:
1. Manufacturers: Subject to compliance with requirements, provide products by
one of the following:
a. Amtrol, Inc.
b. Armstrong Products, Inc.
c. Bell & Gossett.
d. Taco, Inc.
2. Material: Brass body and stainless steel internal components.
HYDRONIC PIPING SPECIALTIES
713

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


7 of 9

3. Maximum Working Pressure: Up to 150 psig.


4. Maximum Operating Temperature: Up to 250 deg. F.
2.4

HYDRONIC PIPING SPECIALTIES


A. Y-Pattern Strainers:
1. Body: ASTM A 126, Class B, cast iron with bolted cover and bottom drain
connection.
2. End Connections: Threaded ends for NPS 2 and smaller; flanged ends for NPS 21/2 and larger.
3. Strainer Screen: Stainless-steel, 60-mesh strainer, or perforated stainless-steel
basket.
4. CWP Rating: 125 psig.
B. Stainless-Steel Bellow, Flexible Connectors:
1. Body: Stainless-steel bellows with woven, flexible, bronze, wire-reinforcing
protective jacket.
2. End Connections: Threaded or flanged to match equipment connected.
3. Performance: Capable of 3/4-inch misalignment.
4. CWP Rating: 150 psig.
5. Maximum Operating Temperature: 250 deg. F.

PART 3 - EXECUTION
3.1

VALVE APPLICATIONS
A. Install shutoff-duty valves at each branch connection to supply mains and at supply
connection to each piece of equipment.

HYDRONIC PIPING SPECIALTIES


714

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


8 of 9

B. Install calibrated-orifice, balancing valves at each branch connection to return main.


C. Install calibrated-orifice, balancing valves in the return pipe of each heating or
cooling terminal.
D. Install check valves at each pump discharge and elsewhere as required to control flow
direction.
E. Install safety valves at hot-water generators and elsewhere as required by ASME
Boiler and Pressure Vessel Code. Install drip-pan elbow on safety-valve outlet and
pipe without valves to the outdoors; pipe drain to nearest floor drain or as indicated
on Drawings. Comply with ASME Boiler and Pressure Vessel Code: Section VIII,
Division 1, for installation requirements.
F. Install pressure-reducing valves at makeup-water connection to regulate system fill
pressure.
3.2

HYDRONIC SPECIALTIES INSTALLATION


A. Install manual air vents at high points in piping, at heat-transfer coils, and elsewhere
as required for system air venting.
B. Install automatic air vents at high points of system piping in mechanical equipment
rooms only. Install manual vents at heat-transfer coils and elsewhere as required for
air venting.
C. Install piping from boiler air outlet, air separator, or air purger to expansion tank with
a 2 percent upward slope toward tank.
D. Install in-line air separators in pump suction. Install drain valve on air separators
NPS 2 and larger.

PART 4 - MEASUREMENTS AND PAYMENT


4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

HYDRONIC PIPING SPECIALTIES


715

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS
4.2

Contract No. BB-2829-000-006


9 of 9

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective
item as described herein and shown below. This price shall be full compensation for
all work contained in the bid item as described herein and required by the related
Special Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to
complete the Work in every respect, including furnishing all materials, installation,
testing, placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional
requirements.
END OF SPECIAL PROVISION 232116

HYDRONIC PIPING SPECIALTIES


716

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 7

CATEGORY 800
BUILDINGS
SECTION 232123 - HYDRONIC PUMPS
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions,
Special Provisions, General Provisions, and Terms and Conditions, apply to this
Section.

1.2

SUMMARY
A. Special Provision Section includes:
1. Close-coupled, in-line centrifugal pumps.
2. Separately coupled, base-mounted, end-suction centrifugal pumps.

1.3

DEFINITIONS
A. Buna-N: Nitrile rubber.
B. EPT: Ethylene propylene terpolymer.

1.4

ACTION SUBMITTALS
A. Product Data: For each type of pump. Include certified performance curves and
rated capacities, operating characteristics, furnished specialties, final impeller
dimensions, and accessories for each type of product indicated. Indicate pump's
operating point on curves.
B. Shop Drawings: For each pump.
1. Show pump layout and connections.
2. Include setting drawings with templates for installing foundation and anchor bolts
and other anchorages.

HYDRONIC PUMPS
717

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


2 of 7

3. Include diagrams for power, signal, and control wiring.


1.5

CLOSEOUT SUBMITTALS
A. Operation and Maintenance Data: For pumps to include in emergency, operation, and
maintenance manuals.

1.6

MAINTENANCE MATERIAL SUBMITTALS


A. Furnish extra materials described below that match products installed and that are
packaged with protective covering for storage and identified with labels describing
contents.
1. Mechanical Seals: One mechanical seal(s) for each pump.

PART 2 - PRODUCTS
2.1

CLOSE-COUPLED, IN-LINE CENTRIFUGAL PUMPS


A. Manufacturers: Subject to compliance with requirements, provide products by one of
the following:
1. Armstrong Pumps Inc.
2. Grundfos Pumps Corporation.
3. ITT Corporation; Bell & Gossett.
4. PACO Pumps.
5. Patterson Pump Co.; a subsidiary of the Gorman-Rupp Co.
6. TACO Incorporated.
B. Description: Factory-assembled and -tested, centrifugal, overhung-impeller, closecoupled, in-line pump as defined in HI 1.1-1.2 and HI 1.3; designed for installation
with pump and motor shafts mounted horizontally or vertically.
C. Pump Construction:

HYDRONIC PUMPS
718

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


3 of 7

1. Casing: Radially split, cast iron, with threaded gage tappings at inlet and
outlet, replaceable bronze wear rings, and threaded companion-flange
connections.
2. Impeller: ASTM B 584, cast bronze; statically and dynamically balanced, keyed
to shaft, and secured with a locking cap screw. For constant-speed pumps, trim
impeller to match specified performance.
3. Pump Shaft: Stainless steel.
4. Seal: Mechanical seal consisting of carbon rotating ring against a ceramic seat
held by a stainless-steel spring, and bellows and gasket. Include water slinger on
shaft between motor and seal.
5. Pump Bearings: Permanently lubricated ball bearings.
D. Motor: Single speed and rigidly mounted to pump casing.
1. 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.
2. Comply with NEMA designation, temperature rating, service factor, and
efficiency requirements for motors specified in Special Provision 230513
"Common Motor Requirements for HVAC Equipment."
2.2

SEPARATELY COUPLED, BASE-MOUNTED, END-SUCTION CENTRIFUGAL


PUMPS
A. Manufacturers: Subject to compliance with requirements, provide products by one
of the following:
1.
2.
3.
4.
5.
6.

Armstrong Pumps Inc.


Grundfos Pumps Corporation.
ITT Corporation; Bell & Gossett.
PACO Pumps.
Patterson Pump Co.; a subsidiary of the Gorman-Rupp Co.
TACO Incorporated.

HYDRONIC PUMPS
719

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


4 of 7

B. Description: Factory-assembled and -tested, centrifugal, overhung-impeller,


separately coupled, end-suction pump as defined in HI 1.1-1.2 and HI 1.3; designed
for base mounting, with pump and motor shafts horizontal.
C. Pump Construction:
1. Casing: Radially split, cast iron, with replaceable bronze wear rings, threaded
gage tappings at inlet and outlet, drain plug at bottom and air vent at top of volute,
and flanged connections. Provide integral mount on volute to support the casing,
and provide attached piping to allow removal and replacement of impeller without
disconnecting piping or requiring the realignment of pump and motor shaft.
2. Impeller: ASTM B 584, cast bronze; statically and dynamically balanced, keyed
to shaft, and secured with a locking cap screw. For pumps not frequency-drive
controlled, trim impeller to match specified performance.
3. Pump Shaft: Steel, with copper-alloy shaft sleeve.
4. Seal: Mechanical seal consisting of carbon rotating ring against a ceramic seat
held by a stainless-steel spring, and Buna-N bellows and gasket.
5. Pump Bearings: Grease-lubricated ball bearings in cast-iron housing with grease
fittings.
D. Shaft Coupling: Molded-rubber insert and interlocking spider capable of absorbing
vibration.
E. Coupling Guard: Dual rated; ANSI B15.1, Section 8; OSHA 1910.219 approved;
steel; removable; attached to mounting frame.
F. Mounting Frame: Welded-steel frame and cross members, factory fabricated from
ASTM A 36/A 36M channels and angles. Fabricate to mount pump casing, coupling
guard, and motor.
G. Motor: Single speed or variable speed as indicated, secured to mounting frame, with
adjustable alignment.
1. 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.
2. Comply with NEMA designation, temperature rating, service factor, and
efficiency requirements for motors specified in Section 230513 "Common Motor
Requirements for HVAC Equipment."
a. Enclosure: Totally enclosed, fan-cooled, inverter-duty type.
b. Enclosure Materials: Rolled steel.
c. Motor Bearings: Grease-lubricated ball bearings.
HYDRONIC PUMPS
720

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


5 of 7

d. Efficiency: Premium efficient.


e. NEMA Design: A.
f. Service Factor: 1.15.
PART 3 - EXECUTION
3.1

EXAMINATION
A. Examine roughing-in for piping systems to verify actual locations of piping
connections before pump installation.
B. Proceed with installation only after unsatisfactory conditions have been corrected.

3.2

PUMP INSTALLATION
A. Comply with HI 1.4.
B. Install pumps to provide access for periodic maintenance including removing motors,
impellers, couplings, and accessories.
C. Independently support pumps and piping so weight of piping is not supported by
pumps and weight of pumps is not supported by piping.
D. Equipment Mounting: Install in-line pumps with continuous-thread hanger rods and
spring hangers of size required to support weight of in-line pumps.
1. Comply with requirements for hangers and supports specified in Special
Provision 230529 "Hangers and Supports for HVAC Piping and Equipment."

3.3

CONNECTIONS
A. Comply with requirements for piping specified. Drawings indicate general
arrangement of piping, fittings, and specialties.
B. Where installing piping adjacent to pump, allow space for service and maintenance.
C. Connect piping to pumps. Install valves that are same size as piping connected to
pumps.
D. Install suction and discharge pipe sizes equal to or greater than diameter of pump
nozzles.

HYDRONIC PUMPS
721

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


6 of 7

E. Install check, shutoff, and throttling valves on discharge side of pumps.


F. Install Y-type strainer and shutoff valve on suction side of pumps.
G. Install pressure gages on pump suction and discharge or at integral pressure-gage
tapping, or install single gage with multiple-input selector valve.
H. Install check valve and gate or ball valve on each condensate pump unit discharge.
I. Ground equipment according to Special Provision 260526 "Grounding and Bonding
for Electrical Systems."
J. Connect wiring according to Special Provision 260519 "Low-Voltage Electrical
Power Conductors and Cables."
3.4

STARTUP SERVICE
A. Perform startup service.
1. Complete installation and startup checks according to manufacturer's written
instructions.
2. Check piping connections for tightness.
3. Clean strainers on suction piping.
4. Perform the following startup checks for each pump before starting:
a. Verify bearing lubrication.
b. Verify that pump is free to rotate by hand and that pump for handling hot
liquid is free to rotate with pump hot and cold. If pump is bound or drags, do
not operate until cause of trouble is determined and corrected.
c. Verify that pump is rotating in the correct direction.
5. Prime pump by opening suction valves and closing drains, and prepare pump for
operation.
6. Start motor.
7. Open discharge valve slowly.

HYDRONIC PUMPS
722

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

3.5

Contract No. BB-2829-000-006


7 of 7

DEMONSTRATION
A. Train Owner's maintenance personnel to adjust, operate, and maintain hydronic
pumps.

PART 4 - MEASUREMENTS AND PAYMENT


4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective
item as described herein and shown below. This price shall be full compensation for
all work contained in the bid item as described herein and required by the related
Special Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to
complete the Work in every respect, including furnishing all materials, installation,
testing, placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional
requirements.
END OF SPECIAL PROVISION 232123

HYDRONIC PUMPS
723

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 11

CATEGORY 800
BUILDINGS
SECTION 232300 - REFRIGERANT PIPING
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions,
Special Provisions, General Provisions, and Terms and Conditions, apply to this
Section.

1.2

SUMMARY
A. This Special Provision Section includes refrigerant piping used for air-conditioning
applications.

1.3

ACTION SUBMITTALS
A. Product Data: For each type of valve and refrigerant piping specialty indicated.
Include pressure drop, based on manufacturer's test data.
B. Shop Drawings: Show layout of refrigerant piping and specialties, including pipe,
tube, and fitting sizes, flow capacities, valve arrangements and locations, slopes of
horizontal runs, oil traps, double risers, wall and floor penetrations, and equipment
connection details. Show interface and spatial relationships between piping and
equipment.
1. Refrigerant piping indicated on Drawings is schematic only. Size piping and
design actual piping layout, including oil traps, double risers, specialties, and pipe
and tube sizes to accommodate, as a minimum, equipment provided, elevation
difference between compressor and evaporator, and length of piping to ensure
proper operation and compliance with warranties of connected equipment.

1.4

INFORMATIONAL SUBMITTALS
A. Field quality-control test reports.

1.5

CLOSEOUT SUBMITTALS
A. Operation and Maintenance Data.

REFRIGERANT PIPING
724

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

1.6

Contract No. BB-2829-000-006


2 of 11

QUALITY ASSURANCE
A. Comply with ASHRAE 15, "Safety Code for Refrigeration Systems."
B. Comply with ASME B31.5, "Refrigeration Piping and Heat Transfer Components."

1.7

PRODUCT STORAGE AND HANDLING


A. Store piping in a clean and protected area with end caps in place to ensure that piping
interior and exterior are clean when installed.

PART 2 - PRODUCTS
2.1

COPPER TUBE AND FITTINGS


A. Copper Tube: ASTM B 280, Type ACR.
B. Wrought-Copper Fittings: ASME B16.22.
C. Wrought-Copper Unions: ASME B16.22.
D. Solder Filler Metals: ASTM B 32. Use 95-5 tin antimony or alloy HB solder to join
copper socket fittings on copper pipe.
E. Brazing Filler Metals: AWS A5.8.
F. Flexible Connectors:
1. Body: Tin-bronze bellows with woven, flexible, tinned-bronze-wire-reinforced
protective jacket.
2. End Connections: Socket ends.
3. Offset Performance: Capable of minimum 3/4-inch (20-mm) misalignment in
minimum 7-inch- (180-mm-) long assembly.
4. Pressure Rating: Factory test at minimum 500 psig (3450 kPa).
5. Maximum Operating Temperature: 250 deg. F (121 deg. C).

REFRIGERANT PIPING
725

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

2.2

Contract No. BB-2829-000-006


3 of 11

VALVES AND SPECIALTIES


A. Diaphragm Packless Valves:
1. Body and Bonnet: Forged brass or cast bronze; globe design with straight-through
or angle pattern.
2. Diaphragm: Phosphor bronze and stainless steel with stainless-steel spring.
3. Operator: Rising stem and hand wheel.
4. Seat: Nylon.
5. End Connections: Socket, union, or flanged.
6. Working Pressure Rating: 500 psig (3450 kPa).
7. Maximum Operating Temperature: 275 deg. F (135 deg. C).
B. Service Valves:
1. Body: Forged brass with brass cap including key end to remove core.
2. Core: Removable ball-type check valve with stainless-steel spring.
3. Seat: Polytetrafluoroethylene.
4. End Connections: Copper spring.
5. Working Pressure Rating: 500 psig (3450 kPa).
C. Safety Relief Valves: Comply with ASME Boiler and Pressure Vessel Code; listed
and labeled by an NRTL.
1. Body and Bonnet: Ductile iron and steel, with neoprene O-ring seal.
2. Piston, Closing Spring, and Seat Insert: Stainless steel.
3. Seat Disc: Polytetrafluoroethylene.
4. End Connections: Threaded.
5. Working Pressure Rating: 400 psig (2760 kPa).

REFRIGERANT PIPING
726

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


4 of 11

6. Maximum Operating Temperature: 240 deg. F (116 deg. C).


D. Moisture/Liquid Indicators:
1. Body: Forged brass.
2. Window: Replaceable, clear, fused glass window with indicating element
protected by filter screen.
3. Indicator: Color coded to show moisture content in ppm.
4. Minimum Moisture Indicator Sensitivity: Indicate moisture above 60 ppm.
5. End Connections: Socket or flare.
6. Working Pressure Rating: 500 psig (3450 kPa).
7. Maximum Operating Temperature: 240 deg. F (116 deg. C).
E. Replaceable-Core Filter Dryers: Comply with ARI 730.
1. Body and Cover: Painted-steel shell with ductile-iron cover, stainless-steel
screws, and neoprene gaskets.
2. Filter Media: 10 micron, pleated with integral end rings; stainless-steel support.
3. Desiccant Media: Activated alumina or charcoal.
4. Designed for reverse flow (for heat-pump applications).
5. End Connections: Socket.
6. Access Ports: NPS 1/4 (DN 8) connections at entering and leaving sides for
pressure differential measurement.
7. Maximum Pressure Loss: 2 psig (14 kPa).
8. Working Pressure Rating: 500 psig (3450 kPa).
9. Maximum Operating Temperature: 240 deg. F (116 deg. C).
F. Permanent Filter Dryers: Comply with ARI 730.
1. Body and Cover: Painted-steel shell
REFRIGERANT PIPING
727

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


5 of 11

2. Filter Media: 10 micron, pleated with integral end rings; stainless-steel supprt.
3. Desiccant Media: Activated alumina or charcoal.
4. Designed for reverse flow (for heat-pump applications).
5. End Connections: Socket.
6. Access Ports: NPS 1/4 (DN 8) connections at entering and leaving sides for
pressure differential measurement.
7. Maximum Pressure Loss: 2 psig (14 kPa).
8. Working Pressure Rating: 500 psig (3450 kPa).
9. Maximum Operating Temperature: 240 deg. F (116 deg. C).
PART 3 - EXECUTION
3.1

PIPING APPLICATIONS FOR REFRIGERANT R-22


A. Suction Lines NPS 1-1/2 (DN 40) and Smaller for Conventional Air-Conditioning
Applications: Copper, Type ACR, annealed-temper tubing and wrought-copper
fittings with brazed or soldered joints.
B. Suction Lines NPS 2 to NPS 4 (DN 50 to DN 100) Insert pipe size range for
Conventional Air-Conditioning Applications: Copper, Type ACR, drawn-temper
tubing and wrought-copper fittings with brazed or soldered joints.
C. Hot-Gas and Liquid Lines:
1. NPS 1-1/2 (DN 40) and Smaller: Copper, Type ACR, annealed-temper tubing and
wrought-copper fittings with brazed or soldered joints.
2. NPS 2 to NPS 4 (DN 50 to DN 80): Copper, Type ACR, drawn-temper tubing and
wrought-copper fittings with brazed or soldered joints.
D. Safety-Relief-Valve Discharge Piping: Copper, Type ACR, drawn-temper tubing and
wrought-copper fittings with soldered joints.

REFRIGERANT PIPING
728

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

3.2

Contract No. BB-2829-000-006


6 of 11

VALVE AND SPECIALTY APPLICATIONS


A. Install service valves for gage taps at strainers if they are not an integral part of
strainers.
B. Except as otherwise indicated, install diaphragm packless valves on inlet and outlet
side of filter dryers.
C. Install a full-sized, three-valve bypass around filter dryers.
D. Install safety relief valves where required by ASME Boiler and Pressure Vessel Code.
Pipe safety-relief-valve discharge line to outside according to ASHRAE 15.
E. Install moisture/liquid indicators in liquid line at the inlet of the thermostatic
expansion valve or at the inlet of the evaporator coil capillary tube.
F. Install filter dryers in liquid line between compressor and thermostatic expansion
valve and in the suction line at the compressor.

3.3

PIPING INSTALLATION
A. 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 Shop
Drawings.
B. Install refrigerant piping according to ASHRAE 15.
C. Install piping in concealed locations unless otherwise indicated and except in
equipment rooms and service areas.
D. Install piping indicated to be exposed and piping in equipment rooms and service
areas at right angles or parallel to building walls. Diagonal runs are prohibited unless
specifically indicated otherwise.
E. Install piping above accessible ceilings to allow sufficient space for ceiling panel
removal.
F. Install piping adjacent to machines to allow service and maintenance.
G. Install piping free of sags and bends.

REFRIGERANT PIPING
729

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


7 of 11

H. Install fittings for changes in direction and branch connections.


I. Select system components with pressure rating equal to or greater than system
operating pressure.
J. Refer to Special Provision 230900 "Instrumentation and Control for HVAC" for
solenoid valve controllers, control wiring, and sequence of operation.
K. Install piping as short and direct as possible, with a minimum number of joints,
elbows, and fittings.
L. Arrange piping to allow inspection and service of refrigeration equipment. Install
valves and specialties in accessible locations to allow for service and inspection.
Install access doors or panels if valves or equipment requiring maintenance is
concealed behind finished surfaces.
M. Install refrigerant piping in rigid or flexible conduit in locations where exposed to
mechanical injury.
N. Slope refrigerant piping as follows:
1. Install horizontal hot-gas discharge piping with a uniform slope downward away
from compressor.
2. Install horizontal suction lines with a uniform slope downward to compressor.
3. Install traps and double risers to entrain oil in vertical runs.
4. Liquid lines may be installed level.
O. When brazing or soldering, remove solenoid-valve coils and sight glasses; also
remove valve stems, seats, and packing, and accessible internal parts of refrigerant
specialties. Do not apply heat near expansion-valve bulb.
P. Install piping with adequate clearance between pipe and adjacent walls and hangers or
between pipes for insulation installation.
Q. Identify refrigerant piping and valves according to Special Provision 230553
"Identification for HVAC Piping and Equipment."
R. Install sleeves for piping penetrations of walls, ceilings, and floors to permit
installation of full-thickness insulation.
REFRIGERANT PIPING
730

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

3.4

Contract No. BB-2829-000-006


8 of 11

PIPE JOINT CONSTRUCTION


A. Soldered Joints: Construct joints according to ASTM B 828 or CDA's "Copper Tube
Handbook."
B. Brazed Joints: Construct joints according to AWS's "Brazing Handbook," Chapter
"Pipe and Tube."
1. Use Type BcuP, copper-phosphorus alloy for joining copper socket fittings with
copper pipe.
2. Use Type BAg, cadmium-free silver alloy for joining copper with bronze or steel.

3.5

HANGERS AND SUPPORTS


A. Hanger, support, and anchor products are specified in Special Provision 230529
"Hangers and Supports for HVAC Piping and Equipment."
B. Install the following pipe attachments:
1. Adjustable steel clevis hangers for individual horizontal runs less than 20 feet (6
m) long.
2. Roller hangers and spring hangers for individual horizontal runs 20 feet (6 m) or
longer.
3. Pipe Roller: MSS SP-58, Type 44 for multiple horizontal piping 20 feet (6 m) or
longer, supported on a trapeze.
4. Spring hangers to support vertical runs.
5. Copper-clad hangers and supports for hangers and supports in direct contact with
copper pipe.
C. Install hangers for copper tubing with the following maximum spacing and minimum
rod sizes:
1. NPS 1/2 (DN 15): Maximum span, 60 inches (1500 mm); minimum rod size, 1/4
inch (6.4 mm).
2. NPS 5/8 (DN 18): Maximum span, 60 inches (1500 mm); minimum rod size, 1/4
inch (6.4 mm).

REFRIGERANT PIPING
731

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


9 of 11

3. NPS 1 (DN 25): Maximum span, 72 inches (1800 mm); minimum rod size, 1/4
inch (6.4 mm).
4. NPS 1-1/4 (DN 32): Maximum span, 96 inches (2400 mm); minimum rod size,
3/8 inch (9.5 mm).
5. NPS 1-1/2 (DN 40): Maximum span, 96 inches (2400 mm); minimum rod size,
3/8 inch (9.5 mm).
6. NPS 2 (DN 50): Maximum span, 96 inches (2400 mm); minimum rod size, 3/8
inch (9.5 mm).
7. NPS 2-1/2 (DN 65): Maximum span, 108 inches (2700 mm); minimum rod size,
3/8 inch (9.5 mm).
8. NPS 3 (DN 80): Maximum span, 10 feet (3 m); minimum rod size, 3/8 inch (9.5
mm).
9. NPS 4 (DN 100): Maximum span, 12 feet (3.7 m); minimum rod size, 1/2 inch
(13 mm).
D. Support multifloor vertical runs at least at each floor.
3.6

FIELD QUALITY CONTROL


A. Perform tests and inspections and prepare test reports.
B. Tests and Inspections:
1. Comply with ASME B31.5, Chapter VI.
2. Test refrigerant piping, specialties, and receivers. Isolate compressor, condenser,
evaporator, and safety devices from test pressure if they are not rated above the
test pressure.
3. Test high- and low-pressure side piping of each system separately at not less than
the pressures indicated in Part 1 "Performance Requirements" Article.
a. Fill system with nitrogen to the required test pressure.
b. System shall maintain test pressure at the manifold gage throughout duration
of test.
c. Test joints and fittings with electronic leak detector or by brushing a small
amount of soap and glycerin solution over joints.

REFRIGERANT PIPING
732

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


10 of 11

d. Remake leaking joints using new materials, and retest until satisfactory results
are achieved.
3.7

SYSTEM CHARGING
A. Charge system using the following procedures:
1. Install core in filter dryers after leak test but before evacuation.
2. Evacuate entire refrigerant system with a vacuum pump to 500 micrometers
(67 Pa). If vacuum holds for 12 hours, system is ready for charging.
3. Break vacuum with refrigerant gas, allowing pressure to build up to 2 psig (14
kPa).
4. Charge system with a new filter-dryer core in charging line.

3.8

ADJUSTING
A. Adjust high- and low-pressure switch settings to avoid short cycling in response to
fluctuating suction pressure.
B. Adjust set-point temperature of air-conditioning controllers to the system design
temperature.
C. Perform the following adjustments before operating the refrigeration system,
according to manufacturer's written instructions:
1. Verify that compressor oil level is correct.
2. Open compressor suction and discharge valves.
3. Open refrigerant valves except bypass valves that are used for other purposes.
4. Check open compressor-motor alignment and verify lubrication for motors and
bearings.
D. Replace core of replaceable filter dryer after system has been adjusted and after
design flow rates and pressures are established.

REFRIGERANT PIPING
733

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


11 of 11

PART 4 - MEASUREMENTS AND PAYMENT


4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective
item as described herein and shown below. This price shall be full compensation for
all work contained in the bid item as described herein and required by the related
Special Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to
complete the Work in every respect, including furnishing all materials, installation,
testing, placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional
requirements.
END OF SPECIAL PROVISION 232300

REFRIGERANT PIPING
734

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 22
CATEGORY 800
BUILDINGS
SECTION 233113 - METAL DUCTS

PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions,
Special Provisions, General Provisions, and Terms and Conditions, apply to this
Section.

1.2

SUMMARY
A. Special Provision Section includes:
1. Single-wall rectangular ducts and fittings.
2. Single-wall round ducts and fittings.
3. Sheet metal materials.
4. Duct liner.
5. Sealants and gaskets.
6. Hangers and supports.
7. Seismic-restraint devices.
B. Related Special Provision Sections:
1. Special Provision 230593 "Testing, Adjusting, and Balancing for HVAC" for
testing, adjusting, and balancing requirements for metal ducts.
2. Special Provision 233300 "Air Duct Accessories" for dampers, sound-control
devices, duct-mounting access doors and panels, turning vanes, and flexible ducts.

1.3

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.

METAL DUCTS
735

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


2 of 22

B. Structural Performance: Duct hangers and supports shall withstand the effects of
gravity loads and stresses within limits and under conditions described in SMACNA's
"HVAC Duct Construction Standards - Metal and Flexible."
C. Airstream Surfaces: Surfaces in contact with the airstream shall comply with
requirements in ASHRAE 62.1-2004.
1.4

SUBMITTALS
A. Product Data: For each type of the following products:
1. Liners and adhesives.
2. Sealants and gaskets.
3. Sheet metal.
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.
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, and
vibration isolation.

METAL DUCTS
736

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


3 of 22

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.
5. Design Calculations: Calculations for selecting hangers and supports.
D. Coordination Drawings: Plans, drawn to scale, on which the following items are
shown and coordinated with each other, using input from installers of the items
involved:
1. Duct installation in congested spaces, indicating coordination with general
construction, building components, and other building services. Indicate
proposed changes to duct layout.
2. Suspended ceiling components.
3. Structural members to which duct will be attached.
4. Size and location of initial access modules for acoustical tile.
5. Penetrations of smoke barriers and fire-rated construction.
6. Items penetrating finished ceiling including the following:
a. Lighting fixtures.
b. Air outlets and inlets.
c. Speakers.
d. Sprinklers.
e. Access panels.
E. Welding certificates.
F. Field quality-control reports.
1.5

QUALITY ASSURANCE
A. Welding Qualifications:
Qualify procedures and personnel according to
AWS D1.1/D1.1M, "Structural Welding Code - Steel," for hangers and supports.
B. Welding Qualifications:
following:

Qualify procedures and personnel according to the

METAL DUCTS
737

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


4 of 22

1. AWS D1.1/D1.1M, "Structural Welding Code - Steel," for hangers and supports.
C. ASHRAE Compliance: Applicable requirements in ASHRAE 62.1-2004, Section 5 "Systems and Equipment" and Section 7 - "Construction and System Start-Up."
D. ASHRAE/IESNA Compliance: Applicable requirements in ASHRAE/IESNA 90.12004, Section 6.4.4 - "HVAC System Construction and Insulation."
PART 2 - PRODUCTS
2.1

SINGLE-WALL 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, ductsupport intervals, and other provisions in SMACNA's "HVAC Duct Construction
Standards - Metal and Flexible."

2.2

SINGLE-WALL 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.
1. Manufacturers: Subject to compliance with requirements, provide products by
one of the following:

METAL DUCTS
738

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS
a.
b.
c.
d.
e.

Contract No. BB-2829-000-006


5 of 22

Lindab Inc.
McGill AirFlow LLC.
SEMCO Incorporated.
Sheet Metal Connectors, Inc.
Spiral Manufacturing Co., Inc.

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."
1. Transverse Joints in Ducts Larger Than 60 Inches in Diameter: Flanged.
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."
1. Fabricate round ducts larger than 90 inches in diameter with butt-welded
longitudinal seams.
2. Fabricate flat-oval ducts larger than 72 inches in width (major dimension) with
butt-welded longitudinal seams.
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.

METAL DUCTS
739

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


6 of 22

C. Stainless Steel Sheets: Comply with ASTM A 480/A 480M, Type 304 or 316, as
indicated in the "Duct Schedule" Article; cold rolled, annealed, sheet. Exposed
surface finish shall be No. 2B, No. 2D, No. 3, or No. 4 as indicated in the "Duct
Schedule" Article.
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.
E. Factory- or Shop-Applied Antimicrobial Coating:
1. Apply to the surface of sheet metal that will form the interior surface of the duct.
An untreated clear coating shall be applied to the exterior surface.
2. Antimicrobial compound shall be tested for efficacy by an NRTL and registered
by the EPA for use in HVAC systems.
3. Coating containing the antimicrobial compound shall have a hardness of 2H,
minimum, when tested according to ASTM D 3363.
4. Surface-Burning Characteristics: Maximum flame-spread index of 25 and
maximum smoke-developed index of 50 when tested according to UL 723;
certified by an NRTL.
5. Shop-Applied Coating Color: White.
6. Antimicrobial coating on sheet metal is not required for duct containing liner
treated with antimicrobial coating.
F. Reinforcement Shapes and Plates: ASTM A 36/A 36M, steel plates, shapes, and bars;
black and galvanized.
1. Where black- and galvanized-steel shapes and plates are used to reinforce
aluminum ducts, isolate the different metals with butyl rubber, neoprene, or
EPDM gasket materials.
G. 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

DUCT LINER
A. Fibrous-Glass Duct Liner: Comply with ASTM C 1071, NFPA 90A, or NFPA 90B;
and with NAIMA AH124, "Fibrous Glass Duct Liner Standard."

METAL DUCTS
740

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


7 of 22

1. Manufacturers: Subject to compliance with requirements, provide products by


one of the following:
a. CertainTeed Corporation; Insulation Group.
b. Johns Manville.
c. Knauf Insulation.
d. Owens Corning.
2. Maximum Thermal Conductivity:
a. Type I, Flexible: 0.27 Btu x in./h x sq. ft. x deg. F at 75 deg. F mean
temperature.
b. Type II, Rigid: 0.23 Btu x in./h x sq. ft. x deg. F at 75 deg. F mean
temperature.
3. Antimicrobial Erosion-Resistant Coating: Apply to the surface of the liner that
will form the interior surface of the duct to act as a moisture repellent and
erosion-resistant coating. Antimicrobial compound shall be tested for efficacy by
an NRTL and registered by the EPA for use in HVAC systems.
4. Water-Based Liner Adhesive: Comply with NFPA 90A or NFPA 90B and with
ASTM C 916.
a. For indoor applications, use adhesive that has a VOC content of 80 g/L or less
when calculated according to 40 CFR 59, Subpart D (EPA Method 24).
5. Duct liner shall be covered and protected with perforated galvanized sheet metal.
B. Flexible Elastomeric Duct Liner: Preformed, cellular, closed-cell, sheet materials
complying with ASTM C 534, Type II, Grade 1; and with NFPA 90A or NFPA 90B.
1. Manufacturers: Subject to compliance with requirements, provide products by
one of the following:
a. Aeroflex USA Inc.
b. Armacell LLC.
c. Rubatex International, LLC
2. Surface-Burning Characteristics: Maximum flame-spread index of 25 and
maximum smoke-developed index of 50 when tested according to UL 723;
certified by an NRTL.
3. Liner Adhesive: As recommended by insulation manufacturer and complying
with NFPA 90A or NFPA 90B.
a. 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).
4. Duct liner shall be covered and protected with galvanized sheet metal.
METAL DUCTS
741

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


8 of 22

5. Antimicrobial Erosion-Resistant Coating: Apply to the surface of the liner that


will form the interior surface of the duct to act as a moisture repellent and
erosion-resistant coating. Antimicrobial compound shall be tested for efficacy by
an NRTL and registered by the EPA for use in HVAC systems.
C. Insulation Pins and Washers:
1. Cupped-Head, Capacitor-Discharge-Weld Pins: Copper- or zinc-coated steel pin,
fully annealed for capacitor-discharge welding, 0.135-inch-diameter shank, length
to suit depth of insulation indicated with integral 1-1/2-inch galvanized carbonsteel washer.
2. Insulation-Retaining Washers: Self-locking washers formed from 0.016-inchthick galvanized steel; with beveled edge sized as required to hold insulation
securely in place but not less than 1-1/2 inches in diameter.
D. Shop Application of Duct Liner:
Comply with SMACNA's "HVAC Duct
Construction Standards - Metal and Flexible," Figure 2-19, "Flexible Duct Liner
Installation."
1. Adhere a single layer of indicated thickness of duct liner with at least 90 percent
adhesive coverage at liner contact surface area. Attaining indicated thickness
with multiple layers of duct liner is prohibited.
2. Apply adhesive to transverse edges of liner facing upstream that do not receive
metal nosing.
3. Butt transverse joints without gaps, and coat joint with adhesive.
4. Fold and compress liner in corners of rectangular ducts or cut and fit to ensure
butted-edge overlapping.
5. Do not apply liner in rectangular ducts with longitudinal joints, except at corners
of ducts, unless duct size and dimensions of standard liner make longitudinal
joints necessary.
6. Apply adhesive coating on longitudinal seams in ducts with air velocity of 2500
fpm.
7. Secure liner with mechanical fasteners 4 inches from corners and at intervals not
exceeding 12 inches transversely; at 3 inches from transverse joints and at
intervals not exceeding 18 inches longitudinally.
8. Secure transversely oriented liner edges facing the airstream with metal nosings
that have either channel or "Z" profiles or are integrally formed from duct wall.
Fabricate edge facings at the following locations:

METAL DUCTS
742

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


9 of 22

a. Fan discharges.
b. Intervals of lined duct preceding unlined duct.
c. Upstream edges of transverse joints in ducts where air velocities are higher
than 2500 fpm or where indicated.
9. Secure insulation between perforated sheet metal inner duct of same thickness as
specified for outer shell. Use mechanical fasteners that maintain inner duct at
uniform distance from outer shell without compressing insulation.
a. Sheet Metal Inner Duct Perforations: 3/32-inch diameter, with an overall
open area of 23 percent.
10. Terminate inner ducts with buildouts attached to fire-damper sleeves, dampers,
turning vane assemblies, or other devices. Fabricated buildouts (metal hat
sections) or other buildout means are optional; when used; secure buildouts to
duct walls with bolts, screws, rivets, or welds.
2.5

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.
9. Substrate: Compatible with galvanized sheet steel (both PVC coated and bare),
stainless steel, or aluminum.

METAL DUCTS
743

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


10 of 22

10. For indoor applications, use sealant that has a VOC content of 250 g/L or less
when calculated according to 40 CFR 59, Subpart D (EPA Method 24).
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. Solvent-Based Joint and Seam Sealant:
1. Application Method: Brush on.
2. Base: Synthetic rubber resin.
3. Solvent: Toluene and heptane.
4. Solids Content: Minimum 60 percent.
5. Shore A Hardness: Minimum 60.
6. Water resistant.
7. Mold and mildew resistant.
8. For indoor applications, use sealant that has a VOC content of 250 g/L or less
when calculated according to 40 CFR 59, Subpart D (EPA Method 24).
9. VOC: Maximum 395 g/L.
10. Maximum Static-Pressure Class: 10-inch wg, positive or negative.
METAL DUCTS
744

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


11 of 22

11. Service: Indoor or outdoor.


12. Substrate: Compatible with galvanized sheet steel (both PVC coated and bare),
stainless steel, or aluminum sheets.
E. 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.
6. For indoor applications, use sealant that has a VOC content of 250 g/L or less
when calculated according to 40 CFR 59, Subpart D (EPA Method 24).
F. Flange Gaskets: Butyl rubber, neoprene, or EPDM polymer with polyisobutylene
plasticizer.
G. Round Duct Joint O-Ring Seals:
1. Seal shall provide maximum leakage class of 3 cfm/100 sq. ft. at 1-inch wg. and
shall be rated for 10-inch wg. static-pressure class, positive or negative.
2. EPDM O-ring to seal in concave bead in coupling or fitting spigot.
3. Double-lipped, EPDM O-ring seal, mechanically fastened to factory-fabricated
couplings and fitting spigots.
2.6

HANGERS AND SUPPORTS


A. Hanger Rods for Noncorrosive Environments: Cadmium-plated steel rods and nuts.
B. Hanger Rods for Corrosive Environments: Electrogalvanized, all-thread rods or
galvanized rods with threads painted with zinc-chromate primer after installation.
C. Strap and Rod Sizes: 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."
D. Steel Cables for Galvanized-Steel Ducts:
ASTM A 603.

METAL DUCTS
745

Galvanized steel complying with

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


12 of 22

E. Steel Cables for Stainless-Steel Ducts: Stainless steel complying with ASTM A 492.
F. Steel Cable End Connections: Cadmium-plated steel assemblies with brackets,
swivel, and bolts designed for duct hanger service; with an automatic-locking and
clamping device.
G. Duct Attachments: Sheet metal screws, blind rivets, or self-tapping metal screws;
compatible with duct materials.
H. Trapeze and Riser Supports:
1. Supports for Galvanized-Steel Ducts: Galvanized-steel shapes and plates.
2. Supports for Stainless-Steel Ducts: Stainless-steel shapes and plates.
3. Supports for Aluminum Ducts: Aluminum or galvanized steel coated with zinc
chromate.
PART 3 - EXECUTION
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.

METAL DUCTS
746

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


13 of 22

I. Route ducts to avoid passing through transformer vaults and electrical equipment
rooms and enclosures.
J. Where ducts pass through non-fire-rated interior partitions and exterior walls and are
exposed to view, cover the opening between the partition and duct or duct insulation
with sheet metal flanges of same metal thickness as the duct. Overlap openings on
four sides by at least 1-1/2 inches.
K. Where ducts pass through fire-rated interior partitions and exterior walls, install fire
dampers. Comply with requirements in Special Provision 233300 "Air Duct
Accessories" for fire and smoke dampers.
L. 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. Grind welds to provide smooth surface free of burrs, sharp edges, and weld splatter.
When welding stainless steel with a No. 3 or 4 finishes, grind the welds flush, polish
the exposed welds, and treat the welds to remove discoloration caused by welding.
D. Maintain consistency, symmetry, and uniformity in the arrangement and fabrication
of fittings, hangers and supports, duct accessories, and air outlets.
E. Repair or replace damaged sections and finished work that does not comply with
these requirements.

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."

METAL DUCTS
747

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


14 of 22

2. Outdoor, Supply-Air Ducts: Seal Class A.


3. Outdoor, Exhaust Ducts: Seal Class C.
4. Outdoor, Return-Air Ducts: Seal Class C.
5. Unconditioned Space, Supply-Air Ducts in Pressure Classes 2-Inch wg. and
Lower: Seal Class B.
6. Unconditioned Space, Supply-Air Ducts in Pressure Classes Higher Than 2-Inch
wg.: Seal Class A.
7. Unconditioned Space, Exhaust Ducts: Seal Class C.
8. Unconditioned Space, Return-Air Ducts: Seal Class B.
9. Conditioned Space, Supply-Air Ducts in Pressure Classes 2-Inch wg. and Lower:
Seal Class C.
10. Conditioned Space, Supply-Air Ducts in Pressure Classes Higher Than 2-Inch
wg.: Seal Class B.
11. Conditioned Space, Exhaust Ducts: Seal Class B.
12. Conditioned Space, Return-Air Ducts: Seal Class C.
3.4

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 and coating access. Provide insulated panels for
insulated and/or lined duct. Patch duct as recommended by duct manufacturer.
Comply with Special Provision 233300 "Air Duct Accessories" for access panels
and doors.
2. Disconnect and reconnect flexible ducts as needed for cleaning and inspection.
3. Remove and reinstall ceiling to gain access during the cleaning process.
C. Particulate Collection and Odor Control:
1. When venting vacuuming system inside the building, use HEPA filtration with
99.97 percent collection efficiency for 0.3-micron-size (or larger) particles.

METAL DUCTS
748

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


15 of 22

2. When venting vacuuming system to outdoors, use filter to collect debris removed
from HVAC system, and locate exhaust downwind and away from air intakes and
other points of entry into building.
D. 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.
E. Mechanical Cleaning Methodology:
1. 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.
2. Use mechanical agitation to dislodge debris adhered to interior duct surfaces
without damaging integrity of ducts or duct accessories.
3. Clean fibrous-glass duct with HEPA vacuuming equipment; do not permit duct to
get wet. Replace fibrous-glass duct that is damaged, deteriorated, or delaminated
or that has friable material, mold, or fungus growth.
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.

METAL DUCTS
749

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


16 of 22

6. Antimicrobial Agents and Coatings: Apply EPA-registered antimicrobial agents


if fungus is present. Apply antimicrobial agents according to manufacturer's
written instructions after removal of surface deposits and debris.
7. Sealant: Apply two coats of Fiberlock IAQ8000 HVAC sealant to all existing
ductwork having interior lining.
3.5

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 structuralsteel 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.
5. Do not use powder-actuated concrete fasteners for seismic restraints.
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.
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 pullout, tension, and shear capacities appropriate for supported loads and building
materials where used.

METAL DUCTS
750

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

3.6

Contract No. BB-2829-000-006


17 of 22

CONNECTIONS
A. Make connections to equipment with flexible connectors complying with Special
Provision 233300 "Air Duct Accessories."
B. Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible"
for branch, outlet and inlet, and terminal unit connections.

3.7

PAINTING
A. Paint interior of metal ducts that are visible through registers and grilles and that do
not have duct liner. Apply one coat of flat, black, latex paint over a compatible
galvanized-steel primer. Paint materials and application requirements are specified in
painting Sections.

3.8

FIELD QUALITY CONTROL


A. Perform tests and inspections.
B. Leakage Tests:
1. Comply with SMACNA's "HVAC Air Duct Leakage Test Manual." Submit a test
report for each test.
2. Test the following systems:
a. Ducts with a Pressure Class Higher Than 3-Inch wg.: Test representative duct
sections, selected by Architect from sections installed, totaling no less than 25
percent of total installed duct area for each designated pressure class.
b. Supply Ducts with a Pressure Class of 3-Inch wg. or Higher: Test
representative duct sections, selected by Architect from sections installed,]
totaling no less than 50 percent of total installed duct area for each designated
pressure class.
c. Return Ducts with a Pressure Class of 2-Inch wg. or Higher: Test
representative duct sections, selected by Architect from sections installed,
totaling no less than 25 percent of total installed duct area for each designated
pressure class.
d. Exhaust Ducts with a Pressure Class of 2-Inch wg. or Higher: Test
representative duct sections, selected by Architect from sections installed,
totaling no less than 25 percent of total installed duct area for each designated
pressure class.

METAL DUCTS
751

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


18 of 22

e. Outdoor Air Ducts with a Pressure Class of 2-Inch wg. or Higher: Test
representative duct sections, selected by Architect from sections installed,
totaling no less than 25 percent of total installed duct area for each designated
pressure class.
3. Disassemble, reassemble, and seal segments of systems to accommodate leakage
testing and for compliance with test requirements.
4. Test for leaks before applying external insulation.
5. Conduct tests at static pressures equal to maximum design pressure of system or
section being tested. If static-pressure classes are not indicated, test system at
maximum system design pressure. Do not pressurize systems above maximum
design operating pressure.
6. Give seven days' advance notice for testing.
C. Duct System Cleanliness Tests:
1. Visually inspect duct system to ensure that no visible contaminants are present.
2. Test sections of metal duct system, chosen randomly by Owner, for cleanliness
according to "Vacuum Test" in NADCA ACR, "Assessment, Cleaning and
Restoration of HVAC Systems."
a. Acceptable Cleanliness Level: Net weight of debris collected on the filter
media shall not exceed 0.75 mg/100 sq. cm.
D. Duct system will be considered defective if it does not pass tests and inspections.
E. Prepare test and inspection reports.
3.9

START UP
A. Air Balance: Comply with requirements in Special Provision 230593 "Testing,
Adjusting, and Balancing for HVAC."

3.10 DUCT SCHEDULE


A. Fabricate ducts with galvanized sheet steel except as otherwise indicated.
B. Supply Ducts:
1. Ducts Connected to Constant-Volume Air-Handling Units and Make-up Aikr
Units (HV Units):
METAL DUCTS
752

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS
a.
b.
c.
d.

Contract No. BB-2829-000-006


19 of 22

Pressure Class: Positive 3-inch wg.


Minimum SMACNA Seal Class: A.
SMACNA Leakage Class for Rectangular: 12.
SMACNA Leakage Class for Round and Flat Oval: 12.

2. Ducts Connected to Equipment Not Listed Above:


a. Pressure Class: Positive 3-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 Heat Pumps and Energy Recovery:
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.
2. Ducts Connected to Air-Handling Units
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.
3. Ducts Connected to Equipment Not Listed Above:
a. Pressure Class: Positive or negative 2-inch wg.
b. Minimum SMACNA Seal Class: A.
c. SMACNA Leakage Class for Rectangular: 6.
d. SMACNA Leakage Class for Round and Flat Oval: 12.
D. Exhaust Ducts:
1. Ducts Connected to Fans Exhausting (ASHRAE 62.1, Class 1 and 2) Air:
a. Pressure Class: Negative 2-inch wg.
b. Minimum SMACNA Seal Class: A if negative pressure, and A if positive
pressure.
c. SMACNA Leakage Class for Rectangular: 12.
d. SMACNA Leakage Class for Round and Flat Oval: 12.
2. Ducts Connected to Equipment Not Listed Above:
a. Pressure Class: Positive or negative 2-inch wg
b. Minimum SMACNA Seal Class: A if negative pressure, and A if positive
pressure.
c. SMACNA Leakage Class for Rectangular: 12.
d. SMACNA Leakage Class for Round and Flat Oval: 12.
METAL DUCTS
753

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


20 of 22

E. Outdoor-Air (Not Filtered, Heated, or Cooled) Ducts:


1. Ducts Connected to Energy Recovery Units:
a. Pressure Class: Positive or negative 1-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.
2. Ducts Connected to Air-Handling Units and Make-up Air Units (HV Units):
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.
3. Ducts Connected to Equipment Not Listed Above:
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.
F. Intermediate Reinforcement:
1. Galvanized-Steel Ducts: Galvanized steel.
2. Aluminum Ducts: Aluminum.
G. Liner:
1. Supply Air Ducts: Fibrous glass, Type I or flexible elastomeric, 1 inch thick
where indicated.
2. Return Air Ducts: Fibrous glass, Type I or flexible elastomeric, 1 inch thick
where indicated.
3. Transfer Ducts: Fibrous glass, Type I, 1 inch thick.
H. Elbow Configuration:
1. Rectangular Duct: Comply with SMACNA's "HVAC Duct Construction
Standards - Metal and Flexible," Figure 2-2, "Rectangular Elbows."
a. Velocity 1000 fpm or Lower:
1) Radius Type RE 1 with minimum 0.5 radius-to-diameter ratio.
2) Mitered Type RE 4 without vanes.
b. Velocity 1000 to 1500 fpm:
1) Radius Type RE 1 with minimum 1.0 radius-to-diameter ratio.
METAL DUCTS
754

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


21 of 22

2) Radius Type RE 3 with minimum 0.5 radius-to-diameter ratio and two


vanes.
3) Mitered Type RE 2 with vanes complying with SMACNA's "HVAC Duct
Construction Standards - Metal and Flexible," Figure 2-3, "Vanes and
Vane Runners," and Figure 2-4, "Vane Support in Elbows."
c. Velocity 1500 fpm or Higher:
1) Radius Type RE 1 with minimum 1.5 radius-to-diameter ratio.
2) Radius Type RE 3 with minimum 1.0 radius-to-diameter ratio and two
vanes.
3) Mitered Type RE 2 with vanes complying with SMACNA's "HVAC Duct
Construction Standards - Metal and Flexible," Figure 2-3, "Vanes and
Vane Runners," and Figure 2-4, "Vane Support in Elbows."
2. Round Duct: Comply with SMACNA's "HVAC Duct Construction Standards Metal and Flexible," Figure 3-3, "Round Duct Elbows."
a. Minimum Radius-to-Diameter Ratio and Elbow Segments: Comply with
SMACNA's "HVAC Duct Construction Standards - Metal and Flexible,"
Table 3-1, "Mitered Elbows." Elbows with less than 90-degree change of
direction have proportionately fewer segments.
1) Velocity 1000 fpm or Lower: 0.5 radius-to-diameter ratio and three
segments for 90-degree elbow.
2) Velocity 1000 to 1500 fpm: 1.0 radius-to-diameter ratio and four
segments for 90-degree elbow.
3) Velocity 1500 fpm or Higher: 1.5 radius-to-diameter ratio and five
segments for 90-degree elbow.
4) Radius-to Diameter Ratio: 1.5.
b. Round Elbows, 12 Inches and Smaller in Diameter: Stamped or pleated.
c. Round Elbows, 14 Inches and Larger in Diameter: Standing seam
I. Branch Configuration:
1. Rectangular Duct: Comply with SMACNA's "HVAC Duct Construction
Standards - Metal and Flexible," Figure 2-6, "Branch Connections."
a. Rectangular Main to Rectangular Branch: 45-degree entry.
b. Rectangular Main to Round Branch: Spin in.
2. Round and Flat Oval: Comply with SMACNA's "HVAC Duct Construction
Standards - Metal and Flexible," Figure 3-4, "90 Degree Tees and Laterals," and
Figure 3-5, "Conical Tees." Saddle taps are permitted in existing duct.
a. Velocity 1000 fpm or Lower: 90-degree tap.
b. Velocity 1000 to 1500 fpm: Conical tap.
c. Velocity 1500 fpm or Higher: 45-degree lateral.

METAL DUCTS
755

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


22 of 22

PART 4 - MEASUREMENTS AND PAYMENT


4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective
item as described herein and shown below. This price shall be full compensation for
all work contained in the bid item as described herein and required by the related
Special Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to
complete the Work in every respect, including furnishing all materials, installation,
testing, placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional
requirements.
END OF SPECIAL PROVISION 233113

METAL DUCTS
756

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 16

CATEGORY 800
BUILDINGS
SECTION 233300 - AIR DUCT ACCESSORIES
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions,
Special Provisions, General Provisions, and Terms and Conditions, apply to this
Section.

1.2

SUMMARY
A. Special Provision Section includes:
1. Backdraft and pressure relief dampers.
2. Barometric relief dampers.
3. Manual volume dampers.
4. Fire dampers.
5. Flange connectors.
6. Turning vanes.
7. Duct-mounted access doors.
8. Flexible connectors.
9. Flexible ducts.
10. Duct accessory hardware.

1.3

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.

AIR DUCT ACCESSORIES


757

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


2 of 16

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. Fire-damper installations, including sleeves; and duct-mounted access doors
and remote damper operators.
d. Wiring Diagrams: For power, signal, and control wiring.
C. Coordination Drawings: Reflected ceiling plans, drawn to scale, on which ceilingmounted access panels and access doors required for access to duct accessories are
shown and coordinated with each other, using input from Installers of the items
involved.
D. Source quality-control reports.
E. Operation and Maintenance Data: For air duct accessories to include in operation and
maintenance manuals.
1.4

QUALITY ASSURANCE
A. Comply with NFPA 90A, "Installation of Air Conditioning and Ventilating Systems."
B. Comply with AMCA 500-D testing for damper rating.

1.5

EXTRA MATERIALS
A. Furnish extra materials that match products installed and that are packaged with
protective covering for storage and identified with labels describing contents.
1. Fusible Links: Furnish quantity equal to 10 percent of amount installed.

PART 2 - PRODUCTS
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.

AIR DUCT ACCESSORIES


758

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


3 of 16

B. Galvanized Sheet Steel: Comply with ASTM A 653/A 653M.


1. Galvanized Coating Designation: G90.
2. Exposed-Surface Finish: Mill phosphatized.
C. Reinforcement Shapes and Plates: Galvanized-steel reinforcement where installed on
galvanized sheet metal ducts; compatible materials for aluminum and stainless-steel
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

BACKDRAFT AND PRESSURE RELIEF DAMPERS


A. Manufacturers: Subject to compliance with requirements, provide products by one of
the following:
1. American Warming and Ventilating; a division of Mestek, Inc.
2. Cesco Products; a division of Mestek, Inc.
3. Greenheck Fan Corporation.
4. Nailor Industries Inc.
5. Ruskin Company.
6. SEMCO Incorporated.
7. Vent Products Company, Inc.
B. Description: Gravity balanced.
C. Maximum Air Velocity: 2000 fpm.
D. Maximum System Pressure: 2-inch wg.
E. Frame: 0.052-inch- thick, galvanized sheet steel, with welded corners and mounting
flange.
F. Blades: Multiple single-piece blades, maximum 6-inch width, 0.050-inch- thick
aluminum sheet with sealed edges.
G. Blade Action: Parallel.

AIR DUCT ACCESSORIES


759

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


4 of 16

H. Blade Seals: Vinyl foam.


I. Blade Axles:
1. Material: Nonferrous metal.
J. Tie Bars and Brackets: Aluminum or galvanized steel.
K. Return Spring: Adjustable tension.
L. Bearings: Steel ball or synthetic pivot bushings.
M. Accessories:
1. Adjustment device to permit setting for varying differential static pressure.
2. Counterweights and spring-assist kits for vertical airflow installations.
3. Chain pulls.
4. Screen Mounting: Front mounted in sleeve.
a. Sleeve Thickness: 20-gage minimum.
b. Sleeve Length: 6 inches minimum.
5. Screen Mounting: Rear mounted.
6. Screen Material: Aluminum.
7. Screen Type: Bird.
8. 90-degree stops.
2.3

BAROMETRIC RELIEF DAMPERS


A. Manufacturers: Subject to compliance with requirements, provide products by one of
the following:
1. American Warming and Ventilating; a division of Mestek, Inc.
2. Cesco Products; a division of Mestek, Inc.
3. Greenheck Fan Corporation.
4. Nailor Industries Inc.

AIR DUCT ACCESSORIES


760

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


5 of 16

5. Ruskin Company.
6. SEMCO Incorporated.
7. Vent Products Company, Inc.
B. Suitable for horizontal or vertical mounting.
C. Maximum Air Velocity: 2000 fpm.
D. Maximum System Pressure: 2-inch wg.
E. Frame: 0.064-inch- thick, galvanized sheet steel, with welded corners and mounting
flange.
F. Blades:
1. Multiple, 0.025-inch- thick, roll-formed aluminum.
2. Maximum Width: 6 inches.
3. Action: Parallel.
4. Balance: Gravity.
5. Eccentrically pivoted.
G. Blade Seals: Vinyl.
H. Blade Axles: Nonferrous metal.
I. Tie Bars and Brackets:
1. Material: Galvanized steel.
2. Rattle free with 90-degree stop.
J. Return Spring: Adjustable tension.
K. Bearings: Synthetic.
L. Accessories:
1. Flange on intake.
2. Adjustment device to permit setting for varying differential static pressures.
AIR DUCT ACCESSORIES
761

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS
2.4

Contract No. BB-2829-000-006


6 of 16

MANUAL VOLUME DAMPERS


A. Standard, Steel, Manual Volume Dampers:
1. Manufacturers: Subject to compliance with requirements, provide products by
one of the following:
a. American Warming and Ventilating; a division of Mestek, Inc.
b. McGill AirFlow LLC.
c. METALAIRE, Inc.
d. Nailor Industries Inc.
e. Ruskin Company.
f. Trox USA Inc.
g. Vent Products Company, Inc.
2. Standard leakage rating.
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.
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. Molded synthetic.
b. Dampers in ducts with pressure classes of 3-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. Standard, Aluminum, Manual Volume Dampers:
1. Manufacturers: Subject to compliance with requirements, provide products by
one of the following:
a. American Warming and Ventilating; a division of Mestek, Inc.
b. McGill AirFlow LLC.

AIR DUCT ACCESSORIES


762

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS
c.
d.
e.
f.
g.

Contract No. BB-2829-000-006


7 of 16

METALAIRE, Inc.
Nailor Industries Inc.
Ruskin Company.
Trox USA Inc.
Vent Products Company, Inc.

2. Standard leakage rating.


3. Suitable for horizontal or vertical applications.
4. Frames: Hat-shaped, 0.10-inch- thick, aluminum sheet channels; frames with
flanges for attaching to walls and flangeless frames for installing in ducts.
5. Blades:
a. Multiple or single blade.
b. Parallel- or opposed-blade design.
c. Stiffen damper blades for stability.
d. Roll-Formed Aluminum Blades: 0.10-inch- thick aluminum sheet.
e. Extruded-Aluminum Blades: 0.050-inch- thick extruded aluminum.
6. Blade Axles: Nonferrous metal.
7. Bearings:
a. Molded synthetic.
b. Dampers in ducts with pressure classes of 3-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: Aluminum.
2.5

FIRE DAMPERS
A. Manufacturers: Subject to compliance with requirements, provide products by one of
the following:
1. Cesco Products; a division of Mestek, Inc.
2. Greenheck Fan Corporation.
3. McGill AirFlow LLC.
4. METALAIRE, Inc.
5. Nailor Industries Inc.
6. Prefco; Perfect Air Control, Inc.

AIR DUCT ACCESSORIES


763

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


8 of 16

7. Ruskin Company.
8. Vent Products Company, Inc.
9. Ward Industries, Inc.; a division of Hart & Cooley, Inc.
B. Type: Static; rated and labeled according to UL 555 by an NRTL.
C. Closing rating in ducts up to 4-inch wg. static pressure class and minimum 4000-fpm
velocity.
D. Fire Rating: 1-1/2 and 3 hours.
E. Frame: Curtain type with blades outside airstream; fabricated with roll-formed,
0.034-inch- thick galvanized steel; with mitered and interlocking corners.
F. Mounting Sleeve: Factory- or field-installed, galvanized sheet steel.
1. Minimum Thickness: 0.052 or 0.138 inch thick, as indicated, and of length to suit
application.
2. Exception: Omit sleeve where damper-frame width permits direct attachment of
perimeter mounting angles on each side of wall or floor; thickness of damper
frame must comply with sleeve requirements.
G. Mounting Orientation: Vertical or horizontal as indicated.
H. Blades: Roll-formed, interlocking, 0.034-inch- thick, galvanized sheet steel. In place
of interlocking blades, use full-length, 0.034-inch- thick, galvanized-steel blade
connectors.
I. Horizontal Dampers: Include blade lock and stainless-steel closure spring.
J. Heat-Responsive Device: Replaceable, 165 deg. F rated, fusible links.
2.6

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.

AIR DUCT ACCESSORIES


764

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


9 of 16

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.
2.7

TURNING VANES
A. Manufacturers: Subject to compliance with requirements, provide products by one of
the following:
1. Ductmate Industries, Inc.
2. METALAIRE, Inc.
3. SEMCO Incorporated.
4. Ward Industries, Inc.; a division of Hart & Cooley, Inc.
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: Double wall.

2.8

DUCT-MOUNTED ACCESS DOORS


A. Manufacturers: Subject to compliance with requirements, provide products by one of
the following:
1. American Warming and Ventilating; a division of Mestek, Inc.
2. Cesco Products; a division of Mestek, Inc.
3. Ductmate Industries, Inc.

AIR DUCT ACCESSORIES


765

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


10 of 16

4. Greenheck Fan Corporation.


5. McGill AirFlow LLC.
6. Nailor Industries Inc.
7. Ward Industries, Inc.; a division of Hart & Cooley, Inc.
B. Duct-Mounted Access Doors: Fabricate access panels according to SMACNA's
"HVAC Duct Construction Standards - Metal and Flexible"; Figures 2-10, "Duct
Access Doors and Panels," and 2-11, "Access Panels - Round Duct."
1. Door:
a. Double wall, rectangular.
b. Galvanized sheet metal with insulation fill and thickness as indicated for duct
pressure class.
c. Vision panel.
d. Hinges and Latches: 1-by-1-inch butt or piano hinge and cam latches.
e. Fabricate doors airtight and suitable for duct pressure class.
2. Frame: Galvanized sheet steel, with bend-over tabs and foam gaskets.
3. Number of Hinges and Locks:
a. Access Doors Less Than 12 Inches Square: No hinges and two sash locks.
b. Access Doors up to 18 Inches Square: Two hinges and two sash locks.
c. Access Doors up to 24 by 48 Inches: Three hinges and two compression
latches.
d. Access Doors Larger Than 24 by 48 Inches: Four hinges and two
compression latches with outside and inside handles.
C. Pressure Relief Access Door:
1. Door and Frame Material: Galvanized sheet steel.
2. Door: Double wall with insulation fill with metal thickness applicable for duct
pressure class.
3. Operation: Open outward for positive-pressure ducts and inward for negativepressure ducts.
4. Factory set at 10-inch wg.
5. Doors close when pressures are within set-point range.
6. Hinge: Continuous piano.
AIR DUCT ACCESSORIES
766

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


11 of 16

7. Latches: Cam.
8. Seal: Neoprene or foam rubber.
9. Insulation Fill: 1-inch- thick, fibrous-glass or polystyrene-foam board.
2.9

DUCT ACCESS PANEL ASSEMBLIES


A. Manufacturers: Subject to compliance with requirements, provide products by one of
the following:
1. Ductmate Industries, Inc.
2. Flame Gard, Inc.
3. 3M.
B. Labeled according to UL 1978 by an NRTL.
C. Panel and Frame: Minimum thickness 0.0528-inch carbon steel.
D. Fasteners: Stainless steel. Panel fasteners shall not penetrate duct wall.
E. Gasket: Comply with NFPA 96; grease-tight, high-temperature ceramic fiber, rated
for minimum 2000 deg. F.
F. Minimum Pressure Rating: 10-inch wg., positive or negative.

2.10 FLEXIBLE CONNECTORS


A. Manufacturers: Subject to compliance with requirements, provide products by one of
the following:
1. Ductmate Industries, Inc.
2. Ventfabrics, Inc.
3. Ward Industries, Inc.; a division of Hart & Cooley, Inc.
B. Materials: Flame-retardant or noncombustible fabrics.
C. Coatings and Adhesives: Comply with UL 181, Class 1.
AIR DUCT ACCESSORIES
767

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


12 of 16

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 or
0.032-inch- thick aluminum sheets. 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.
F. Service Temperature: Minus 40 to plus 200 deg. F.
G. 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.
2.11 FLEXIBLE DUCTS
A. Manufacturers: Subject to compliance with requirements, provide products by one of
the following:
1. Flexmaster U.S.A., Inc.
2. McGill AirFlow LLC.
3. Ward Industries, Inc.; a division of Hart & Cooley, Inc.
B. Insulated, Flexible Duct: UL 181, Class 1, 2-ply vinyl film supported by helically
wound, spring-steel wire; fibrous-glass insulation; polyethylene vapor-barrier film.
1. Pressure Rating: 10-inch wg. positive and 1.0-inch wg. negative.
2. Maximum Air Velocity: 4000 fpm.
3. Temperature Range: Minus 10 to plus 160 deg. F.
4. Insulation R-value: Comply with ASHRAE/IESNA 90.1-2004.
AIR DUCT ACCESSORIES
768

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


13 of 16

C. Insulated, Flexible Duct: UL 181, Class 1, multiple layers of aluminum laminate


supported by helically wound, spring-steel wire; fibrous-glass insulation;
polyethylene vapor-barrier film.
1. Pressure Rating: 10-inch wg. positive and 1.0-inch wg. negative.
2. Maximum Air Velocity: 4000 fpm.
3. Temperature Range: Minus 20 to plus 210 deg. F.
4. Insulation R-value: Comply with ASHRAE/IESNA 90.1-2004.
D. Flexible Duct Connectors:
1. Clamps: Stainless-steel band with cadmium-plated hex screw to tighten band
with a worm-gear action in sizes 3 through 18 inches, to suit duct size.
2.12 DUCT ACCESSORY HARDWARE
A. Instrument Test Holes: Cast iron or cast aluminum to suit duct material, including
screw cap and gasket. Size to allow insertion of pitot tube and other testing
instruments and of length to suit duct-insulation thickness.
B. Adhesives: High strength, quick setting, neoprene based, waterproof, and resistant to
gasoline and grease.
PART 3 - EXECUTION
3.1

INSTALLATION
A. Install duct accessories according to applicable details in SMACNA's "HVAC Duct
Construction Standards - Metal and Flexible" for metal ducts and in NAIMA AH116,
"Fibrous Glass Duct Construction Standards," for fibrous-glass ducts.
B. Install duct accessories of materials suited to duct materials; use galvanized-steel
accessories in galvanized-steel and fibrous-glass ducts, stainless-steel accessories in
stainless-steel ducts, and aluminum accessories in aluminum ducts.
C. Install backdraft dampers at inlet of exhaust fans or exhaust ducts as close as possible
to exhaust fan unless otherwise indicated.
D. 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

AIR DUCT ACCESSORIES


769

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


14 of 16

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.
2. Install aluminum volume dampers in aluminum ducts.
E. Set dampers to fully open position before testing, adjusting, and balancing.
F. Install test holes at fan inlets and outlets and elsewhere as indicated.
G. Install fire dampers according to UL listing.
H. Install duct access doors on sides of ducts to allow for inspecting, adjusting, and
maintaining accessories and equipment at the following locations:
1. On both sides of duct coils.
2. Upstream from duct filters.
3. At outdoor-air intakes and mixed-air plenums.
4. At drain pans and seals.
5. Downstream from manual volume dampers, control dampers, backdraft dampers,
and equipment.
6. Adjacent to and close enough to fire dampers, to reset or reinstall fusible links.
Access doors for access to fire or smoke dampers having fusible links shall be
pressure relief access doors and shall be outward operation for access doors
installed upstream from dampers and inward operation for access doors installed
downstream from dampers.
7. At each change in direction and at maximum 50-foot spacing.
8. Upstream from turning vanes.
9. Control devices requiring inspection.
10. Elsewhere as indicated.
I. Install access doors with swing against duct static pressure.
J. Access Door Sizes:
1. One-Hand or Inspection Access: 8 by 5 inches.
AIR DUCT ACCESSORIES
770

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


15 of 16

2. Two-Hand Access: 12 by 6 inches.


3. Head and Hand Access: 18 by 10 inches.
4. Head and Shoulders Access: 21 by 14 inches.
5. Body Access: 25 by 14 inches.
6. Body plus Ladder Access: 25 by 17 inches.
K. Label access doors according to Special Provision 230553 "Identification for HVAC
Piping and Equipment" to indicate the purpose of access door.
L. Install flexible connectors to connect ducts to equipment.
M. For fans developing static pressures of 5-inch wg. and more, cover flexible
connectors with loaded vinyl sheet held in place with metal straps.
N. Connect terminal units to supply ducts directly.
O. Connect diffusers or light troffer boots to ducts directly or with maximum 60inchlengths of flexible duct clamped or strapped in place.
P. Connect flexible ducts to metal ducts with draw bands.
Q. 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 locations of access doors and verify that purpose of access door can be
performed.
3. Operate fire dampers to verify full range of movement and verify that proper heatresponse device is installed.
4. Inspect turning vanes for proper and secure installation.
5. Operate remote damper operators to verify full range of movement of operator
and damper.

AIR DUCT ACCESSORIES


771

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


16 of 16

PART 4 - MEASUREMENTS AND PAYMENT


4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective
item as described herein and shown below. This price shall be full compensation for
all work contained in the bid item as described herein and required by the related
Special Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to
complete the Work in every respect, including furnishing all materials, installation,
testing, placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional
requirements.
END OF SPECIAL PROVISION 233300

AIR DUCT ACCESSORIES


772

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 14

CATEGORY 800
BUILDINGS
SECTION 233423 - HVAC POWER VENTILATORS
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions,
Special Provisions, General Provisions, and Terms and Conditions, apply to this
Section.

1.2

SUMMARY
A. This Special Provision Section includes the following:
1. Utility set fans.
2. Centrifugal roof ventilators.
3. Centrifugal wall ventilators.
4. Ceiling-mounting ventilators.
5. In-line centrifugal fans.

1.3

PERFORMANCE REQUIREMENTS
A. Project Altitude: Base fan-performance ratings on sea level.
B. Operating Limits: Classify according to AMCA 99.

1.4

SUBMITTALS
A. Product Data: Include rated capacities, furnished specialties, and accessories for
each type of product indicated and include the following:
1. Certified fan performance curves with system operating conditions indicated.
2. Certified fan sound-power ratings.

HVAC POWER VENTILATORS


773

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


2 of 14

3. Motor ratings and electrical characteristics, plus motor and electrical accessories.
4. Material thickness and finishes, including color charts.
5. Dampers, including housings, linkages, and operators.
6. Roof curbs.
B. Shop Drawings: Detail equipment assemblies and indicate dimensions, weights,
loads, required clearances, method of field assembly, components, and location and
size of each field connection.
1. Wiring Diagrams: Power, signal, and control wiring.
2. Design Calculations: Calculate requirements for selecting vibration isolators and
for designing vibration isolation bases.
3. Vibration Isolation Base Details: Detail fabrication, including anchorages and
attachments to structure and to supported equipment. Include auxiliary motor
slides and rails, and base weights.
C. Coordination Drawings: Reflected ceiling plans and other details, drawn to scale,
on which the following items are shown and coordinated with each other, based on
input from installers of the items involved:
1. Roof framing and support members relative to duct penetrations.
2. Ceiling suspension assembly members.
3. Size and location of initial access modules for acoustical tile.
4. Ceiling-mounted items including light fixtures, diffusers, grilles, speakers,
sprinklers, access panels, and special moldings.
D. Field quality-control test reports.
E. Operation and Maintenance Data: For power ventilators to include in emergency,
operation, and maintenance manuals.
1.5

QUALITY ASSURANCE
A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in
NFPA 70, Article 100, by a testing agency acceptable to authorities having
jurisdiction, and marked for intended use.

HVAC POWER VENTILATORS


774

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


3 of 14

B. AMCA Compliance: Products shall comply with performance requirements and


shall be licensed to use the AMCA-Certified Ratings Seal.
C. NEMA Compliance: Motors and electrical accessories shall comply with NEMA
standards.
D. UL Standard: Power ventilators shall comply with UL 705.
1.6

DELIVERY, STORAGE, AND HANDLING


A. Deliver fans as factory-assembled unit, to the extent allowable by shipping
limitations, with protective crating and covering.
B. Disassemble and reassemble units, as required for moving to final location,
according to manufacturer's written instructions.
C. Lift and support units with manufacturer's designated lifting or supporting points.

1.7

COORDINATION
A. Coordinate size and location of structural-steel support members.
B. Coordinate size and location of concrete bases. Cast anchor-bolt inserts into bases.
Concrete, reinforcement, and formwork requirements are specified in .
C. Coordinate installation of roof curbs, equipment supports, and roof penetrations.
These items are specified in Special Provision 077200 "Roof Accessories."

PART 2 - PRODUCTS
2.1

UTILITY SET FANS


A. Manufacturers: Subject to compliance with requirements, provide products by one
of the following:
1. Greenheck.
2. Loren Cook Company.
3. PennBarry.

HVAC POWER VENTILATORS


775

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


4 of 14

B. Housing: Fabricated of galvanized steel with side sheets fastened with a deep lock
seam or welded to scroll sheets.
1. Housing Discharge Arrangement: Adjustable to eight standard positions.
2. Coatings: Thickness of 4.0-6.0 mils, Hi Pro Polyester topcoat with zinc-rich
epoxy base coat, applied to housing and impeller.
C. Fan Wheels: Single-width, single inlet; welded to cast-iron or cast-steel hub and
spun-steel inlet cone, with hub keyed to shaft.
1. Blade Materials: Steel.
D. Fan Shaft: Turned, ground, and polished steel; keyed to wheel hub.
E. Shaft Bearings: Prelubricated and sealed, self-aligning, pillow-block-type ball
bearings with ABMA 9, L10 of 80,000 hours.
1. Extend grease fitting to accessible location outside of unit.
F. Belt Drives:
1. Factory mounted, with final alignment and belt adjustment made after installation
2. Service Factor Based on Fan Motor Size: 1.5.
3. Motor Pulleys: Adjustable pitch for use with motors through 5 hp; fixed pitch for
use with larger motors. Select pulley so pitch adjustment is at the middle of
adjustment range at fan design conditions.
4. Belts: Oil resistant, nonsparking, and nonstatic; matched sets for multiple belt
drives.
5. Belt Guards: Fabricate of steel for motors mounted on outside of fan cabinet.
G. Accessories:
1. Inlet and Outlet: Flanged.
2. Companion Flanges: Rolled flanges for duct connections of same material as
housing.
3. Access Door: Gasketed door in scroll with latch-type handles.

HVAC POWER VENTILATORS


776

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


5 of 14

4. Drain Connections: NPS 3/4 threaded coupling drain connection installed at


lowest point of housing.
5. Motor: TEFC, insulation Class F with thermal overload protection.
6. Warranty: Manufacturers standard 1-year, with 4-year extended warranty (5
years total).
2.2

CENTRIFUGAL ROOF VENTILATORS


A. Manufacturers: Subject to compliance with requirements, provide products by one
of the following:
1. Acme Engineering & Mfg. Corp.
2. Greenheck.
3. Hartzell Fan, Inc.
4. Loren Cook Company.
5. PennBarry.
B. Description: Direct- or belt-driven centrifugal fans consisting of housing, wheel,
fan shaft, bearings, motor and disconnect switch, drive assembly, curb base, and
accessories.
C. Housing: Removable, spun-aluminum, dome top and outlet baffle; square, onepiece, aluminum base with venturi inlet cone.
1. Upblast Units: Provide spun-aluminum discharge baffle to direct discharge air
upward, with rain and snow drains.
2. Hinged Subbase: Galvanized-steel hinged arrangement permitting service and
maintenance.
D. Fan Wheels: Aluminum hub and wheel with backward-inclined blades.
E. Belt-Driven Drive Assembly: Resiliently mounted to housing, with the following
features:
1. Fan Shaft: Turned, ground, and polished steel; keyed to wheel hub.
2. Shaft Bearings: Permanently lubricated, permanently sealed, self-aligning ball
bearings.

HVAC POWER VENTILATORS


777

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


6 of 14

3. Pulleys: Cast-iron, adjustable-pitch motor pulley.


4. Fan and motor isolated from exhaust airstream.
F. Direct Drive Fans (where applicable):
1. Electronically commutated motor (ECM).
2. Motor enclosures: Open type.
3. Motor shall be a DC electronic commutation type motor (ECM) specifically
designed for fan applications. AC induction type motors are not acceptable.
Examples of unacceptable motors are: Shaded Pole, Permanent Split Capacity
(PSC), Split Phase, Capacitor Start, and 3 phase induction type motors.
4. Motor shall be permanently lubricated, heavy duty ball bearing type to match with
the fan load and pre-wired to the specific voltage and phase.
5. Internal motor circuitry shall convert AC power supplied to the fan to DC power
to operate the motor.
6. Motor shall be speed controllable down to 20% of full speed (80% turndown).
Speed shall be controlled either by a potentiometer dial mounted at the motor or
by a 0-10 VDC signal. Provide mounted potentiometer, regardless of control
methodology.
7. Motor shall be a minimum of 85% efficient at all speeds.
G. Accessories:
1. Disconnect Switch: NEMA 4X, non-fusible type, with thermal-overload
protection mounted inside fan housing, factory wired through an internal
aluminum conduit.
2. Bird Screens: Removable, 1/2-inch mesh, aluminum or brass wire.
3. Dampers: Counterbalanced, parallel-blade, backdraft dampers mounted in curb
base; factory set to close when fan stops. Provide motorized dampers where
required by controls diagrams or sequences.
H. Roof Curbs: Galvanized steel; mitered and welded corners; 1-1/2-inch- thick, rigid,
fiberglass insulation adhered to inside walls; and 1-1/2-inch wood nailer. Size as
required to suit roof opening and fan base.
1. Configuration: Self-flashing without a cant strip, with mounting flange.
HVAC POWER VENTILATORS
778

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


7 of 14

2. Overall Height: 12 inches.


3. Pitch Mounting: Manufacture curb for roof slope.
4. Metal Liner: Galvanized steel.
5. Mounting Pedestal: Galvanized steel with removable access panel.
2.3

CENTRIFUGAL WALL VENTILATORS


A. Manufacturers: Subject to compliance with requirements, provide products by one
of the following:
1. Acme Engineering & Mfg. Corp.
2. Greenheck.
3. Hartzell Fan, Inc.
4. Loren Cook Company.
5. PennBarry.
B. Housing: Heavy-gage, removable, spun-aluminum, dome top and outlet baffle;
venturi inlet cone.
C. Fan Wheel: Aluminum hub and wheel with backward-inclined blades.
D. Belt Drives (where applicable):
1. Resiliently mounted to housing.
2. Fan Shaft: Turned, ground, and polished steel; keyed to wheel hub.
3. Shaft Bearings: Permanently lubricated, permanently sealed, self-aligning ball
bearings.
4. Pulleys: Cast-iron, adjustable-pitch motor pulley.
5. Fan and motor isolated from exhaust airstream.
E. Direct Drive Fans (where applicable):
1. Electronically commutated motor (ECM).

HVAC POWER VENTILATORS


779

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


8 of 14

2. Motor enclosures: Open type.


3. Motor shall be a DC electronic commutation type motor (ECM) specifically
designed for fan applications. AC induction type motors are not acceptable.
Examples of unacceptable motors are: Shaded Pole, Permanent Split Capacity
(PSC), Split Phase, Capacitor Start, and 3 phase induction type motors.
4. Motor shall be permanently lubricated, heavy duty ball bearing type to match with
the fan load and pre-wired to the specific voltage and phase.
5. Internal motor circuitry shall convert AC power supplied to the fan to DC power
to operate the motor.
6. Motor shall be speed controllable down to 20% of full speed (80% turndown).
Speed shall be controlled either by a potentiometer dial mounted at the motor or
by a 0-10 VDC signal. Provide mounted potentiometer, regardless of control
methodology.
7. Motor shall be a minimum of 85% efficient at all speeds.
F. Accessories:
1. Disconnect Switch: NEMA 4X, non-fusible type, with thermal-overload
protection mounted inside fan housing, factory wired through internal aluminum
conduit.
2. Bird Screens: Removable, 1/2-inch mesh, aluminum or brass wire.
3. Dampers: Counterbalanced, parallel-blade, backdraft dampers mounted in wall
sleeve; factory set to close when fan stops.
4. Motorized Dampers: Parallel-blade dampers mounted in curb base with electric
actuator; wired to close when fan stops. Refer to control diagrams and sequences
for instances where motorized dampers are required.
2.4

CEILING-MOUNTING VENTILATORS
A. Manufacturers: Subject to compliance with requirements, provide products by one
of the following:
1. Greenheck.
2. Loren Cook Company.

HVAC POWER VENTILATORS


780

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


9 of 14

3. PennBarry.
B. Description: Centrifugal fans designed for installing in ceiling or wall or for
concealed in-line applications.
C. Housing: Steel, lined with acoustical insulation.
D. Direct Drive Fans (where applicable):
1. Electronically commutated motor (ECM).
2. Motor enclosures: Open type.
3. Motor shall be a DC electronic commutation type motor (ECM) specifically
designed for fan applications. AC induction type motors are not acceptable.
Examples of unacceptable motors are: Shaded Pole, Permanent Split Capacity
(PSC), Split Phase, Capacitor Start, and 3 phase induction type motors.
4. Motor shall be permanently lubricated, heavy duty ball bearing type to match with
the fan load and pre-wired to the specific voltage and phase.
5. Internal motor circuitry shall convert AC power supplied to the fan to DC power
to operate the motor.
6. Motor shall be speed controllable down to 20% of full speed (80% turndown).
Speed shall be controlled either by a potentiometer dial mounted at the motor or
by a 0-10 VDC signal. Provide mounted potentiometer, regardless of control
methodology.
7. Motor shall be a minimum of 85% efficient at all speeds.
E. Grille: Aluminum, louvered grille with flange on intake and thumbscrew
attachment to fan housing.
F. Electrical Requirements: Junction box for electrical connection on housing and
receptacle for motor plug-in.
G. Accessories:
1. Manual Starter Switch: Single-pole rocker switch assembly with cover and pilot
light.
2. Isolation: Rubber-in-shear vibration isolators.
3. Manufacturer's standard transition fittings.
HVAC POWER VENTILATORS
781

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


10 of 14

4. Backdraft damper.
2.5

IN-LINE CENTRIFUGAL FANS


A. Manufacturers: Subject to compliance with requirements, provide products by one
of the following:
1. Acme Engineering & Mfg. Corp.
2. Greenheck.
3. Hartzell Fan, Inc.
4. Loren Cook Company.
5. PennBarry.
B. Description: In-line, direct or belt-driven centrifugal fans consisting of housing,
wheel, outlet guide vanes, fan shaft, bearings, motor and disconnect switch, drive
assembly, mounting brackets, and accessories.
C. Housing: Split, spun aluminum with aluminum straightening vanes, inlet and outlet
flanges, and support bracket adaptable to floor, side wall, or ceiling mounting.
D. Direct-Driven Units: Motor mounted in airstream, factory wired to disconnect
switch located on outside of fan housing.
E. Belt-Driven Units: Motor mounted on adjustable base, with adjustable sheaves,
enclosure around belts within fan housing, and lubricating tubes from fan bearings
extended to outside of fan housing.
F. Fan Wheels: Aluminum, airfoil blades welded to aluminum hub.
G. Accessories:
1. Companion Flanges: For inlet and outlet duct connections.
2. Fan Guards: 1/2- by 1-inch mesh of galvanized steel in removable frame.
Provide guard for inlet or outlet for units not connected to ductwork.
3. Motor and Drive Cover (Belt Guard): Epoxy-coated steel.
4. Disconnect Switch: NEMA 12, non-fusible type, positive electrical shut-off.
Wired from fan motor to junction box installed within motor compartment.

HVAC POWER VENTILATORS


782

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


11 of 14

5. Isolation: Neoprene/Rubber Mount, sized to match the weight of each fan.


2.6

SOURCE QUALITY CONTROL


A. Sound-Power Level Ratings: Comply with AMCA 301, "Methods for Calculating
Fan Sound Ratings from Laboratory Test Data." Factory test fans according to
AMCA 300, "Reverberant Room Method for Sound Testing of Fans." Label fans
with the AMCA-Certified Ratings Seal.
B. Fan Performance Ratings: Establish flow rate, pressure, power, air density, speed
of rotation, and efficiency by factory tests and ratings according to AMCA 210,
"Laboratory Methods of Testing Fans for Rating."

2.7

MOTORS
A. Comply with NEMA designation, temperature rating, service factor, enclosure type,
and efficiency requirements for motors specified in Special Provision 230513
"Common Motor Requirements for HVAC Equipment."
1. Motor Sizes: Minimum size as indicated. If not indicated, large enough so driven
load will not require motor to operate in service factor range above 1.0.
2. Controllers, Electrical Devices, and Wiring: Comply with requirements for
electrical devices and connections specified in Division 26 Sections.
B. Enclosure Type: Totally enclosed, fan cooled.

PART 3 - EXECUTION
3.1

INSTALLATION
A. Install power ventilators level and plumb.
B. Support units using restrained elastomeric mounts or spring isolators having a static
deflection of 1 inch. Vibration-control devices are specified in Special Provision
230548.13 "Vibration Controls for HVAC."
1. Secure vibration controls to concrete bases using anchor bolts cast in concrete
base.
C. Secure roof-mounting fans to roof curbs with cadmium-plated hardware. Refer to
Special Provision 077200 "Roof Accessories" for installation of roof curbs.

HVAC POWER VENTILATORS


783

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


12 of 14

D. Ceiling Units: Suspend units from structure; use steel wire or metal straps.
E. Support suspended units from structure using threaded steel rods and spring hangers
having a static deflection of 1 inch. Vibration-control devices are specified in
Special Provision 230548.13 "Vibration Controls for HVAC."
F. Install units with clearances for service and maintenance.
G. Label units according to requirements specified in Special Provision 230553
"Identification for HVAC Piping and Equipment."
3.2

CONNECTIONS
A. Duct installation and connection requirements are specified in other Sections.
Drawings indicate general arrangement of ducts and duct accessories. Make final
duct connections with flexible connectors. Flexible connectors are specified in
Special Provision 233300 "Air Duct Accessories."
B. Install ducts adjacent to power ventilators to allow service and maintenance.
C. Ground equipment according to Special Provision 260526 "Grounding and Bonding
for Electrical Systems."
D. Connect wiring according to Special Provision 260519 "Low-Voltage Electrical
Power Conductors and Cables."

3.3

FIELD QUALITY CONTROL


A. Perform the following field tests and inspections and prepare test reports:
1. Verify that shipping, blocking, and bracing are removed.
2. Verify that unit is secure on mountings and supporting devices; and that
connections to ducts and electrical components are complete. Verify that proper
thermal-overload protection is installed in motors, starters, and disconnect
switches.
3. Verify that cleaning and adjusting are complete.
4. Disconnect fan drive from motor, verify proper motor rotation direction, and
verify fan wheel free rotation and smooth bearing operation. Reconnect fan drive
system, align and adjust belts, and install belt guards.
5. Adjust belt tension.

HVAC POWER VENTILATORS


784

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


13 of 14

6. Adjust damper linkages for proper damper operation.


7. Verify lubrication for bearings and other moving parts.
8. Verify that manual and automatic volume control and fire and smoke dampers in
connected ductwork systems are in fully open position.
9. Disable automatic temperature-control operators, energize motor and adjust fan to
indicated rpm, and measure and record motor voltage and amperage.
10. Shut unit down and reconnect automatic temperature-control operators.
11. Remove and replace malfunctioning units and retest as specified above.
B. Test and adjust controls and safeties.
controls and equipment.
3.4

Replace damaged and malfunctioning

ADJUSTING
A. Adjust damper linkages for proper damper operation.
B. Adjust belt tension.
C. Refer to Special Provision 230593 "Testing, Adjusting, and Balancing for HVAC"
for testing, adjusting, and balancing procedures.
D. Replace fan and motor pulleys as required to achieve design airflow.
E. Lubricate bearings.

PART 4 - MEASUREMENTS AND PAYMENT


4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective
item as described herein and shown below. This price shall be full compensation for
all work contained in the bid item as described herein and required by the related
Special Provisions.

HVAC POWER VENTILATORS


785

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


14 of 14

B. Payment will be made under:


Item 8001

Bay Bridge Administration Buildinglump sum

Item 8002

Bay Bridge Police Buildinglump sum

Item 8003

Temporary Trailerslump sum

C. Costs include all labor, materials, services, testing and equipment necessary to
complete the Work in every respect, including furnishing all materials, installation,
testing, placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional
requirements.
END OF SPECIAL PROVISION 233423

HVAC POWER VENTILATORS


786

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 7

CATEGORY 800
BUILDINGS
SECTION 233600 - AIR TERMINAL UNITS
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions, Special
Provisions, General Provisions, and Terms and Conditions, apply to this Section.

1.2

SUMMARY
A. Special Provision Section includes:
1. Shutoff, single-duct air terminal units.

1.3

PERFORMANCE REQUIREMENTS
A. Structural Performance: Hangers and supports shall withstand the effects of gravity
loads and stresses within limits and under conditions described in SMACNA's "HVAC
Duct Construction Standards - Metal and Flexible".

1.4

SUBMITTALS
A. Product Data: For each type of the following products, including rated capacities,
furnished specialties, sound-power ratings, and accessories.
1. Air terminal units.
B. Shop Drawings: For air terminal units. Include plans, elevations, sections, details, and
attachments to other work.
1. Detail equipment assemblies and indicate dimensions, weights, loads, required
clearances, method of field assembly, components, and location and size of each
field connection.
2. Wiring Diagrams: For power, signal, and control wiring.
3. Hangers and supports, including methods for duct and building attachment and
vibration isolation.

AIR TERMINAL UNITS


787

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


2 of 7

4. Field quality-control reports.


C. Operation and Maintenance Data: For air terminal units to include in emergency,
operation, and maintenance manuals. In addition to items specified in Division 01
Special Provision 017823 "Operation and Maintenance Data," include the following:
1. Instructions for resetting minimum and maximum air volumes.
2. Instructions for adjusting software set points.
1.5

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. ASHRAE Compliance: Applicable requirements in ASHRAE 62.1-2004, Section 5 "Systems and Equipment" and Section 7 - "Construction and System Start-Up."

PART 2 - PRODUCTS
2.1

SHUTOFF, SINGLE-DUCT AIR TERMINAL UNITS


A. Manufacturers: Subject to compliance with requirements, provide products by one of
the following:
1. Environmental Technologies, Inc.
2. METALAIRE, Inc.
3. Nailor Industries Inc.
4. Price Industries.
5. Titus.
B. Furnish and install single-duct variable air volume terminal units of the sizes and
capacities as scheduled. Terminals must be certified by ARI and shall bear the ARI 880
seal.
C. Construction: Terminals shall be constructed of 22 gauge or heavier G90 galvanized
steel, able to withstand a 125 hour salt spray test per ASTM B 117. Stainless steel

AIR TERMINAL UNITS


788

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


3 of 7

casings or galvannealed steel casings with a baked enamel paint finish may be used as an
alternative. The terminal casing shall be mechanically assembled (spot-welded
1. casings are not acceptable). Casing shall be double wall construction using a 22
gauge G90 galvanized metal liner with a chrome finish covering all insulation and
internally lined with 1/2-inch thick, 4 pound per cubic foot skin, dual density
fiberglass insulation, complying with NFPA 90A. Minimum thermal conductivity
shall be 0.24. Insulation must meet all requirements of UL 181 and NFPA 90A. Raw
insulation edges on the discharge of the unit must be covered with metal liner to
eliminate flaking of insulation during field duct connections. Simple "buttering" of
raw edges with an approved sealant is not acceptable. All appurtenances
including control assemblies and hot water heating coils shall not extend beyond
the top and bottom of the unit casing. At an inlet velocity of 2000 fpm, the static
pressure drop across the basic terminal shall not exceed .08" W.G. for all unit sizes.
Terminal shall have bottom access plate for cleaning.
D. Primary Air Valve: The primary air valve shall consist of a minimum 22 gauge
cylindrical body that includes embossment rings for rigidity. The damper blade shall be
connected to a solid shaft by means of an integral molded sleeve which does not require
screw or bolt fasteners. The shaft shall be manufactured of a low thermal conducting
composite material, and include a molded damper position indicator visible from the
exterior of the unit. The damper shall pivot in self-lubricating bearings. The damper
actuator shall be mounted on the exterior of the terminal for ease of service. The valve
assembly shall include internal mechanical stops for both full open and closed positions.
The damper blade seal shall be secured without use of adhesives. The air valve leakage
shall not exceed 1 percent of maximum inlet rated airflow at 3" W.G. inlet pressure.
E. Primary Airflow Sensor (Pressure Independent): Differential pressure airflow sensor
shall traverse the duct using the equal cross sectional area or log-linear traverse method
along two perpendicular diameters. Single axis sensor shall not be acceptable for duct
diameters 6" or larger. A minimum of 12 total pressure sensing points shall be utilized.
The total pressure inputs shall be average using a pressure chamber located at the center
of the sensor. A sensor that delivers the differential pressure signal from one end of the
sensor is not acceptable. The sensor shall output an amplified differential pressure
signal that is at least 2.5 times the equivalent velocity pressure signal obtained from a
conventional pitot tube. The sensor shall develop a differential pressure of 0.03" W.G.
at an air velocity of. 450 fpm. Documentation shall be submitted which substantiates
this requirement. Brass balancing taps and airflow calibration charts shall be provided
for field airflow requirements.
1. Hot Water Coil: Single duct terminal shall include- an integral hot water coil where
indicated on the plans. The coil shall be manufactured by the terminal unit
manufacturer and shall have a minimum 22 gauge galvanized sheet metal casing
with a minimum G90 zinc coating. Stainless steel casings or galvannealed steel
AIR TERMINAL UNITS
789

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


4 of 7

casings with a baked enamel paint finish, may be used as an alternative. Coil to be
constructed of pure aluminum fins with full fin collars to assure accurate fin spacing
and maximum tube contact.
F. Controls: Terminal shall be equipped with factory mounted direct digital control (DDC)
furnished by the automatic temperature control (ATC) contractor.
2.2

HANGERS AND SUPPORTS


A. Hanger Rods: Electrogalvanized, all-thread rods or galvanized rods with threads painted
with zinc-chromate primer after installation.
B. Steel Cables: Galvanized steel complying with ASTM A 603.
C. Air Terminal Unit Attachments: Sheet metal screws, blind rivets, or self-tapping metal
screws; compatible with duct materials.
D. Trapeze and Riser Supports: Steel shapes and plates for units with steel casings;
aluminum for units with aluminum casings.

2.3

SOURCE QUALITY CONTROL


A. Factory Tests: Test assembled air terminal units according to ARI 880.
1. Label each air terminal unit with plan number, nominal airflow, maximum and
minimum factory-set airflows, coil type, and ARI certification seal.

PART 3 - EXECUTION
3.1

INSTALLATION
A. Install air terminal units according to NFPA 90A, "Standard for the Installation of Air
Conditioning and Ventilating Systems."
B. Install air terminal units level and plumb. Maintain sufficient clearance for normal
service and maintenance.
C. Install wall-mounted thermostats.

AIR TERMINAL UNITS


790

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

3.2

Contract No. BB-2829-000-006


5 of 7

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.
C. Use powder-actuated concrete fasteners for standard-weight aggregate concretes and for
slabs more than 4 inches thick.
D. Do not use powder-actuated concrete fasteners for lightweight-aggregate concretes and
for slabs less than 4 inches thick.
E. Hangers Exposed to View: Threaded rod and angle or channel supports.
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.

3.3

CONNECTIONS
A. Install piping adjacent to air terminal unit to allow service and maintenance.
B. Hot-Water Piping: In addition to requirements in Special Provision 232113 "Hydronic
Piping," connect heating coils to supply with shutoff valve, strainer, control valve, and
union or flange; and to return with balancing valve and union or flange.
C. Connect ducts to air terminal units according to Special Provision 233113 "Metal
Ducts."
D. Make connections to air terminal units with flexible connectors complying with
requirements in Special Provision 233300 "Air Duct Accessories."

3.4

IDENTIFICATION
A. Label each air terminal unit with plan number, nominal airflow, and maximum and
minimum factory-set airflows. Comply with requirements in Special Provision

AIR TERMINAL UNITS


791

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


6 of 7

230553 "Identification for HVAC Piping and Equipment" for equipment labels and
warning signs and labels.
3.5

FIELD QUALITY CONTROL


A. Testing Agency: a qualified testing agency to perform tests and inspections.
B. Perform tests and inspections.
C. Manufacturer's Field Service: Engage a factory-authorized service representative to
inspect components, assemblies, and equipment installations, including connections, and
to assist in testing.
D. Tests and Inspections:
1. After installing air terminal units and after electrical circuitry has been energized,
test for compliance with requirements.
2. Leak Test: After installation, fill water coils and test for leaks. Repair leaks and
retest until no leaks exist.
3. Operational Test: After electrical circuitry has been energized, start units to confirm
proper motor rotation and unit operation.
4. Test and adjust controls and safeties. Replace damaged and malfunctioning controls
and equipment.
5. Air terminal unit will be considered defective if it does not pass tests and inspections.
6. Prepare test and inspection reports.

3.6

STARTUP SERVICE
A. Perform startup service.
1. Complete installation and startup checks according to manufacturer's written
instructions.
2. Verify that inlet duct connections are as recommended by air terminal unit
manufacturer to achieve proper performance.
3. Verify that controls and control enclosure are accessible.
4. Verify that control connections are complete.

AIR TERMINAL UNITS


792

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


7 of 7

5. Verify that nameplate and identification tag are visible.


6. Verify that controls respond to inputs as specified.
3.7

DEMONSTRATION
A. Engage a factory-authorized service representative to train Owner's maintenance
personnel to adjust, operate, and maintain air terminal units.

PART 4 - MEASUREMENTS AND PAYMENT


4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective item
as described herein and shown below. This price shall be full compensation for all work
contained in the bid item as described herein and required by the related Special
Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to complete
the Work in every respect, including furnishing all materials, installation, testing,
placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional requirements.
END OF SPECIAL PROVISION 233600

AIR TERMINAL UNITS


793

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 7
CATEGORY 800
BUILDINGS

SECTION 233713 - DIFFUSERS, REGISTERS, AND GRILLES


PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions, Special
Provisions, General Provisions, and Terms and Conditions, apply to this Section.

1.2

SUMMARY
A. Special Provision Section includes:
1.
2.
3.
4.
5.
6.

1.3

Round diffusers.
Square ceiling diffusers.
Adjustable bar registers and grilles.
Fixed face registers and grilles.
Linear bar diffusers.
Linear slot diffusers.

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, room
location, quantity, model number, size, and accessories furnished.
B. Coordination Drawings: Reflected ceiling plans, drawn to scale, on which the following
items are shown and coordinated with each other, using input from Installers of the items
involved:
1.
2.
3.
4.

Ceiling suspension assembly members.


Method of attaching hangers to building structure.
Size and location of initial access modules for acoustical tile.
Ceiling-mounted items including lighting fixtures, diffusers, grilles, speakers,
sprinklers, access panels, and special moldings.

DIFFUSERS, REGISTERS, AND GRILLES


794

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


2 of 7

5. Duct access panels.


B. Source quality-control reports.
PART 2 - PRODUCTS
2.1

DIFFUSERS
A. Round Diffuser:
1. Manufacturers: Subject to compliance with requirements, provide products by one
of the following:
a. Carnes.
b. METALAIRE, Inc.
c. Nailor Industries Inc.
d. Price Industries.
e. Titus.
f. Tuttle & Bailey.
2.
3.
4.
5.
6.
7.
8.

Material: Aluminum.
Finish: Baked enamel, white.
Face Style: Multiple cones.
Mounting: Duct connection.
Pattern: Two-position horizontal.
Dampers: Combination damper and grid.
Accessories:
a. Equalizing grid.

B. Square Ceiling Diffusers:


1. Manufacturers: Subject to compliance with requirements, provide products by one
of the following:
a. Carnes.
b. METALAIRE, Inc.
c. Nailor Industries Inc.
d. Price Industries.
e. Titus.
f. Tuttle & Bailey.
2.
3.
4.
5.

Material: Aluminum.
Finish: Baked enamel, white.
Face Size: 24 by 24 inches (600 by 600 mm) or as indicated.
Face Style: As indicated.

DIFFUSERS, REGISTERS, AND GRILLES


795

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS
6.
7.
8.
9.

2.2

Contract No. BB-2829-000-006


3 of 7

Mounting: Surface, T-bar, or as indicated.


Pattern: Fixed.
Dampers: Combination damper and grid.
Accessories:
a. Equalizing grid.
b. Plaster ring.

REGISTERS AND GRILLES


A. Adjustable Bar Register:
1. Manufacturers: Subject to compliance with requirements, provide products by one
of the following:
a. Carnes.
b. METALAIRE, Inc.
c. Nailor Industries Inc.
d. Price Industries.
e. Titus.
f. Tuttle & Bailey.
2. Material: Aluminum.
3. Finish: Baked enamel, white.
4. Face Blade Arrangement: Horizontal spaced 3/4 inch (19 mm) apart or as indicated.
5. Core Construction: Integral.
6. Rear-Blade Arrangement: Vertical spaced 3/4 inch (19 mm) apart or as indicated.
7. Frame: 1-1/4 inches (32 mm) wide.
8. Mounting: Countersunk screw.
9. Damper Type: Adjustable opposed blade.
10. Accessories:
a. Front-blade gang operator.
B. Adjustable Bar Grille:
1. Manufacturers: Subject to compliance with requirements, provide products by one
of the following:
a. Carnes.
b. METALAIRE, Inc.
c. Nailor Industries Inc.
d. Price Industries.
e. Titus.
f. Tuttle & Bailey.
2. Material: Aluminum.

DIFFUSERS, REGISTERS, AND GRILLES


796

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS
3.
4.
5.
6.
7.
8.

Contract No. BB-2829-000-006


4 of 7

Finish: Baked enamel, white.


Face Blade Arrangement: Horizontal spaced 3/4 inch (19 mm) apart or as indicated.
Core Construction: Integral.
Rear-Blade Arrangement: Vertical spaced 3/4 inch (19 mm) apart or as indicated.
Frame: 1-1/4 inches (32 mm).
Mounting: Countersunk screw.

C. Fixed Face Register:


1. Manufacturers: Subject to compliance with requirements, provide products by one
of the following:
a. Carnes.
b. Krueger.
c. Nailor Industries Inc.
d. Price Industries.
e. Titus.
f. Tuttle & Bailey.
2. Material: Steel or Aluminum.
3. Finish: Baked enamel, white.
4. Face Arrangement: as indicated.
5. Core Construction: Integral.
6. Frame: 1-1/4 incheside.
7. Mounting: Countersunk screw.
8. Damper Type: Adjustable opposed blade.
D. Fixed Face Grille:
1. Manufacturers: Subject to compliance with requirements, provide products by one
of the following:
a. Carnes.
b. Krueger.
c. Nailor Industries Inc.
d. Price Industries.
e. Titus.
f. Tuttle & Bailey.
2.
3.
4.
5.
6.
7.

Material: Aluminum.
Finish: Baked enamel, white.
Face Arrangement: as indicated.
Core Construction: Integral.
Frame: 1-1/4 inches (32 mm) wide.
Mounting: Countersunk screw.

DIFFUSERS, REGISTERS, AND GRILLES


797

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

2.3

Contract No. BB-2829-000-006


5 of 7

LINEAR BAR DIFFUSERS


A. Manufacturers: Subject to compliance with requirements, provide products by one of
the followings:
1.
2.
3.
4.
5.
6.

Carnes.
METALAIRE, Inc.
Nailor Industries, Inc.
Price Industries.
Titus.
Tuttle & Bailey.

B. Devices shall be specifically designed for variable-air-volume flows.


C. Material: Aluminum.
D. Finish: Baked enamel, white.
E. Wide Core Spacing Arrangement: 1/8-inch thick blades spaced 1/2 inch apart; zero or 15degree deflection, as indicated in schedules.
F. One-Way Deflection Vanes: Extruded construction fixed louvers with removable core.
G. Frame: 3/4 inch wide.
H. Mounting: Concealed bracket or spring clip.
I. Damper Type: Adjustable opposed-blade assembly.
J. Accessories: Plaster frame, core clips, blank-off strips.
2.4

LINEAR SLOT DIFFUSERS


A. Manufacturers: Subject to compliance with requirements, provide products by one of
the followings:
1. Carnes.
2. METALAIRE, Inc.
3. Nailor Industries, Inc.
4. Price Industries.
5. Titus.
6. Tuttle & Bailey.

DIFFUSERS, REGISTERS, AND GRILLES


798

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


6 of 7

B. Devices shall be specifically designed for variable-air-volume flows.


C. Material - Shell: Aluminum, insulated.
D. Material - Pattern Controller and Tees: Aluminum.
E. Finish - Face and Shell: Baked enamel, black.
F. Finish - Pattern Controller: Baked enamel, black.
G. Finish - Tees: Baked enamel, white.
H. Slot Width: 3/4 inch.
I. Number of Slots: As indicated in schedules.
J. Length: As indicated in schedules.
K. Accessories: Plaster frame, T-bar slot, T-bar on both sides, T-bar clips on both sides.
2.5

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."

PART 3 - EXECUTION
3.1

EXAMINATION
A. Examine areas where diffusers, registers, and grilles are to be installed for compliance
with requirements for installation tolerances and other conditions affecting performance
of equipment.
B. Proceed with installation only after unsatisfactory conditions have been corrected.

3.2

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

DIFFUSERS, REGISTERS, AND GRILLES


799

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


7 of 7

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.
3.3

ADJUSTING
A. After installation, adjust diffusers, registers, and grilles to air patterns indicated, or as
directed, before starting air balancing.

PART 4 - MEASUREMENTS AND PAYMENT


4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective item
as described herein and shown below. This price shall be full compensation for all work
contained in the bid item as described herein and required by the related Special
Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to complete
the Work in every respect, including furnishing all materials, installation, testing,
placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional requirements.
END OF SPECIAL PROVISION 233713

DIFFUSERS, REGISTERS, AND GRILLES


800

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 7

CATEGORY 800
BUILDINGS
SECTION 233723 - HVAC GRAVITY VENTILATORS
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A.

1.2

Drawings and general provisions of the Contract, including Contract Provisions, Special
Provisions, General Provisions, and Terms and Conditions, apply to this Section.

SUMMARY
A.

Special Provision Section includes:


1. Roof hoods.
2. Goosenecks.

1.3

PERFORMANCE REQUIREMENTS
A.

Delegated Design: Design ventilators, including comprehensive engineering analysis by


a qualified professional engineer, using structural performance requirements and design
criteria indicated.

B.

Structural Performance: Ventilators shall withstand the effects of gravity loads and the
following loads and stresses within limits and under conditions indicated without
permanent deformation of ventilator components, noise or metal fatigue caused by
ventilator blade rattle or flutter, or permanent damage to fasteners and anchors. Wind
pressures shall be considered to act normal to the face of the building.
1. Wind Loads: Determine loads based on a uniform pressure of 20 lbf/sq. ft. (960 Pa),
acting inward or outward.

C.

Thermal Movements: Allow for thermal movements from ambient and surface
temperature changes, without buckling, opening of joints, overstressing of components,
failure of connections, or other detrimental effects.
1.

Temperature Change (Range): 120 deg. F (67 deg. C), ambient; 180 deg. F (100
deg. C), material surfaces.

HVAC GRAVITY VENTILATORS


801

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS
D.

1.4

Contract No. BB-2829-000-006


2 of 7

Water Entrainment: Limit water penetration through unit to comply with ASHRAE
62.1.

SUBMITTALS
A.

Product Data: For each type of product indicated. For louvered-penthouse ventilators
specified to bear AMCA seal, include printed catalog pages showing specified models
with appropriate AMCA Certified Ratings Seals.

B.

Shop Drawings: For gravity ventilators. Include plans, elevations, sections, details,
ventilator attachments to curbs, and curb attachments to roof structure.
1. Show weep paths, gaskets, flashing, sealant, and other means of preventing water
intrusion.

C.

Samples: For each exposed product and for each color and texture specified.

D.

Samples for Initial Selection: For units with factory-applied color finishes.

E.

Samples for Verification: For each type of louvered-penthouse ventilator indicated, in


manufacturer's standard size.

F.

Delegated-Design Submittal: For shop-fabricated ventilators indicated to comply with


performance requirements and design criteria, including analysis data signed and sealed
by the qualified professional engineer responsible for their preparation.
1. Detail fabrication and assembly of shop-fabricated ventilators.

G.

Coordination Drawings: Roof framing plans and other details, drawn to scale, on which
the following items are shown and coordinated with each other, based on input from
installers of the items involved:
1. Structural members to which roof curbs and ventilators will be attached.
2. Sizes and locations of roof openings.

H.
1.5

Welding certificates.

QUALITY ASSURANCE
A.

Welding Qualifications: Qualify procedures and personnel according to the following:


1. AWS D1.2/D1.2M, "Structural Welding Code - Aluminum."
2. AWS D1.3, "Structural Welding Code - Sheet Steel."

HVAC GRAVITY VENTILATORS


802

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

1.6

Contract No. BB-2829-000-006


3 of 7

COORDINATION
A.

Coordinate sizes and locations of roof curbs, equipment supports, and roof penetrations
with actual equipment provided.

PART 2 - PRODUCTS
2.1

MATERIALS
A.

Aluminum Extrusions: ASTM B 221 (ASTM B 221M), Alloy 6063-T5 or T-52.

B.

Aluminum Sheet: ASTM B 209 (ASTM B 209M), Alloy 3003 or 5005 with temper as
required for forming or as otherwise recommended by metal producer for required
finish.

C.

Galvanized-Steel Sheet:
phosphatized.

D.

Stainless-Steel Sheet: ASTM A 666, Type 304, with No. 6 finish.

E.

Fasteners: Same basic metal and alloy as fastened metal or 300 Series stainless steel
unless otherwise indicated. Do not use metals that are incompatible with joined
materials.

ASTM A 653/A 653M, G90 (Z275) zinc coating, mill

1. Use types and sizes to suit unit installation conditions.


2. Use Phillips flat-head screws for exposed fasteners unless otherwise indicated.

2.2

F.

Post-Installed Fasteners for Concrete and Masonry: Torque-controlled expansion


anchors made from stainless-steel components, with capability to sustain without failure
a load equal to 4 times the loads imposed for concrete, or 6 times the load imposed for
masonry, as determined by testing per ASTM E 488, conducted by a qualified
independent testing agency.

G.

Bituminous Paint: Cold-applied asphalt emulsion complying with ASTM D 1187.

FABRICATION, GENERAL
A.

Factory or shop fabricate gravity ventilators to minimize field splicing and assembly.
Disassemble units to the minimum extent as necessary for shipping and handling.
Clearly mark units for reassembly and coordinated installation.

HVAC GRAVITY VENTILATORS


803

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

2.3

Contract No. BB-2829-000-006


4 of 7

B.

Fabricate frames, including integral bases, to fit in openings of sizes indicated, with
allowances made for fabrication and installation tolerances, adjoining material
tolerances, and perimeter sealant joints.

C.

Fabricate units with closely fitted joints and exposed connections accurately located and
secured.

D.

Fabricate supports, anchorages, and accessories required for complete assembly.

E.

Perform shop welding by AWS-certified procedures and personnel.

ROOF HOODS
A.

Manufacturers: Subject to compliance with requirements, provide products by one of


the following:
1.
2.
3.
4.

Acme Engineering & Mfg. Corporation.


Carnes.
Greenheck Fan Corporation.
Loren Cook Company.

B.

Factory or shop fabricate according to SMACNA's "HVAC Duct Construction Standards


- Metal and Flexible," Figures 6-6 and 6-7.

C.

Materials: Galvanized-steel sheet, minimum 0.064-inch- (1.62-mm-) thick base and


0.040-inch- (1.0-mm-) thick hood; suitably reinforced.

D.

Roof Curbs: Galvanized-steel sheet; with mitered and welded corners; 1-1/2-inch- (40mm-) thick, rigid fiberglass insulation adhered to inside walls; and 1-1/2-inch (40-mm)
wood nailer. Size as required to fit roof opening and ventilator base.
1. Configuration: Built-in raised cant and mounting flange.
2. Overall Height: 12 inches (300 mm).

E.

Bird Screening: Galvanized-steel, 1/2-inch- (12.7-mm-) square mesh, 0.041-inch (1.04mm) wire.

F.

Galvanized-Steel Sheet Finish:


1. Surface Preparation: Clean surfaces of dirt, grease, and other contaminants. Clean
welds, mechanical connections, and abraded areas and repair galvanizing according
to ASTM A 780. Apply a conversion coating suited to the organic coating to be
applied over it.

HVAC GRAVITY VENTILATORS


804

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


5 of 7

2. Factory Priming for Field-Painted Finish: Where field painting after installation is
indicated, apply an air-dried primer immediately after cleaning and pretreating.
3. Baked-Enamel Finish:
Immediately after cleaning and pretreating, apply
manufacturer's standard finish consisting of prime coat and thermosetting topcoat,
with a minimum dry film thickness of 1 mil (0.025 mm) for topcoat and an overall
minimum dry film thickness of 2 mils (0.05 mm).
a.
Color and Gloss: As indicated by manufacturer's designations.
2.4

GOOSENECKS
A.

Factory or shop fabricate according to SMACNA's "HVAC Duct Construction Standards


- Metal and Flexible," Figure 6-5; with a minimum of 0.052-inch- (1.3-mm-) thick,
galvanized-steel sheet.

B.

Roof Curbs: Galvanized-steel sheet; with mitered and welded corners; 1-1/2-inch- (40mm-) thick, rigid fiberglass insulation adhered to inside walls; and 1-1/2-inch (40-mm)
wood nailer. Size as required to fit roof opening and ventilator base.
1. Configuration: Built-in raised cant and mounting flange.
2. Overall Height: 12 inches (300 mm).

C.

Bird Screening: Galvanized-steel, 1/2-inch- (12.7-mm-) square mesh, 0.041-inch (1.04mm) wire.

D.

Galvanized-Steel Sheet Finish:


1. Surface Preparation: Clean surfaces of dirt, grease, and other contaminants. Clean
welds, mechanical connections, and abraded areas and repair galvanizing according
to ASTM A 780. Apply a conversion coating suited to the organic coating to be
applied over it.
2. Factory Priming for Field-Painted Finish: Where field painting after installation is
indicated, apply an air-dried primer immediately after cleaning and pretreating.
3. Baked-Enamel Finish:
Immediately after cleaning and pretreating, apply
manufacturer's standard finish consisting of prime coat and thermosetting topcoat,
with a minimum dry film thickness of 1 mil (0.025 mm) for topcoat and an overall
minimum dry film thickness of 2 mils (0.05 mm).
a.
Color and Gloss: As indicated by manufacturer's designations.

HVAC GRAVITY VENTILATORS


805

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


6 of 7

PART 3 - EXECUTION
3.1

3.2

INSTALLATION
A.

Install gravity ventilators level, plumb, and at indicated alignment with adjacent work.

B.

Install goosenecks on curb base where throat size exceeds 9 by 9 inches (230 by 230
mm).

C.

Install gravity ventilators with clearances for service and maintenance.

D.

Install perimeter reveals and openings of uniform width for sealants and joint fillers, as
indicated.

E.

Install concealed gaskets, flashings, joint fillers, and insulation as installation progresses.
Comply with Division 07 Special Provision Section "Joint Sealants" for sealants applied
during installation.

F.

Label gravity ventilators according to requirements specified in Division 23 Special


Provision Section "Identification for HVAC Piping and Equipment."

G.

Protect galvanized and nonferrous-metal surfaces from corrosion or galvanic action by


applying a heavy coating of bituminous paint on surfaces that will be in contact with
concrete, masonry, or dissimilar metals.

H.

Repair finishes damaged by cutting, welding, soldering, and grinding. Restore finishes
so no evidence remains of corrective work. Return items that cannot be refinished in the
field to the factory, make required alterations, and refinish entire unit or provide new
units.

CONNECTIONS
A.

3.3

Duct installation and connection requirements are specified in other Division 23


Sections. Drawings indicate general arrangement of ducts and duct accessories.

ADJUSTING
A.

Adjust damper linkages for proper damper operation.

HVAC GRAVITY VENTILATORS


806

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


7 of 7

PART 4 - MEASUREMENTS AND PAYMENT


4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective item
as described herein and shown below. This price shall be full compensation for all work
contained in the bid item as described herein and required by the related Special
Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to complete
the Work in every respect, including furnishing all materials, installation, testing,
placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional requirements.
END OF SPECIAL PROVISION 233723

HVAC GRAVITY VENTILATORS


807

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 5

CATEGORY 800
BUILDINGS
SECTION 235100 - BREECHINGS, CHIMNEYS, AND STACKS
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions,
Special Provisions, General Provisions, and Terms and Conditions, apply to this
Section.

1.2

SUMMARY
A. This Special Provision Section includes the following:
1. Listed single- and double-wall vents and chimneys.

1.3

SUBMITTALS
A. Product Data: For the following:
1. Building-heating-appliance chimneys.
B. Shop Drawings: For vents, breechings, chimneys, and stacks.
elevations, sections, details, and attachments to other work.

Include plans,

1. Detail equipment assemblies and indicate dimensions, weights, loads, required


clearances, methods of field assembly, components, hangers and seismic
restraints, and location and size of each field connection.
2. For installed products indicated to comply with design loads, include calculations
required for selecting seismic restraints and structural analysis data signed and
sealed by the qualified professional engineer responsible for their preparation.

BREECHINGS, CHIMNEYS, AND STACKS


808

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


2 of 5

C. Welding certificates.
D. Warranty: Special warranty specified in this Section.
1.4

QUALITY ASSURANCE
A. Source Limitations: Obtain listed system components through one source from a
single manufacturer.
B. Welding: Qualify procedures and personnel according to AWS D1.1/D1.1M,
"Structural Welding Code--Steel," for hangers and supports and AWS D9.1/D9.1M,
"Sheet Metal Welding Code," for shop and field welding of joints and seams in vents,
breechings, and stacks.
C. Certified Sizing Calculations:
calculations.

1.5

Manufacturer shall certify venting system sizing

WARRANTY
A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to
repair or replace components of venting system that fail in materials or workmanship
within specified warranty period. Failures include, but are not limited to, structural
failures caused by expansion and contraction.
1. Warranty Period: 15 years from date of Substantial Completion.

PART 2 - PRODUCTS
2.1

LISTED BUILDING-HEATING-APPLIANCE CHIMNEYS


A. Manufacturers: Subject to compliance with requirements, provide products by one of
the following:
1. Heat-Fab, Inc.
2. Industrial Chimney Company.
3. Metal-Fab, Inc.

BREECHINGS, CHIMNEYS, AND STACKS


809

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


3 of 5

4. Selkirk Inc.; Selkirk Metalbestos and Air Mate.


5. Van-Packer Company, Inc.
B. Description: Double-wall metal vents tested according to UL 103 and rated for 1000
deg. F (538 deg. C) continuously, or 1700 deg. F (926 deg. C) for 10 minutes; with
neutral or negative flue pressure complying with NFPA 211.
C. Construction: Inner shell and outer jacket separated by at least a 1-inch (50-mm)
annular space.
D. Inner Shell: ASTM A 666, Type 304 stainless steel.
E. Outer Jacket: Aluminized steel.
F. Accessories:
Tees, elbows, increasers, draft-hood connectors, terminations,
adjustable roof flashings, storm collars, support assemblies, thimbles, firestop
spacers, and fasteners; fabricated from similar materials and designs as vent-pipe
straight sections; all listed for same assembly.
PART 3 - EXECUTION
3.1

EXAMINATION
A. Examine areas and conditions for compliance with requirements for installation
tolerances and other conditions affecting performance of work.
1. Proceed with installation only after unsatisfactory conditions have been corrected.

3.2

APPLICATION
A. Listed Building-Heating-Appliance Chimneys: Dual-fuel boilers and water heaters.

3.3

INSTALLATION OF LISTED VENTS AND CHIMNEYS


A. Locate to comply with minimum clearances from combustibles and minimum
termination heights according to product listing or NFPA 211, whichever is most
stringent.

BREECHINGS, CHIMNEYS, AND STACKS


810

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


4 of 5

B. Seal between sections of positive-pressure vents and grease exhaust ducts according
to manufacturer's written installation instructions, using sealants recommended by
manufacturer.
1. Support vents at intervals recommended by manufacturer to support weight of
vents and all accessories, without exceeding appliance loading.
2. Slope breechings down in direction of appliance, with condensate drain
connection at lowest point piped to nearest drain.
3. Lap joints in direction of flow.
4. Connect base section to foundation using anchor lugs of size and number
recommended by manufacturer.
5. Join sections with acid-resistant joint cement to provide continuous joint and
smooth interior finish.
6. Erect stacks plumb to finished tolerance of no more than 1 inch (25 mm) out of
plumb from top to bottom.
3.4

CLEANING
A. After completing system installation, including outlet fittings and devices, inspect
exposed finish. Remove burrs, dirt, and construction debris and repair damaged
finishes.
B. Clean breechings internally, during and after installation, to remove dust and debris.
Clean external surfaces to remove welding slag and mill film. Grind welds smooth
and apply touchup finish to match factory or shop finish.
C. Provide temporary closures at ends of breechings, chimneys, and stacks that are not
completed or connected to equipment.

PART 4 - MEASUREMENTS AND PAYMENT


4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

BREECHINGS, CHIMNEYS, AND STACKS


811

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS
4.2

Contract No. BB-2829-000-006


5 of 5

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective
item as described herein and shown below. This price shall be full compensation for
all work contained in the bid item as described herein and required by the related
Special Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to
complete the Work in every respect, including furnishing all materials, installation,
testing, placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional
requirements.
END OF SPECIAL PROVISION 235100

BREECHINGS, CHIMNEYS, AND STACKS


812

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 11

CATEGORY 800
BUILDINGS
SECTION 235223 - CAST-IRON BOILERS
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions,
Special Provisions, General Provisions, and Terms and Conditions, apply to this
Section.

1.2

SUMMARY
A. This Special Provision Section includes packaged, factory-fabricated and -assembled,
oil-fired, cast-iron boilers, trim, and accessories for generating hot water.

1.3

ACTION SUBMITTALS
A. Product Data: Include performance data, operating characteristics, furnished
specialties, and accessories.
B. Shop Drawings: For boilers, boiler trim, and accessories. Include plans, elevations,
sections, details, and attachments to other work.
1. Design calculations and vibration isolation base details, signed and sealed by a
qualified professional engineer.
a. Design Calculations: Calculate requirements for selecting vibration isolators
and seismic restraints and for designing vibration isolation bases.
b. Vibration Isolation Base Details: Detail fabrication including anchorages and
attachments to structure and to supported equipment. Include auxiliary motor
slides and rails and equipment mounting frames.
2. Wiring Diagrams: Power, signal, and control wiring.

1.4

INFORMATIONAL SUBMITTALS
A. Source quality-control test reports.

CAST-IRON BOILERS
813

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


2 of 11

B. Field quality-control test reports.


C. Warranty: Special warranty specified in this Section.
1.5

CLOSEOUT SUBMITTALS
A. Operation and maintenance data.

1.6

QUALITY ASSURANCE
A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in
NFPA 70, Article 100, by a testing agency acceptable to authorities having
jurisdiction, and marked for intended use.
B. ASME Compliance: Fabricate and label boilers to comply with ASME Boiler and
Pressure Vessel Code.
C. ASHRAE/IESNA 90.1 Compliance: Boilers shall have minimum efficiency
according to "Gas and Oil Fired Boilers - Minimum Efficiency Requirements."
D. DOE Compliance: Minimum efficiency shall comply with 10 CFR 430, Subpart B,
Appendix N, "Uniform Test Method for Measuring the Energy Consumption of
Furnaces and Boilers."
E. I=B=R Compliance: Boilers shall be tested and rated according to HI's "Rating
Procedure for Heating Boilers" and "Testing Standard for Commercial Boilers," with
I=B=R emblem on a nameplate affixed to boiler.
F. UL Compliance: Test boilers for compliance with UL 726 and UL 795. Boilers shall
be listed and labeled by a testing agency acceptable to authorities having jurisdiction.

1.7

WARRANTY
A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to
repair or replace controls and heat exchangers of boilers that fail in materials or
workmanship within specified warranty period.
1. Warranty Period for Controls: Two years from date of Substantial Completion.

CAST-IRON BOILERS
814

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


3 of 11

2. Warranty Period for Heat Exchangers: Five years from date of Substantial
Completion.
PART 2 - PRODUCTS
2.1

MANUFACTURERS
A. Manufacturers: Subject to compliance with requirements, provide products by one of
the following:
1. Burnham Hydronics.
2. Hydrotherm, Inc./Mestek, Inc.
3. Peerless Boilers.
4. Smith Cast Iron Boilers.
5. Weil-McLain.

2.2

MANUFACTURED UNITS
A. Description: Factory fabricated.
1. Cast-iron sections shall be sealed pressure tight and held together with tie rods;
including insulated jacket and flue-gas vent connection.
B. Cast-Iron Section Design:
1. Sectional Joints: High-temperature sealant to seal flue-gas passages not in contact
with heating medium, and held together with tie rods.
2. Drain and blowdown tappings.
3. Return injection tube to equalize water flow to all sections.
4. Crown inspection tappings with brass plugs.
5. Built-in air separator.
C. Combustion Chamber: Equipped with ceramic-fiber target wall and flame observation
ports, front and back.

CAST-IRON BOILERS
815

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


4 of 11

D. Casing:
1. Jacket: Galvanized sheet metal, with snap-in or interlocking closures and bakedenamel or powder-coated protective finish.
2. Insulation: Minimum 1-inch thick, mineral-fiber insulation surrounding the heat
exchanger.
3. Combustion Chamber Access: Refractory lined, hinged, front.
4. Access: For cleaning between cast-iron sections.
5. Draft Hood: Flue canopy and flue connection shall be constructed of stainless
steel containing adjustable outlet damper assembly.
6. Insulated base constructed of aluminized steel to permit boiler to be installed on
combustible floor.
7. Mounting Frame: Steel rails to mount assembled boiler package on concrete base.
8. Control Cabinet: Sheet metal casing shall cover all controls, gas train, and burner.
2.3

COMBINATION GAS AND OIL BURNER (ADMINISTRATION BUILDING)


A. Burner: Welded construction with multivane, stainless-steel, flame-retention diffuser
for fuel oil and propane gas.
B. Blower: Forward-curved centrifugal fan integral to burner, directly driven by motor,
with adjustable, dual-blade damper assembly and locking quadrant to set air-fuel
ratio.
1. Motors: Comply with NEMA designation, temperature rating, service factor, and
efficiency requirements for motors specified in Section 230513 "Common Motor
Requirements for HVAC Equipment."
a. Motor Sizes: Minimum size as indicated; if not indicated, large enough so
driven load will not require motor to operate in service factor range above 1.0.
C. Oil Supply: Control devices and modulating control sequence shall comply with
requirements in ASME CSD-1 and UL.

CAST-IRON BOILERS
816

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


5 of 11

1. Oil Pump: Two-stage, gear-type oil pump integral to and directly driven by
blower shall be capable of producing 300-psig discharge pressure and 15-inch Hg
vacuum.
2. Oil Piping Specialties:
a. Suction-line, manual, gate valve.
b. Removable-mesh oil strainer.
c. 0- to 30-inch Hg vacuum; 0- to 30-psig vacuum-pressure gage.
d. 0- to 300-psig oil-nozzle pressure gage.
e. Nozzle-line, solenoid-safety-shutoff oil valve.
D. Gas Train: Control devices and modulating control sequence shall comply with
requirements in ASME CSD-1 and UL.
E. Gas Ignition System: The burner ignition system, which will light either the main gas
or oil flame, shall utilize propane gas as the fuel source. The gas pilot system
components shall include spark ignited pilot assembly, 6000 Volt ignition
transformer, pilot solenoid valve, pilot gas pressure regulator and manual gas shutoff
cock. The flame proving system shall incorporate an Ultra-Violet flame detector,
which will monitor both the pilot and main flames. The pilot assembly shall fit
within the confines of the blast tube - avoiding special burner front plate pilot cut
outs.
F. Oil Ignition System: To insure total fuel independence, the main oil flame shall be
ignited by a 10,000-Volt direct spark oil ignition system.
G. Flue-Gas Recirculation: Burner connections shall be equipped for recirculating flue
gas.
1. Maximum Oxides of Nitrogen Emissions: 30 ppm.
2.4

FORCED-DRAFT BURNER (POLICE BUILDING)


A. Burner: Welded construction with multivane, stainless-steel, flame-retention diffuser
for fuel propane gas.

CAST-IRON BOILERS
817

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


6 of 11

B. Blower: Forward-curved centrifugal fan integral to burner, directly driven by motor,


with adjustable, dual-blade damper assembly and locking quadrant to set air-fuel
ratio.
1. Motors: Comply with NEMA designation, temperature rating, service factor, and
efficiency requirements for motors specified in Section 230513 "Common Motor
Requirements for HVAC Equipment."
a. Motor Sizes: Minimum size as indicated; if not indicated, large enough so
driven load will not require motor to operate in service factor range above 1.0.
C. Gas Train: Control devices and modulating control sequence shall comply with
requirements in ASME CSD-1 and UL.
D. Pilot: Electric-spark pilot ignition with 100 percent main-valve and pilot-safety
shutoff with electronic supervision of burner flame.
E. Flue-Gas Recirculation: Burner connections shall be equipped for recirculating flue
gas.
1. Maximum Oxides of Nitrogen Emissions: 30 ppm.
2.5

TRIM
A. Include devices sized to comply with ANSI B31.9, "Building Services Piping."
B. Aquastat Controllers: Operating, firing rate, and high limit.
C. Safety Relief Valve: ASME rated.
D. Pressure and Temperature Gage: Minimum 3-1/2-inch diameter, combination waterpressure and -temperature gage. Gages shall have operating-pressure and temperature ranges so normal operating range is about 50 percent of full range.
E. Drain Valve: Minimum NPS 3/4 (DN 20) hose-end gate valve.

2.6

CONTROLS
A. Boiler operating controls shall include the following devices and features:
1. Control transformer.

CAST-IRON BOILERS
818

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


7 of 11

2. Set-Point Adjust: Set points shall be adjustable.


3. Sequence of Operation: Electric, factory-fabricated and field-installed panel to
control burner firing rate to maintain space temperature in response to thermostat
with heat anticipator located in heated space.
4. Sequence of Operation: Electric, factory-fabricated and field-installed panel to
control burner firing rate to reset supply-water temperature inversely with outsideair temperature. At 0 deg. F (minus 17 deg. C) outside-air temperature, set supplywater temperature at 200 deg. F (93 deg. C); at 60 deg. F outside-air temperature,
set supply-water temperature at 140 deg. F (60 deg. C).
B. Burner Operating Controls: To maintain safe operating conditions, burner safety
controls limit burner operation.
1. High Cutoff: Automatic reset stops burner if operating conditions rise above
maximum boiler design temperature.
2. Low-Water Cutoff Switch: Electronic probe shall prevent burner operation on low
water. Cutoff switch shall be automatic-reset type.
3. Blocked Vent Safety Switch: Manual-reset switch factory mounted on draft
diverter.
4. Rollout Safety Switch: Factory mounted on boiler combustion chamber.
5. Audible Alarm: Factory mounted on control panel with silence switch; shall
sound alarm for above conditions.
C. Building Management System Interface: Factory install hardware and software to
enable building management system to monitor, control, and display boiler status and
alarms.
1. Hardwired Points:
a. Monitoring: On/off status, common trouble alarm, low water level alarm.
b. Control: On/off operation, hot water supply temperature set-point adjustment.
2. A communication interface with building management system shall enable
building management system operator to remotely control and monitor the boiler
from an operator workstation. Control features available, and monitoring points
displayed, locally at boiler control panel shall be available through building
management system.
CAST-IRON BOILERS
819

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

2.7

Contract No. BB-2829-000-006


8 of 11

ELECTRICAL POWER
A. Controllers, Electrical Devices, and Wiring: Electrical devices and connections are
specified in electrical Sections.
B. Single-Point Field Power Connection: Factory-installed and -wired switches, motor
controllers, transformers, and other electrical devices necessary shall provide a singlepoint field power connection to boiler.
1. House in NEMA 250, Type 1 enclosure.
2. Wiring shall be numbered and color-coded to match wiring diagram.
3. Install factory wiring outside of an enclosure in a metal raceway.
4. Field power interface shall be to fused disconnect switch.
5. Provide branch power circuit to each motor and to controls with disconnect switch
or circuit breaker.
6. Provide each motor with overcurrent protection.

2.8

SOURCE QUALITY CONTROL


A. Test and inspect factory-assembled boilers, before shipping, according to ASME
Boiler and Pressure Vessel Code.
B. Burner and Hydrostatic Test: Factory adjust burner to eliminate excess oxygen,
carbon dioxide, oxides of nitrogen emissions, and carbon monoxide in flue gas and to
achieve combustion efficiency; perform hydrostatic test.

PART 3 - EXECUTION
3.1

BOILER INSTALLATION
A. Equipment Mounting:
1. Install boilers on cast-in-place concrete equipment base(s).
B. Install oil-fired boilers according to NFPA 31.

CAST-IRON BOILERS
820

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


9 of 11

C. Assemble and install boiler trim.


D. Install electrical devices furnished with boiler but not specified to be factory
mounted.
E. Install control wiring to field-mounted electrical devices.
3.2

CONNECTIONS
A. Piping installation requirements are specified in other Sections. Drawings indicate
general arrangement of piping, fittings, and specialties.
B. Install piping adjacent to boiler to allow service and maintenance.
C. Connect oil piping full size to burner inlet with shutoff valve and union.
D. Connect hot-water piping to supply- and return-boiler tappings with shutoff valve and
union or flange at each connection.
E. Install piping from safety relief valves to nearest floor drain.
F. Install piping from equipment drain connection to nearest floor drain. Piping shall be
at least full size of connection. Provide an isolation valve if required.

3.3

FIELD QUALITY CONTROL


A. Perform tests and inspections and prepare test reports.
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. Perform installation and startup checks according to manufacturer's written
instructions.
2. Leak Test: Hydrostatic test. Repair leaks and retest until no leaks exist.
3. Operational Test: Start units to confirm proper motor rotation and unit operation.
Adjust air-fuel ratio and combustion.

CAST-IRON BOILERS
821

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


10 of 11

4. Test and adjust controls and safeties. Replace damaged and malfunctioning
controls and equipment.
a. Check and adjust initial operating set points and high- and low-limit safety set
points of fuel supply, water level, and water temperature.
b. Set field-adjustable switches and circuit-breaker trip ranges as indicated.
C. Remove and replace malfunctioning units and retest as specified above.
D. Occupancy Adjustments: When requested within 12 months of date of Substantial
Completion, provide on-site assistance in adjusting system to suit actual occupied
conditions. Provide up to two visits to Project during other than normal occupancy
hours for this purpose.
3.4

DEMONSTRATION
A. Train Owner's maintenance personnel to adjust, operate, and maintain boilers.

PART 4 - MEASUREMENTS AND PAYMENT


4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective
item as described herein and shown below. This price shall be full compensation for
all work contained in the bid item as described herein and required by the related
Special Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum

CAST-IRON BOILERS
822

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


11 of 11

C. Costs include all labor, materials, services, testing and equipment necessary to
complete the Work in every respect, including furnishing all materials, installation,
testing, placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional
requirements.
END OF SPECIAL PROVISION 235223

CAST-IRON BOILERS
823

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 8

CATEGORY 800
BUILDINGS
SECTION 236200 - PACKAGED COMPRESSOR AND CONDENSER UNITS
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions,
Special Provisions, General Provisions, and Terms and Conditions, apply to this
section.

1.2

SUMMARY
A. Special Provision includes packaged, refrigerant compressor and condenser units.

1.3

ACTION SUBMITTALS
A. Product Data: For each compressor and condenser unit. Include rated capacities,
operating characteristics, and furnished specialties and accessories. Include
equipment dimensions, weights and structural loads, required clearances, method of
field assembly, components, and location and size of each field connection.
B. Shop Drawings: For compressor and condenser units. Include plans, elevations,
sections, details, and attachments to other work.
1. Wiring Diagrams: For power, signal, and control wiring.
C. Delegated-Design Submittal: For compressor and condenser units indicated to
comply with performance requirements and design criteria, including analysis data
signed and sealed by the qualified professional engineer responsible for their
preparation.
1. Vibration Isolation Base Details: Detail fabrication including anchorages and
attachments to structure and to supported equipment. Include adjustable motor
bases, rails, and frames for equipment mounting.
2. Design Calculations: Calculate requirements for selecting vibration isolators and
for designing vibration isolation bases.

PACKAGED COMPRESSOR AND CONDENSER UNITS


824

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

1.4

Contract No. BB-2829-000-006


2 of 8

INFORMATIONAL SUBMITTALS
A. Coordination Drawings: Plans, drawn to scale, on which the following items are
shown and coordinated with each other, based on input from installers of the items
involved:
1.
2.
3.
4.
5.
6.

Structural members to which compressor and condenser units will be attached.


Liquid and vapor pipe sizes.
Refrigerant specialties.
Piping including connections, oil traps, and double risers.
Compressors.
Evaporators.

B. Field quality-control reports.


C. Warranty: Sample of special warranty.
1.5

CLOSEOUT SUBMITTALS
A. Operation and Maintenance Data: For compressor and condenser units to include in
emergency, operation, and maintenance manuals.

1.6

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. Fabricate and label refrigeration system according to ASHRAE 15, "Safety Standard
for Refrigeration Systems."
C. ASHRAE/IESNA 90.1
Compliance:
Applicable
requirements
ASHRAE/IESNA 90.1, Section 6, "Heating, Ventilating, and Air-Conditioning."

in

D. ASME Compliance: Fabricate and label water-cooled compressor and condenser


units to comply with ASME Boiler and Pressure Vessel Code: Section VIII,
Division 1.

PACKAGED COMPRESSOR AND CONDENSER UNITS


825

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

1.7

Contract No. BB-2829-000-006


3 of 8

COORDINATION
A. Coordinate installation of roof curbs, equipment supports, and roof penetrations.
These items are specified in Special Provision 077200 "Roof Accessories."
B. Coordinate location of piping and electrical rough-ins.

1.8

WARRANTY
A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to
repair or replace components of compressor and condenser units that fail in materials
or workmanship within specified warranty period.
1. Failures include, but are not limited to, the following:
a. Compressor failure.
b. Condenser coil leak.
2. Warranty Period (Compressor Only): Five years from date of Substantial
Completion.
3. Warranty Period (Components Other Than Compressor): One year from date of
Substantial Completion.

PART 2 - PRODUCTS
2.1

COMPRESSOR AND CONDENSER UNITS, AIR COOLED, 6 TO 120 TONS


A. Subject to compliance with requirements, provide products by one of the following:
1. AAON, Inc.
2. CES Group.
3. Daikin Applied.
B. Description: Factory assembled and tested, air cooled; consisting of casing,
compressors, condenser coils, condenser fans and motors, and unit controls.
C. Compressor: Hermetic digital scroll compressor designed for service with crankcase
sight glass, crankcase heater, and backseating service access valves on suction and
discharge ports.

PACKAGED COMPRESSOR AND CONDENSER UNITS


826

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


4 of 8

1. Capacity Control: Variable, 10-100% Load modulation.


D. Refrigerant: R-410A.
E. Condenser Coil: Seamless copper-tube, aluminum-fin coil, including subcooling
circuit and backseating liquid-line service access valve. Factory pressure test coils,
then dehydrate by drawing a vacuum and fill with a holding charge of nitrogen or
refrigerant.
F. Condenser Fans: Propeller-type vertical discharge; directly driven. Include the
following:
1. Permanently lubricated, ball-bearing motors, with inherent overload protection..
2. Separate motor for each fan.
3. Dynamically and statically balanced fan assemblies.
G. Operating and safety controls include the following:
1.
2.
3.
4.
5.
6.
7.
8.
9.

Manual-reset, high-pressure cutout switches.


Automatic-reset, low-pressure cutout switches.
Low-oil-pressure cutout switch.
Compressor-winding thermostat cutout switch.
Three-leg, compressor-overload protection.
Control transformer.
Magnetic contactors for compressor and condenser fan motors.
Timer to prevent excessive compressor cycling.
Phase and brown out protection which shuts down all motors in the unit if the
electrical phases are more than 10% out of balance on voltage, the voltage is more
than 10% under design voltage, or on phase reversal.

H. Accessories:
1. Low-Ambient Controller: Cycles condenser fan to permit operation down to 0
deg. F with time-delay relay to bypass low-pressure switch.
2. Gage Panel: Package with refrigerant circuit suction and discharge gages.
3. Part-winding-start timing relay, circuit breakers, and contactors.
I. Unit Casings: Designed for outdoor installation with weather protection for
components and controls and with removable panels for required access to
compressors, controls, condenser fans, motors, and drives. Additional features include
the following:
PACKAGED COMPRESSOR AND CONDENSER UNITS
827

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


5 of 8

1. Steel, galvanized or zinc coated, for exposed casing surfaces; treated and finished
to withstand at least 2,500 hours salt spray test, with no visible corrosive effects,
when tested in accordance with ASTM B117-95 test procedure.
2. Perimeter base rail with forklift slots and lifting holes to facilitate rigging.
3. Gasketed control panel door.
4. Condenser coil grille.
2.2

MOTORS
A. Comply with NEMA designation, temperature rating, service factor, enclosure type,
and efficiency requirements for motors specified in Special Provision 230513
"Common Motor Requirements for HVAC Equipment."
1. Motor Sizes: Minimum size as indicated. If not indicated, large enough so driven
load will not require motor to operate in service factor range above 1.0.

2.3

SOURCE QUALITY CONTROL


A. Energy Efficiency: Equal to or greater than prescribed by ASHRAE/IESNA 90.1,
"Energy Efficient Design of New Buildings except Low-Rise Residential Buildings,"
Section 6, "Heating, Ventilating, and Air-Conditioning."
B. Test and inspect shell and tube condensers according to ASME Boiler and Pressure
Vessel Code: Section VIII, Division 1.
C. Testing Requirements: Factory test sound-power-level ratings according to ARI 270
and ARI 370.

PART 3 - 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
compressor and condenser units.
B. Examine roughing-in for refrigerant piping systems to verify actual locations of
piping connections before equipment installation.

PACKAGED COMPRESSOR AND CONDENSER UNITS


828

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


6 of 8

C. Examine walls, floors, and roofs for suitable conditions where compressor and
condenser units will be installed.
D. Proceed with installation only after unsatisfactory conditions have been corrected.
3.2

INSTALLATION
A. Install units level and plumb, firmly anchored in locations indicated.
B. Install roof-mounting units on equipment
Provision 077200 "Roof Accessories."

supports

specified

in

Special

C. Equipment Mounting:
1. Comply with requirements for vibration isolation devices specified in Special
Provision 230548.13 "Vibration Controls for HVAC."
D. Maintain manufacturer's recommended clearances for service and maintenance.
E. Loose Components: Install electrical components, devices, and accessories that are
not factory mounted.
3.3

CONNECTIONS
A. Where installing piping adjacent to equipment, allow space for service and
maintenance of equipment.
B. Connect refrigerant piping to air-cooled compressor and condenser units; maintain
required access to unit. Install furnished field-mounted accessories. Refrigerant
piping and specialties are specified in Special Provision 232300 "Refrigerant Piping."

3.4

FIELD QUALITY CONTROL


A. Perform tests and inspections.
1. Manufacturer's Field Service: Engage a factory-authorized service representative
to inspect, test, and adjust components, assemblies, and equipment installations,
including connections, and to assist in testing.
B. Tests and Inspections:

PACKAGED COMPRESSOR AND CONDENSER UNITS


829

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


7 of 8

1. Perform each visual and mechanical inspection and electrical test. Certify
compliance with test parameters.
2. Leak Test: After installation, charge system with refrigerant and oil and test for
leaks. Repair leaks, replace lost refrigerant and oil, and retest until no leaks exist.
3. Operational Test: After electrical circuitry has been energized, start units to
confirm proper motor operation and unit operation, product capability, and
compliance with requirements.
4. Test and adjust controls and safeties. Replace damaged and malfunctioning
controls and equipment.
5. Verify proper airflow over coils.
C. Verify that vibration isolation and flexible connections properly dampen vibration
transmission to structure.
D. Compressor and condenser units will be considered defective if they do not pass tests
and inspections.
E. Prepare test and inspection reports.
3.5

STARTUP SERVICE
A. Engage a factory-authorized service representative to perform startup service.
1. Complete installation and startup checks according to manufacturer's written
instructions and perform the following:
a. Inspect for physical damage to unit casing.
b. Verify that access doors move freely and are weathertight.
c. Clean units and inspect for construction debris.
d. Verify that all bolts and screws are tight.
e. Adjust vibration isolation and flexible connections.
f. Verify that controls are connected and operational.
B. Lubricate bearings on fan motors.
C. Verify that fan wheel is rotating in the correct direction and is not vibrating or
binding.
D. Adjust fan belts to proper alignment and tension.
E. Start unit according to manufacturer's written instructions and complete
manufacturer's startup checklist.

PACKAGED COMPRESSOR AND CONDENSER UNITS


830

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


8 of 8

F. Measure and record airflow and air temperature rise over coils.
G. Verify proper operation of condenser capacity control device.
H. Verify that vibration isolation and flexible connections properly dampen vibration
transmission to structure.
I. After startup and performance test, lubricate bearings.
3.6

DEMONSTRATION
A. Engage a factory-authorized service representative to train Owner's maintenance
personnel to adjust, operate, and maintain compressor and condenser units.

PART 4 - MEASUREMENTS AND PAYMENT


4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective
item as described herein and shown below. This price shall be full compensation for
all work contained in the bid item as described herein and required by the related
Special Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to
complete the Work in every respect, including furnishing all materials, installation,
testing, placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional
requirements.
END OF SPECIAL PROVISION 236200

PACKAGED COMPRESSOR AND CONDENSER UNITS


831

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 13

CATEGORY 800
BUILDINGS
SECTION 237313 - MODULAR INDOOR CENTRAL-STATION AIR-HANDLING
UNITS
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions,
Special Provisions, General Provisions, and Terms and Conditions, apply to this
section.

1.2

SUMMARY
A. Special Provision Includes:
1. Variable-air-volume, air-handling units.

1.3

PERFORMANCE REQUIREMENTS
A. Delegated Design: Design vibration isolation details, including comprehensive
engineering analysis by a qualified professional engineer, using performance
requirements and design criteria indicated.
B. Structural Performance: Casing panels shall be self-supporting and capable of
withstanding 133 percent of internal static pressures indicated, without panel joints
exceeding a deflection of L/200 where "L" is the unsupported span length within
completed casings.

1.4

ACTION SUBMITTALS
A. Product Data: For each air-handling unit indicated.
1. Unit dimensions and weight.
2. Cabinet material, metal thickness, finishes, insulation, and accessories.
3. Fans:
a. Certified fan-performance curves with system operating conditions indicated.
b. Certified fan-sound power ratings.
c. Fan construction and accessories.
d. Motor ratings, electrical characteristics, and motor accessories.
4. Certified coil-performance ratings with system operating conditions indicated.

MODULAR INDOOR CENTRAL-STATION AIR-HANDLING UNITS


832

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


2 of 13
5. Dampers, including housings, linkages, and operators.
6. Filters with performance characteristics.

B. Delegated-Design Submittal: For vibration isolation indicated to comply with


performance requirements and design criteria, including analysis data signed and
sealed by the qualified professional engineer responsible for their preparation.
1. Vibration Isolation Base Details: Detail fabrication including anchorages and
attachments to structure and to supported equipment. Include adjustable motor
bases, rails, and frames for equipment mounting.
2. Design Calculations: Calculate requirements for selecting vibration isolators and
for designing vibration isolation bases.
1.5

INFORMATIONAL SUBMITTALS
A. Coordination Drawings: Floor plans and other details, drawn to scale, on which the
following items are shown and coordinated with each other, using input from
installers of the items involved:
1. Mechanical-room layout and relationships between components and adjacent
structural and mechanical elements.
2. Support location, type, and weight.
3. Field measurements.
B. Source quality-control reports.
C. Field quality-control reports.

1.6

CLOSEOUT SUBMITTALS
A. Operation and Maintenance Data: For air-handling units to include in emergency,
operation, and maintenance manuals.

1.7

MAINTENANCE MATERIAL SUBMITTALS


A. Furnish extra materials that match products installed and that are packaged with
protective covering for storage and identified with labels describing contents.
1. Filters: One set(s) for each air-handling unit.

MODULAR INDOOR CENTRAL-STATION AIR-HANDLING UNITS


833

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS
1.8

Contract No. BB-2829-000-006


3 of 13

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. NFPA Compliance: Comply with NFPA 90A for design, fabrication, and installation
of air-handling units and components.
C. ARI Certification: Air-handling units and their components shall be factory tested
according to ARI 430, "Central-Station Air-Handling Units," and shall be listed and
labeled by ARI.
D. ASHRAE Compliance: Applicable requirements in ASHRAE 62.1, Section 5 "Systems and Equipment" and Section 7 - "Construction and Startup."
E. ASHRAE/IESNA 90.1
Compliance:
Applicable
requirements
ASHRAE/IESNA 90.1, Section 6 - "Heating, Ventilating, and Air-Conditioning."

in

F. Comply with NFPA 70.


1.9

COORDINATION
A. Coordinate sizes and locations of concrete bases with actual equipment provided.
B. Coordinate sizes and locations of structural-steel support members, if any, with actual
equipment provided.

PART 2 - PRODUCTS
2.1

MANUFACTURERS
A. Subject to compliance with requirements, provide products by one of the following:
1. AAON, Inc
2. CES Group.
3. Daikin Applied.

2.2

AIR HANDLING UNITS


A. General Description

MODULAR INDOOR CENTRAL-STATION AIR-HANDLING UNITS


834

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


4 of 13

1. Indoor air handling units shall include filters, supply fans, DX evaporator coil, hot
water coil, mixing box, and unit controls.
2. Unit shall have a draw-through supply fan configuration and discharge air
horizontally.
3. Unit shall be factory assembled and tested including leak testing of the DX coil,
leak testing of the hot water coil, and run testing of the supply fans and factory
wired electrical system. Run test report shall be supplied with the unit.
4. Unit shall have decals and tags to indicate lifting and rigging, service areas and
caution areas for safety and to assist service personnel.
5. Unit components shall be labeled, including pipe stub outs, refrigeration system
components and electrical and controls components.
6. Installation, Operation and Maintenance manual shall be supplied within the unit.
7. Laminated color-coded wiring diagram shall match factory installed wiring and
shall be affixed to the interior of the control compartments hinged access door.
8. Unit nameplate shall be provided in two locations on the unit, affixed to the
exterior of the unit and affixed to the interior of the control compartments hinged
access door.
B. Construction
1. All cabinet walls, access doors, and roof shall be fabricated of double wall, impact
resistant, rigid polyurethane foam panels.
2. Unit insulation shall have a minimum thermal resistance R-value of 6.25. Foam
insulation shall have a minimum density of 2 pounds/cubic foot and shall be
tested in accordance with ASTM D1929-11 for a minimum flash ignition
temperature of 610F.
3. Unit construction shall be double wall with G90 galvanized steel on both sides
and a thermal break. Double wall construction with a thermal break prevents
moisture accumulation on the insulation, provides a cleanable interior, prevents
heat transfer through the panel, and prevents exterior condensation on the panel.
4. Unit shall be designed to reduce air leakage and infiltration through the cabinet.
Sealing shall be included between panels and between access doors and openings
to reduce air leakage. Piping and electrical conduit through cabinet panels shall
include sealing to reduce air leakage.
5. Access to filters, cooling coil, heating coil, supply fans, and electrical and controls
components shall be through hinged access doors.
6. Access doors shall be flush mounted to cabinetry. Coil access door and supply fan
access door shall include quarter-turn lockable handles. Supply fan access door
shall include removable pin hinges.

MODULAR INDOOR CENTRAL-STATION AIR-HANDLING UNITS


835

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


5 of 13

7. All access doors shall be fabricated with double-glazed, wire-reinforced safety


glass with an air space between panes and sealed with interior and exterior rubber
seals.
8. Units with a cooling coil shall include sloped 304 stainless steel drain pan. Drain
pan connection shall be on the right hand side of unit.
9. Cooling coil shall be mechanically supported above the drain pan by multiple
supports that allow drain pan cleaning and coil removal.
C. Electrical
1. Unit shall be provided with an external control panel with separate low voltage
control wiring with conduit and high voltage power wiring with conduit between
the control panel and the unit. Control panel shall be field mounted.
2. Unit shall be provided with standard power block for connecting power to the
unit.
3. Service lights shall be provided in vapor-proof fixtures in each section accessed
with a door.
4. Unit shall include a factory installed 24V control circuit transformer.
5. Unit shall be provided with phase and brown out protection which shuts down all
motors in the unit if the electrical phases are more than 10% out of balance on
voltage, the voltage is more than 10% under design voltage or on phase reversal.
D. Supply Fans
1.
2.
3.
4.

Unit shall include direct drive, unhoused, backward curved, plenum supply fans.
Blower and motor assembly shall be dynamically balanced.
Blower and motor assembly shall be isolated with neoprene gasket.
Motor shall be a high efficiency electronically commutated motor (ECM).

E. Cooling Coil
1. Evaporator Coil
a. Coil shall be designed for use with R-410A refrigerant and constructed of
copper tubes with aluminum fins mechanically bonded to the tubes and
aluminum end casings. Fin design shall be sine wave rippled.
b. Coil shall two circuits and interlaced circuitry.
c. Coil shall be 6 row high capacity and 12 fins per inch.
d. Coil shall be hydrogen or helium leak tested.
e. Coil shall be furnished with factory installed thermostatic expansion valves.
The sensing bulbs shall be field installed on the suction line immediately
outside the cabinet.
MODULAR INDOOR CENTRAL-STATION AIR-HANDLING UNITS
836

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


6 of 13

f. Coil shall have right hand external piping connections. Liquid and suction
connections shall be sweat connection. Coil connections shall be labeled,
extend beyond the unit casing, and be factory sealed on both the interior and
exterior of the unit casing, to minimize air leakage.
F. Refrigeration System
1. Air handling unit and matching condensing unit shall be capable of operation as
an R-410A split system air conditioner.
2. Each refrigeration circuit shall be equipped with thermostatic expansion valve
type refrigerant flow control.
G. Heating Coil
1. Hot Water Heating Coil
a. Coil shall be certified in accordance with AHRI Standard 410 and be
hydrogen or helium leak tested.
b. Coil shall be constructed of copper tubes with aluminum fins mechanically
bonded to the tubes and aluminum end casings. Fin design shall be sine wave
rippled.
c. Coil shall have quarter serpentine circuitry, 1 row and 12 fins per inch.
d. Coil shall have right hand external piping connections. Supply and return
connections shall be sweat connection. Coil connections shall be labeled,
extend beyond the unit casing and be factory sealed on both the interior and
exterior of the unit casing, to minimize air leakage.
e. Control valves shall be field supplied and field installed.
f. Coils shall be located in the preheat position upstream of the cooling coil.
H. Filters
1. Unit shall include 2 inch thick, disposable pleated panel pre-filters with an
ASHRAE efficiency of 30% and MERV rating of 8, and 4 inch thick pleated
panel final filters with an ASHRAE efficiency of 85% and MERV rating of 13,
upstream of the cooling coil.
2. Unit shall include a clogged filter switch.
3. Filter gage shall be 3-1/2-inch diameter, diaphragm-actuated dial in metal case.
Gage shall include vent valves, black figures on white background, front
recalibration adjustment, and 2 percent full scale accuracy. Range for filters with
a final resistance less than 1.0-inch shall be 0- to 1.0-inch wg. For filters with a
final resistance greater than 1.0-inch and less than 2.0-inch, range shall be 0- to
2.0-inch wg.
MODULAR INDOOR CENTRAL-STATION AIR-HANDLING UNITS
837

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


7 of 13

I. Mixing Box
1. Unit shall contain a mixing box with front return air opening and top outside air
opening.
2. Return air opening shall contain an adjustable, motor operated outside air damper
assembly constructed of extruded aluminum, hollow core, airfoil blades with
rubber edge seals and aluminum end seals. Damper blades shall be gear driven.
Dampers shall be fixed position controlled by a fully modulating actuator.
3. Outside air opening shall contain an adjustable, motor operated outside air damper
assembly constructed of extruded aluminum, hollow core, airfoil blades with
rubber edge seals and aluminum end seals. Damper blades shall be gear driven.
Dampers shall be fixed position controlled by a fully modulating actuator.
4. Damper leakage rate, according to AMCA 500, Laboratory Methods for Testing
Dampers for Rating, shall not exceed 2 percent of air quantity at 2000-fpm face
velocity through damper and 4-inch wg. pressure differential.
J. Controls
1. Unit shall be provided with an external control panel with separate low voltage
control wiring with conduit and high voltage power wiring with conduit between
the control panel and the unit. Control panel shall be field mounted.
2. Factory Installed and Factory Provided Controller
a. Unit controller shall be capable of controlling all features and options of the
unit. Controller shall be factory installed in the unit controls compartment and
factory tested.
b. Controller shall be capable of standalone operation with unit configuration, set
point adjustment, sensor status viewing, unit alarm viewing, and occupancy
scheduling available without dependence on a building management system.
c. Controller shall have an onboard clock and calendar functions that allow for
occupancy scheduling.
d. Controller shall include non-volatile memory to retain all programmed values
without the use of a battery, in the event of a power failure.
e. Variable Air Volume Controller
1) Unit shall utilize a variable capacity cooling system and a variable
speed supply fan system to modulate cooling and airflow as required
to meet space temperature cooling loads and to save operating
energy. Supply fan speed shall modulate based on supply air duct
static pressure. Cooling capacity shall modulate based on supply air
temperature.

MODULAR INDOOR CENTRAL-STATION AIR-HANDLING UNITS


838

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

2)
3)

Contract No. BB-2829-000-006


8 of 13
Hot gas bypass shall be required on the lead refrigeration circuits of
systems without variable capacity compressors.
Unit shall modulate heating with constant airflow to meet space
temperature heating loads. Modulating heating capacity shall
modulate based on supply air temperature.

f. Unit configuration, set point adjustment, sensor status viewing, unit alarm
viewing, and occupancy scheduling shall be accomplished with connection to
interface module with LCD screen and input keypad, interface module with
touch screen, or with connection to PC with free configuration software.
Controller shall be capable of connection with other factory installed and
factory provided unit controllers with individual unit configuration, set point
adjustment, sensor status viewing, and occupancy scheduling available from a
single unit. Connection between unit controllers shall be with a modular cable.
Controller shall be capable of communicating and integrating with a
LonWorks or BACnet network.
2.3

SOURCE QUALITY CONTROL


A. Fan Sound-Power Level Ratings: Comply with AMCA 301, "Methods for Calculating
Fan Sound Ratings from Laboratory Test Data." Test fans according to AMCA 300,
"Reverberant Room Method for Sound Testing of Fans." Fans shall bear AMCAcertified sound ratings seal.
B. Fan Performance Rating: Factory test fan performance for airflow, pressure, power,
air density, rotation speed, and efficiency. Rate performance according to
AMCA 210, "Laboratory Methods of Testing Fans for Aerodynamic Performance
Rating."
C. Water Coils: Factory tested to 300 psig according to ARI 410 and ASHRAE 33.
D. Refrigerant Coils: Factory tested to 450 psig according to ARI 410 and ASHRAE 33.

PART 3 - EXECUTION
3.1

EXAMINATION
A. Examine areas and conditions, with Installer present, for compliance with
requirements for installation tolerances and other conditions affecting performance of
the Work.

MODULAR INDOOR CENTRAL-STATION AIR-HANDLING UNITS


839

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


9 of 13

B. Examine casing insulation materials and filter media before air-handling unit
installation. Reject insulation materials and filter media that are wet, moisture
damaged, or mold damaged.
C. Examine roughing-in for hydronic, and condensate drainage piping systems and
electrical services to verify actual locations of connections before installation.
D. Proceed with installation only after unsatisfactory conditions have been corrected.
3.2

INSTALLATION
A. Equipment Mounting:
1. Install air-handling units on cast-in-place concrete equipment bases. Comply with
requirements for equipment bases and foundations specified in Special
Provision 033000 "Cast-in-Place Concrete."
2. Comply with requirements for vibration isolation devices specified in Special
Provision 230548.13 "Vibration Controls for HVAC."
B. Suspended Units: Suspend units from structural-steel support frame using threaded
steel rods and spring hangers. Comply with requirements for vibration isolation
devices specified in Special Provision 230548.13 "Vibration Controls for HVAC."
C. Arrange installation of units to provide access space around air-handling units for
service and maintenance.
D. Do not operate fan system until filters (temporary or permanent) are in place. Replace
temporary filters used during construction and testing, with new, clean filters.
E. Install filter-gage, static-pressure taps upstream and downstream of filters. Mount
filter gages on outside of filter housing or filter plenum in accessible position. Provide
filter gages on filter banks, installed with separate static-pressure taps upstream and
downstream of filters.

3.3

CONNECTIONS
A. Comply with requirements for piping specified in other Sections. Drawings indicate
general arrangement of piping, fittings, and specialties.
B. Install piping adjacent to air-handling unit to allow service and maintenance.

MODULAR INDOOR CENTRAL-STATION AIR-HANDLING UNITS


840

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


10 of 13

C. Connect piping to air-handling units mounted on vibration isolators with flexible


connectors.
D. Connect condensate drain pans using, ASTM B 88, Type M copper tubing. Extend to
nearest equipment or floor drain. Construct deep trap at connection to drain pan and
install cleanouts at changes in direction.
E. Hot-Water Piping: Comply with applicable requirements in Special Provision 232113
"Hydronic Piping" and Special Provision 232116 Hydronic Piping Specialties."
Install shutoff valve and union or flange at each coil supply connection. Install
balancing valve and union or flange at each coil return connection.
F. Refrigerant Piping: Comply with applicable requirements in Special
Provision 232300 "Refrigerant Piping." Install shutoff valve and union or flange at
each supply and return connection.
G. Connect duct to air-handling units with flexible connections. Comply with
requirements in Special Provision 233300 "Air Duct Accessories."
3.4

FIELD QUALITY CONTROL


A. Manufacturer's Field Service: Engage a factory-authorized service representative to
inspect, test, and adjust components, assemblies, and equipment installations,
including connections.
B. 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.
C. Tests and Inspections:
1. Leak Test: After installation, fill water and steam coils with water, and test coils
and connections for leaks.
2. Charge refrigerant coils with refrigerant and test for leaks.
3. Fan Operational Test: After electrical circuitry has been energized, start units to
confirm proper motor rotation and unit operation.
4. Test and adjust controls and safeties. Replace damaged and malfunctioning
controls and equipment.

MODULAR INDOOR CENTRAL-STATION AIR-HANDLING UNITS


841

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


11 of 13

D. Air-handling unit or components will be considered defective if unit or components


do not pass tests and inspections.
E. Prepare test and inspection reports.
3.5

STARTUP SERVICE
A. Engage a factory-authorized service representative to perform startup service.
1. Complete installation and startup checks according to manufacturer's written
instructions.
2. Verify that shipping, blocking, and bracing are removed.
3. Verify that unit is secure on mountings and supporting devices and that
connections to piping, ducts, and electrical systems are complete. Verify that
proper thermal-overload protection is installed in motors, controllers, and
switches.
4. Verify proper motor rotation direction, free fan wheel rotation, and smooth
bearing operations. Reconnect fan drive system, align belts, and install belt
guards.
5. Verify that bearings, pulleys, belts, and other moving parts are lubricated with
factory-recommended lubricants.
6. Verify that outdoor- and return-air mixing dampers open and close, and maintain
minimum outdoor-air setting.
7. Comb coil fins for parallel orientation.
8. Verify that proper thermal-overload protection is installed for electric coils.
9. Install new, clean filters.
10. Verify that manual and automatic volume control and fire and smoke dampers in
connected duct systems are in fully open position.
B. Starting procedures for air-handling units include the following:
1. Energize motor; verify proper operation of motor, drive system, and fan wheel.
Adjust fan to indicated rpm.
2. Measure and record motor electrical values for voltage and amperage.
3. Manually operate dampers from fully closed to fully open position and record fan
performance.

3.6

ADJUSTING
A. Adjust damper linkages for proper damper operation.

MODULAR INDOOR CENTRAL-STATION AIR-HANDLING UNITS


842

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


12 of 13

B. Comply with requirements in Special Provision 230593 "Testing, Adjusting, and


Balancing for HVAC" for air-handling system testing, adjusting, and balancing.
3.7

CLEANING
A. After completing system installation and testing, adjusting, and balancing airhandling unit and air-distribution systems and after completing startup service, clean
air-handling units internally to remove foreign material and construction dirt and dust.
Clean fan wheels, cabinets, dampers, coils, and filter housings, and install new, clean
filters.

3.8

DEMONSTRATION
A. Engage a factory-authorized service representative to train Owner's maintenance
personnel to adjust, operate, and maintain air-handling units.

PART 4 - MEASUREMENTS AND PAYMENT


4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective
item as described herein and shown below. This price shall be full compensation for
all work contained in the bid item as described herein and required by the related
Special Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to
complete the Work in every respect, including furnishing all materials, installation,
testing, placement into operation, training of Owner personnel, and project closeout.

MODULAR INDOOR CENTRAL-STATION AIR-HANDLING UNITS


843

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


13 of 13

D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional


requirements.
END OF SPECIAL PROVISION 237313

MODULAR INDOOR CENTRAL-STATION AIR-HANDLING UNITS


844

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 12

CATEGORY 800
BUILDINGS
SECTION 237333.16 - INDOOR, INDIRECT, GAS-FIRED HEATING AND
VENTILATING UNITS
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions,
Special Provisions, General Provisions, and Terms and Conditions, apply to this
section.

1.2

SUMMARY
A. Special Provision includes indirect, gas-fired heating and ventilating units.

1.3

DEFINITIONS
A. DDC: Direct digital control.

1.4

ACTION SUBMITTALS
A. Product Data: For each type and configuration of indoor, indirect, gas-fired heating
and ventilating unit.
1. Include rated capacities, operating characteristics, electrical characteristics, and
furnished specialties and accessories.
B. Shop Drawings: For each type and configuration of indoor, indirect, gas-fired heating
and ventilating unit.
1. Signed, sealed, and prepared by or under the supervision of a qualified
professional engineer.
2. Include plans, elevations, sections, and attachment details.
3. Include details of equipment assemblies. Indicate dimensions, weights, loads,
required clearances, method of field assembly, components, and location and size
of each field connection.

INDOOR, INDIRECT, GAS-FIRED HEATING AND VENTILATING UNITS


845

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


2 of 12

4. Detail fabrication and assembly of gas-fired heating and ventilating units, as well
as procedures and diagrams.
5. Design Calculations: Calculate requirements for selecting vibration isolators and
for designing vibration isolation bases.
6. Include diagrams for power, signal, and control wiring.
1.5

INFORMATIONAL SUBMITTALS
A. Startup service reports.
B. Sample Warranty: For manufacturer's special warranty.

1.6

CLOSEOUT SUBMITTALS
A. Operation and Maintenance Data: For indirect-fired heating and ventilating units to
include in emergency, operation, and maintenance manuals.

1.7

MAINTENANCE MATERIAL SUBMITTALS


A. Furnish extra materials that match products installed and that are packaged with
protective covering for storage and identified with labels describing contents.
1. Filters: One set(s) for each unit.

1.8

QUALITY ASSURANCE
A. Comply with NFPA 70.
B. ASHRAE Compliance: Applicable requirements in ASHRAE 62.1, Section 5 "Systems and Equipment" and Section 7 - "Construction and Startup."
C. ASHRAE/IESNA 90.1
Compliance:
Applicable
requirements
ASHRAE/IESNA 90.1, Section 6 - "Heating, Ventilating, and Air-Conditioning."

in

D. Unit shall be plastic shrink-wrapped prior to shipment to prevent damage during


transport and thereafter while in storage awaiting installation.

INDOOR, INDIRECT, GAS-FIRED HEATING AND VENTILATING UNITS


846

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

1.9

Contract No. BB-2829-000-006


3 of 12

WARRANTY
A. Special Warranty: Manufacturer agrees to repair or replace components of indirect,
gas-fired heating and ventilating units that fail in materials or workmanship within
specified warranty period.
1. Warranty Period for Heat Exchangers: Manufacturer's standard, but not less than
25 years from date of Substantial Completion.

PART 2 - PRODUCTS
2.1

MANUFACTURERS
A. Subject to compliance with requirements, provide products by one of the following;
1. AAON, Inc.
2. CES Group
3. Seasons-4

2.2

SYSTEM DESCRIPTION
A. Factory-assembled, prewired, self-contained unit consisting of cabinet, supply fan,
controls, filters, and indirect-fired gas burner to be installed inside the building.
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.

2.3

UNIT DESCRIPTION
A. General Description
1. Air handling units shall include filters, supply fans, dampers, gas heaters, exhaust
fans, energy recovery wheels and unit controls.
2. Unit shall be factory assembled or shipped as individual modules with run testing
of the completed unit. Run test report shall be supplied with the unit in the
controls compartments literature pocket.

INDOOR, INDIRECT, GAS-FIRED HEATING AND VENTILATING UNITS


847

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


4 of 12

3. Unit shall have decals and tags to indicate lifting and rigging, service areas and
caution areas for safety and to assist service personnel.
4. Unit components shall be labeled, including pipe stub outs, refrigeration system
components and electrical and controls components.
5. Installation, Operation and Maintenance manual shall be supplied within the unit.
6. Laminated color-coded wiring diagram shall match factory installed wiring and
shall be affixed to the interior of the control compartments access door.
7. Unit nameplate shall be provided in two locations on the unit, affixed to the
exterior of the unit and affixed to the interior of the control compartments access
door.
B. Construction
1. All cabinet walls, access doors, and roof shall be fabricated of double wall, impact
resistant, rigid polyurethane foam panels.
2. Unit insulation shall have a minimum thermal resistance R-value of 13 (R-value
of R-6.5). Foam insulation shall have a minimum density of 2 pounds/cubic foot
and shall be tested in accordance with ASTM D-1929-11 for a minimum flash
ignition temperature of 610F.
3. Unit construction shall be double wall with G90 galvanized steel on both sides
and a thermal break.
4. Access to filters, dampers, heaters, supply fans, exhaust fans, energy recovery
wheels, and electrical and controls components shall be through hinged access
doors with quarter turn, zinc cast, lockable handles and removable pin hinges.
5. Unit base rails shall be 6 inches tall.
6. Unit shall include lifting lugs on the bottom of the unit.
7. Unit shall include factory wired control panel compartment LED service lights.
C. Electrical
1. Unit shall be provided with standard power block for connecting power to the
unit.
2. Options:
a. Unit shall be provided with factory installed and factory wired, non-fused
disconnect switch.
b. Unit shall be provided with factory installed and factory wired 115V, 15 amp
GFI outlet with outlet disconnect switch in the unit control panel.

INDOOR, INDIRECT, GAS-FIRED HEATING AND VENTILATING UNITS


848

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


5 of 12

c. Unit shall be provided with phase and brown out protection which shuts down
all motors in the unit if the electrical phases are more that 10% out of balance
on voltage, the voltage is more that 10% under design voltage, or on phase
reversal.
D. Supply Fans
1. Unit shall include direct drive, unhoused, backward curved, plenum supply fans.
3. Blowers and motors shall be dynamically balanced and mounted on rubber-inshear isolators.
4. Motors shall be premium efficiency ODP with ball bearings rated for 200,000
hours service with external lubrication points.
5. Options:
a. Variable frequency drives shall be factory wired and mounted in the unit. Fan
motors shall be premium efficiency.
E. Exhaust Fans
1. Exhaust dampers shall be sized for 100% relief.
2. Unit shall include direct drive, unhoused, backward curved, plenum exhaust fans.
3. Blowers and motors shall be dynamically balanced and mounted on rubber-inshear isolators.
4. Motors shall be premium efficiency ODP with ball bearings rated for 200,000
hours service with external lubrication points.
5. Options:
a. Variable frequency drives shall be factory wired and mounted in the unit. Fan
motors shall be premium efficiency.
E. Gas Heating
1. Unit shall include an indirect fired, gas furnace with 5:1 turndown capability.
2. Gas furnace shall be located in the reheat position downstream of the supply fans.
3. Heat exchanger shall carry a 25 year prorated warranty from the date of original
equipment shipment from the factory.
4. Gas furnace shall consist of multiple heat exchanger tubes of Type 409 stainless
steel, an induced draft blower and an electronic pressure switch to lockout the gas
valve until the combustion chamber is purged and combustion air flow is
established.
5. Gas furnace shall include a gas ignition system consisting of a direct spark
electronic igniter and remote flame sensor to prove carryover across all burners.
6. Gas furnace shall have a manual reset flame rollout switch and automatic reset
high limit switch to limit maximum outlet air temperature to less than 250F.

INDOOR, INDIRECT, GAS-FIRED HEATING AND VENTILATING UNITS


849

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


6 of 12

7. Gas furnace shall include an integral 1/8 NPT tapped test gauge connection in
the gas manifold for measuring gas pressure to burners.
8. Unit shall include a single gas connection and have gas supply piping entrances in
the outside cabinet wall below the access door of the gas heat module.
9. Options:
a. Gas furnace shall have an open (sealed) combustion air inlet.
F. Filters
1. Unit shall include 2 inch thick, pleated panel filters with an ASHRAE efficiency
of 30% and MERV rating of 8.
2. Unit shall include a clogged filter switch.
G. Energy Recovery
1. Unit shall contain a factory mounted and tested energy recovery wheel. The
energy recovery wheel shall be mounted in a rigid frame containing the wheel
drive motor, drive belt, wheel seals and bearings. Frame shall slide out for service
and removal from the cabinet.
2. The energy recovery component shall incorporate a rotary wheel in an insulated
cassette frame complete with seals, drive motor and drive belt.
3. Wheels shall be wound continuously with one flat and one structured layer in an
ideal parallel plate geometry providing laminar flow and minimum pressure dropto-efficiency ratios. The layers shall be effectively captured in aluminum and
stainless steel segment frames that provide a rigid and self-supporting matrix.
4. Wheels shall be provided with removable energy transfer matrix. Wheel frame
construction shall be a welded hub, spoke and rim assembly of stainless, plated
and/or coated steel and shall be self-supporting without matrix segments in place.
Segments shall be removable without the use of tools to facilitate maintenance
and cleaning. Wheel bearings shall be selected to provide an L-10 life in excess of
400,000 hours. Rim shall be continuous rolled stainless steel and the wheel shall
be connected to the shaft by means of taper locks.
5. All diameter and perimeter seals shall be provided as part of the cassette assembly
and shall be factory set. Drive belts of stretch urethane shall be provided for
wheel rim drive without the need for external tensioners or adjustment.
6. The energy recovery cassette shall be an Underwriters Laboratories Recognized
Component for electrical and fire safety. The wheel drive motor shall be an
Underwriters Laboratory Recognized Component and shall be mounted in the
cassette frame and supplied with a service connector or junction box. Thermal
performance shall be certified by the manufacturer in accordance with ASHRAE
Standard 84, Method of Testing Air-to-Air Heat Exchangers and AHRI Standard
INDOOR, INDIRECT, GAS-FIRED HEATING AND VENTILATING UNITS
850

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


7 of 12

7. 1060, Rating Air-to-Air Energy Recovery Ventilation Equipment. Cassettes shall


be listed in the AHRI Certified Products.
8. Energy recovery wheel cassette shall carry a 5 year non-prorated warranty, from
the date of original equipment shipment from the factory. The 5 year warranty
applies to all parts and components of the cassette, with the exception of the
motor, which shall carry an 18 month warranty.
9. Hinged service access door shall allow access to the wheel.
10. Options:
a. Total energy recovery wheels shall be coated with silica gel desiccant
permanently bonded by a process without the use of binders or adhesives,
which may degrade desiccant performance. The substrate shall be lightweight
polymer and shall not degrade nor require additional coatings for application
in marine or coastal environments. Coated segments shall be washable with
detergent or alkaline coil cleaner and water. Desiccant shall not dissolve nor
deliquesce in the presence of water or high humidity.
H. Controls
1. Factory Installed and Factory Provided Controller
a. Unit controller shall be capable of controlling all features and options of the
unit. Controller shall be factory installed in the unit controls compartment and
factory tested.
b. Controller shall be capable of standalone operation with unit configuration, set
point adjustment, sensor status viewing, unit alarm viewing, and occupancy
scheduling available without dependence on a building management system.
c. Controller shall have an onboard clock and calendar functions that allow for
occupancy scheduling.
d. Controller shall include non-volatile memory to retain all programmed values,
without the use of an external battery, in the event of a power failure.
I. Interface with DDC System for HVAC: Factory-installed hardware and software to
enable the DDC system for HVAC to monitor, control, and display status and
alarms of heating and ventilating unit.
1. ASHRAE 135.1 (BACnet) communication interface with the DDC system for
HVAC shall enable the DDC system for HVAC operator to remotely control and
monitor the heating and ventilating unit from an operator workstation. Control
features and monitoring points displayed locally at heating and ventilating unit
control panel shall be available through the DDC system for HVAC.
INDOOR, INDIRECT, GAS-FIRED HEATING AND VENTILATING UNITS
851

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


8 of 12

2. Unit shall be provided with a terminal block for field installation of a smoke
detector which shuts of the units control circuit.
PART 3 - EXECUTION
3.1

EXAMINATION
A. Examine areas and conditions, with Installer present, for compliance with
requirements for installation tolerances and other conditions affecting performance of
indirect-fired heating and ventilating units.
B. Examine roughing-in for piping, ducts, and electrical systems to verify actual
locations of connections before equipment installation.
C. Verify cleanliness of airflow path to include inner-casing surfaces, filters, coils,
turning vanes, fan wheels, and other components.
D. Proceed with installation only after unsatisfactory conditions have been corrected.

3.2

INSTALLATION
A. Equipment Mounting:
B. Comply with requirements for vibration isolation devices specified in Special
Provision 230548.13 "Vibration Controls for HVAC."
C. Install gas-fired units according to NFPA 54, "National Fuel Gas Code."
D. Install controls and equipment shipped by manufacturer for field installation with
indirect-fired heating and ventilating units.

3.3

CONNECTIONS
A. Drawings indicate general arrangement of piping, fittings, and specialties.
1. Gas Piping: Comply with requirements in Special Provision 231126 "Facility
Liquefied-Petroleum Gas Piping." Connect gas piping with shutoff valve and
union and with sufficient clearance for burner removal and service. Make final
connections of gas piping to unit with corrugated, stainless-steel tubing flexible
connectors complying with ANSI LC 1/CSA 6.26 equipment connections.

INDOOR, INDIRECT, GAS-FIRED HEATING AND VENTILATING UNITS


852

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


9 of 12

B. Drain: Comply with requirements in Special Provision 221316 "Sanitary Waste and
Vent Piping" for traps and accessories on piping connections to condensate drain pans
under condensing heat exchangers.
C. Where installing piping adjacent to heating and ventilating units, allow space for
service and maintenance.
D. Duct Connections: Connect ducts to indirect-fired heating and ventilating units with
flexible duct connectors. Comply with requirements in Special Provision 233300 "Air
Duct Accessories" for flexible duct connectors.
E. Ground equipment according to Special Provision 260526 "Grounding and Bonding
for Electrical Systems."
F. Connect wiring according to Special Provision 260519 "Low-Voltage Electrical
Power Conductors and Cables."
3.4

FIELD QUALITY CONTROL


A. Manufacturer's Field Service: Engage a factory-authorized service representative to
test and inspect components, assemblies, and equipment installations, including
connections.
B. Perform tests and inspections with the assistance of a factory-authorized service
representative.
C. Units will be considered defective if they do not pass tests and inspections.
D. Prepare test and inspection reports.

3.5

STARTUP SERVICE
A. Engage a factory-authorized service representative to perform startup service.
1. Complete installation and startup checks according to manufacturer's written
instructions and perform the following:
a. Inspect for visible damage to burner combustion chamber.
b. Inspect casing insulation for integrity, moisture content, and adhesion.
c. Verify that clearances have been provided for servicing.

INDOOR, INDIRECT, GAS-FIRED HEATING AND VENTILATING UNITS


853

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


10 of 12

d.
e.
f.
g.
h.
i.

Verify that controls are connected and operable.


Verify that filters are installed.
Purge gas line.
Inspect and adjust vibration isolators.
Verify bearing lubrication.
Inspect fan-wheel rotation for movement in correct direction without vibration
and binding.
j. Adjust fan belts to proper alignment and tension.
k. Start unit according to manufacturer's written instructions.
2. Complete startup sheets and attach copy with Contractor's startup report.
3. Inspect and record performance of interlocks and protective devices; verify
sequences.
4. Operate unit for run-in period recommended by manufacturer.
5. Perform the following operations for both minimum and maximum firing and
adjust burner for peak efficiency:
a. Measure gas pressure at manifold.
b. Measure combustion-air temperature at inlet to combustion chamber.
c. Measure supply-air temperature and volume when burner is at maximum
firing rate and when burner is off. Calculate useful heat to supply air.
6.
7.
8.
9.

Calibrate thermostats.
Adjust and inspect high-temperature limits.
Inspect dampers, if any, for proper stroke and interlock with return-air dampers.
Inspect controls for correct sequencing of heating, mixing dampers, refrigeration,
and normal and emergency shutdown.
10. Measure and record airflow. Plot fan volumes on fan curve.
11. Verify operation of remote panel, including pilot-operation and failure modes.
Inspect the following:
a. High-limit heat.
b. Alarms.
3. After startup and performance testing, change filters, verify bearing lubrication,
and adjust belt tension.
4. Verify drain-pan performance.
B. Verify outdoor-air damper operation.

INDOOR, INDIRECT, GAS-FIRED HEATING AND VENTILATING UNITS


854

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

3.6

Contract No. BB-2829-000-006


11 of 12

ADJUSTING
A. Adjust initial temperature set points.
B. Set field-adjustable switches and circuit-breaker trip ranges as indicated.
C. Occupancy Adjustments: When requested within 12 months from date of Substantial
Completion, provide on-site assistance in adjusting system to suit actual occupied
conditions. Provide up to two visits to Project during other-than-normal occupancy
hours for this purpose.

3.7

DEMONSTRATION
A. Engage a factory-authorized service representative to train Owner's maintenance
personnel to adjust, operate, and maintain heating and ventilating units.

PART 4 - MEASUREMENTS AND PAYMENT


4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective
item as described herein and shown below. This price shall be full compensation for
all work contained in the bid item as described herein and required by the related
Special Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to
complete the Work in every respect, including furnishing all materials, installation,
testing, placement into operation, training of Owner personnel, and project closeout.

INDOOR, INDIRECT, GAS-FIRED HEATING AND VENTILATING UNITS


855

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


12 of 12

D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional


requirements.
END OF SPECIAL PROVISION 237333.16

INDOOR, INDIRECT, GAS-FIRED HEATING AND VENTILATING UNITS


856

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 13

CATEGORY 800
BUILDINGS
SECTION 237433 - DEDICATED OUTDOOR-AIR UNITS
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions,
Special Provisions, General Provisions, and Terms and Conditions, apply to this
section.

1.2

SUMMARY
A. Special Provision includes factory-packaged units capable of supplying up to 100
percent outdoor air and providing heating.

1.3

ACTION SUBMITTALS
A. Product Data: For each type of product. Include rated capacities, operating
characteristics, and furnished specialties and accessories.
B. Shop Drawings:
1. Include plans, elevations, sections, and attachment details.
2. Include details of equipment assemblies. Indicate dimensions, weights, loads, and
required clearances, method of field assembly, components, and location and size
of each field connection.
3. Prepare the following by or under the supervision of a qualified professional
engineer:
a. Mounting Details: For securing and flashing roof curb to roof structure.
Indicate coordinating requirements with roof membrane system.
b. Include diagrams for power, signal, and control wiring.
C. Delegated-Design Submittal: For design of vibration isolation and wind restraints,
including analysis data signed and sealed by the qualified professional engineer
responsible for their preparation.
1. Unit fabrication and assembly details.

DEDICATED OUTDOOR-AIR UNITS


857

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


2 of 13

2. Vibration Isolation Base Details: Detail fabrication including anchorages and


attachments to structure and to supported equipment. Include adjustable motor
bases, rails, and frames for equipment mounting.
3. Design Calculations:
a. Calculate requirements for selecting vibration isolators and wind restraints
and for designing vibration isolation bases.
b. Indicate compliance with "Performance Requirements" article.
1.4

INFORMATIONAL SUBMITTALS
A. Coordination Drawings: Roof-curb mounting details, drawn to scale, on which the
following items are shown and coordinated with each other, using input from
installers of the items involved:
1. Size and location of unit-mounted rails and anchor points and methods for
anchoring units to roof curb.
2. Required roof penetrations for ducts, pipes, and electrical raceways, including
size and location of each penetration.
B. Startup service reports.
C. Sample Warranty: For special warranty.

1.5

CLOSEOUT SUBMITTALS
A. Operation and Maintenance Data: For units to include in emergency, operation, and
maintenance manuals.

1.6

MAINTENANCE MATERIAL SUBMITTALS


A. Furnish extra materials that match products installed and that are packaged with
protective covering for storage and identified with labels describing contents.
1. Filters: One set for each unit.

1.7

WARRANTY
A. Special Warranty: Manufacturer agrees to replace components of units that fail in
materials or workmanship within specified warranty period.

DEDICATED OUTDOOR-AIR UNITS


858

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


3 of 13

1. Warranty Period for Heat Exchangers: 25 years from date of Substantial


Completion.
PART 2 - PRODUCTS
2.1

MANUFACTURERS
A. Subject compliance with requirements, provide products by one of the following:
1. AAON, Inc.
2. CES Group.
3. Seasons-4.

2.2

PERFORMANCE REQUIREMENTS
A. General Description
1. Outdoor air handling unit shall include filters, supply fan, dampers, gas heater (as
applicable), hydronic heating coil (as applicable), exhaust fan, energy recovery
wheel, and unit controls.
2. Unit shall be factory assembled and tested including run testing of the completed
unit. Run test report shall be supplied with the unit in the service compartments
literature pocket.
3. Unit shall have decals and tags to indicate lifting and rigging, service areas and
caution areas for safety and to assist service personnel.
4. Unit components shall be labeled, including electrical and controls components.
5. Estimated sound power levels (dB) shall be shown on the unit ratings sheet.
6. Installation, Operation and Maintenance manual shall be supplied within the unit.
7. Laminated color-coded wiring diagram shall match factory installed wiring and
shall be affixed to the interior of the control compartments hinged access door.
8. Unit nameplate shall be provided in two locations on the unit, affixed to the
exterior of the unit and affixed to the interior of the control compartments hinged
access door.
B. Construction
1. All cabinet walls, access doors, and roof shall be fabricated of double wall, impact
resistant, rigid polyurethane foam panels.

DEDICATED OUTDOOR-AIR UNITS


859

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


4 of 13

2. Unit insulation shall have a minimum thermal resistance R-value of 13. Foam
insulation shall have a minimum density of 2 pounds/cubic foot and shall be
tested in accordance with ASTM D-1929 for a minimum flash ignition
temperature of 610F.
3. Unit construction shall be double wall with G90 galvanized steel on both sides
and a thermal break.
4. Unit shall be designed to reduce air leakage and infiltration through the cabinet.
Cabinet leakage shall not exceed 1% of total airflow when tested at 3 times the
minimum external static pressure provided in AHRI Standard 210/240. Panel
deflection shall not exceed L/240 ratio at 125% of design static pressure, at a
maximum 8 inches of positive or negative static pressure, to reduce air leakage.
Deflection shall be measured at the midpoint of the panel height and width.
Continuous sealing shall be included between panels and between access doors
and openings to reduce air leakage. Piping and electrical conduit through cabinet
panels shall include sealing to reduce air leakage.
5. Roof of the air tunnel shall be sloped to provide complete drainage. Cabinet shall
have rain break overhangs above access doors.
6. Access to filters, dampers, heater, exhaust fan, energy recovery wheel, and
electrical and controls components shall be through hinged access doors with
quarter turn, lockable handles. Full length stainless steel piano hinges shall be
included on the doors.
7. Exterior paint finish shall be capable of withstanding at least 2,500 hours, with no
visible corrosive effects, when tested in a salt spray and fog atmosphere in
accordance with ASTM B 117-95 test procedure.
8. Unit shall be provided with through the base vertical discharge and return air
openings. All openings through the unit shall have upturned flanges of at least 1/2
inch around the opening.
9. Unit shall include lifting lugs on the top of the unit.
10. Unit shall include factory wired service compartment LED service lights.
C. Electrical
1. Unit shall be provided with a factory installed and factory wired 115V, 13 amp
GFI outlet disconnect switch in the unit control panel.
2. Unit shall be provided with phase and brown out protection which shuts down all
motors in the unit if the electrical phases are more than 10% out of balance on
voltage, the voltage is more than 10% under design voltage or on phase reversal.
D. Supply Fans
1. Unit shall include direct drive, unhoused, backward-curved, plenum supply fans.
DEDICATED OUTDOOR-AIR UNITS
860

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


5 of 13

2. Blowers and motors shall be dynamically balanced.


3. Motor shall be inverter rated efficiency ODP with ball bearings rated for 200,000
hours service with external lubrication points.
4. Variable frequency drive shall be factory wired and mounted in the unit. Fan
motor shall be inverter rated efficiency.
E. Exhaust Fans
1. Exhaust dampers shall be sized for 100% relief.
2. Fans and motors shall be dynamically balanced.
3. Access to exhaust fans shall be through double wall, hinged access doors with
quarter turn lockable handles.
4. Unit shall include belt driven, unhoused, backward curved, plenum exhaust fans.
5. Motors shall be premium efficiency ODP with ball bearings rated for 200,000
hours service with external lubrication points.
6. Variable frequency drives shall be factory wired and mounted in the unit. Fan
motors shall be premium efficiency.
F. Gas Heating
1. Stainless steel heat exchanger furnace shall carry a 25 year non-prorated warranty,
from the date of original equipment shipment from the factory.
2. Gas furnace shall consist of stainless steel heat exchangers with multiple
concavities, an induced draft blower and an electronic pressure switch to lockout
the gas valve until the combustion chamber is purged and combustion airflow is
established.
3. Furnace shall include a gas ignition system consisting of an electronic igniter to a
pilot system, which will be continuous when the heater is operating, but will shut
off the pilot when heating is not required.
4. Unit shall include a single gas connection and have gas supply piping entrances in
the unit base for through-the-curb gas piping and in the outside cabinet wall for
across the roof gas piping.
5. Gas furnace shall be equipped with modulating gas valves, adjustable speed
combustion blowers, stainless steel tubular heat exchangers, and electronic
controller. Combustion blowers and gas valves shall be capable of modulation.
Electronic controller includes a factory wired, field installed supply air
temperature sensor. Sensor shall be field installed in the supply air ductwork.
Supply air temperature setpoint shall be adjustable on the electronic controller
within the controls compartment. 60 MBtu/h, 100 MBtu/h, 140 MBtu/h, and 160
MBtu/h gas heating assemblies shall be capable of operating at any firing rate
between 100% and 30% of their rated capacity.
DEDICATED OUTDOOR-AIR UNITS
861

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


6 of 13

G. Hydronic Heating Coils


1. Coils shall be certified in accordance with AHRI Standard 410 and be hydrogen
or helium leak tested.
2. Coils shall be constructed of copper tubes with aluminum fins mechanically
bonded to the tubes and galvanized steel end casings. Fin design shall be sine
wave rippled.
3. Coils shall be one row, half serpentine circuitry, and 12 fins per inch.
4. Coils shall be located in the reheat position downstream of the cooling coil.
5. Control valves shall be field supplied and field installed.
H. Filters
1. Unit shall include 2 inch thick, pleated panel filters with an ASHRAE efficiency
of 30% and MERV rating of 8, upstream of the cooling coil.
2. Unit shall include a clogged filter switch.
I. Outside Air/Economizer
1. Unit shall include 0-100% economizer consisting of a motor operated outside air
damper and return air damper assembly constructed of extruded aluminum,
hollow core, airfoil blades with rubber edge seals and aluminum end seals.
Damper blades shall be gear driven and designed to have no more than 20 CFM
of leakage per sq. ft. of damper area when subjected to 4 inches w.g. air pressure
differential across the damper. Low leakage dampers shall be Class 2 AMCA
certified, in accordance with AMCA Standard 511. Damper assembly shall be
comtrolled by spring return actuator. Unit shall include outside air opening bird
screen, outside air hood with rain lip and barometric relief dampers.
J. Energy Recovery
1. Unit shall contain a factory installed and tested energy recovery wheel. The
energy recovery wheel shall be mounted in an insulated cassette frame containing
the wheel drive motor, drive belt, wheel seals and bearings. Frame shall slide out
for service and removal from the cabinet.
2. Wheel shall be wound continuously with one flat and one structured layer in an
ideal parallel plate geometry providing laminar flow and minimum pressure dropto-efficiency ratios. The layers shall be effectively captured in stainless steel
wheel frames or aluminum and stainless steel segment frames that provide a rigid
and self-supporting matrix.
3. Wheel shall be provided with removable energy transfer matrix. Wheel frame
construction shall be a welded hub, spoke and rim assembly of stainless, plated
and/or coated steel and shall be self-supporting without matrix segments in place.
Segments shall be removable without the use of tools to facilitate maintenance
DEDICATED OUTDOOR-AIR UNITS
862

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

4.

5.

6.
7.

8.
9.

Contract No. BB-2829-000-006


7 of 13

and cleaning. Wheel bearings shall be selected to provide an L-10 life in excess of
400,000 hours. Rim shall be continuous rolled stainless steel.
All diameter and perimeter seals shall be provided as part of the cassette assembly
and shall be factory set. Drive belts of stretch urethane shall be provided for
wheel rim drive without the need for external tensioners or adjustment.
The energy recovery cassette shall be an Underwriters Laboratories Recognized
Component for electrical and fire safety. The wheel drive motor shall be an
Underwriters Laboratory Recognized Component and shall be mounted in the
cassette frame and supplied with a service connector or junction box. Thermal
performance shall be certified by the manufacturer in accordance with ASHRAE
Standard 84, Method of Testing Air-to-Air Heat Exchangers and AHRI Standard
1060, Rating Air-to-Air Energy Recovery Ventilation Equipment. Cassettes shall
be listed in the AHRI Certified Products.
Energy recovery wheel cassette shall carry a 5 year non-prorated warranty, from
the date of original equipment shipment from the factory.
Unit shall include 2 inch thick, pleated panel outside air and exhaust air filters
with an ASHRAE efficiency of 30% and MERV rating of 8, upstream of the
wheels.
Hinged service access door shall allow access to the wheel.
Total energy recovery wheel shall be coated with silica gel desiccant permanently
bonded by a process without the use of binders or adhesives, which may degrade
desiccant performance. The substrate shall be lightweight polymer and shall not
degrade nor require additional coatings for application in marine or coastal
environments. Coated wheel shall be washable with detergent or alkaline coil
cleaner and water. Desiccant shall not dissolve nor deliquesce in the presence of
water or high humidity.

K. Controls
1. Factory Installed and Factory Provided Controller
a. Unit controller shall be capable of controlling all features and options of the
unit. Controller shall be factory installed in the unit controls compartment and
factory tested. Controller shall be capable of standalone operation with unit
configuration, set point adjustment, sensor status viewing, unit alarm viewing,
and occupancy scheduling available without dependence on a building
management system.
b. Controller shall have an onboard clock and calendar functions that allow for
occupancy scheduling.
c. Controller shall include non-volatile memory to retain all programmed values
without the use of a battery, in the event of a power failure.

DEDICATED OUTDOOR-AIR UNITS


863

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


8 of 13

d. Makeup Air Controller


1) Unit shall modulate cooling with constant airflow to meet ventilation
outside air loads. Cooling capacity shall modulate based on supply air
temperature.
2) Unit shall modulate heating with constant airflow to meet ventilation
outside air loads. Heating capacity shall modulate based on supply air
temperature.
3) Interface with DDC System for HVAC: Factory-installed hardware
and software to enable the DDC system for HVAC to monitor, control,
and display unit status and alarms.
a) ASHRAE 135 (BACnet) communication interface with the DDC
system for HVAC shall enable the DDC system for HVAC
operator to remotely control and monitor the unit from an operator
workstation. Control features and monitoring points displayed
locally at unit control panel shall be available through the DDC
system for HVAC.
L. Accessories
1. Unit shall be provided with a safety shutdown terminal block for field installation
of a smoke detector which shuts off the unit's control circuit.
2. Service Lights and Switch: Factory installed in each accessible section with
weatherproof cover. Factory wire lights to a single point field connection.
PART 3 - 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
the Work.
B. Examine roughing-in for piping, ducts, and electrical systems to verify actual
locations of connections before equipment installation.
C. Examine roof curbs and equipment supports for suitable conditions where units will
be installed.
D. Proceed with installation only after unsatisfactory conditions have been corrected.

DEDICATED OUTDOOR-AIR UNITS


864

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

3.2

Contract No. BB-2829-000-006


9 of 13

INSTALLATION
A. Comply with manufacturer's rigging and installation instructions for unloading units
and moving to final locations.
B. Curb Support: Install roof curb on roof structure according to "The NRCA Roofing
Manual."
1. Install and secure units on curbs and coordinate roof penetrations and flashing
with roof construction.
2. Coordinate size, installation, and structural capacity of roof curbs, equipment
supports, and roof penetrations. These items are specified in Special
Provision 077200 "Roof Accessories."
3. Coordinate size, location, and installation of unit manufacturer's roof curbs and
equipment supports with roof Installer.
C. Restrained Curb Support: Install restrained vibration isolation roof-curb rails on roof
structure according to "The NRCA Roofing Manual."
D. Equipment Mounting:
1. Comply with requirements for vibration isolation devices specified in Special
Provision 230548.13 "Vibration Controls for HVAC."
E. Install wall- and duct-mounted sensors furnished by manufacturer for field
installation. Install control wiring and make final connections to control devices and
unit control panel.
F. Comply with requirements for gas-fired furnace installation in NFPA 54, "National
Fuel Gas Code."
G. Install separate devices furnished by manufacturer and not factory installed.
H. Install new filters at completion of equipment installation and before testing,
adjusting, and balancing.
I. Install drain pipes from unit drain pans to sanitary drain.
1. Drain Piping: Drawn-temper copper water tubing complying with ASTM B 88,
Type L, with soldered joints.
2. Pipe Size: Same size as condensate drain pan connection.

DEDICATED OUTDOOR-AIR UNITS


865

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

3.3

Contract No. BB-2829-000-006


10 of 13

CONNECTIONS
A. Where installing piping adjacent to units, allow space for service and maintenance.
B. Gas Piping Connections:
1. Comply with requirements in Special Provision 231126 "Facility LiquefiedPetroleum Gas Piping."
2. Connect gas piping to furnace, full size of gas train inlet, and connect with
union, pressure regulator, and shutoff valve with sufficient clearance for burner
removal and service.
3. Install AGA-approved flexible connectors.
C. Hydronic Piping Connections:
1. Comply with requirements in Special Provision 232113 "Hydronic Piping" and
Special Provision 232116 Hydronic Piping Specialties."
2. Install shutoff valve and union or flange on each supply connection and install
balancing valve and union or flange on each return connection.
D. Duct Connections:
1. Comply with requirements in Special Provision 233113 "Metal Ducts."
2. Drawings indicate the general arrangement of ducts.
3. Connect ducts to units with flexible duct connectors. Comply with requirements
for flexible duct connectors in Special Provision 233300 "Air Duct Accessories."
E. Electrical Connections: Comply with requirements for power wiring, switches, and
motor controls in electrical Sections.
1. Install electrical devices furnished by unit manufacturer but not factory mounted.

3.4

STARTUP SERVICE
A. Engage a factory-authorized service representative to perform startup service.
1. Complete installation and startup checks according to manufacturer's written
instructions.
2. Inspect units for visible damage to furnace combustion chamber.

DEDICATED OUTDOOR-AIR UNITS


866

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


11 of 13

3. Perform the following operations for both minimum and maximum firing and
adjust burner for peak efficiency:
a. Measure gas pressure at manifold.
b. Measure combustion-air temperature at inlet to combustion chamber.
c. Measure flue-gas temperature at furnace discharge.
d. Perform flue-gas analysis. Measure and record flue-gas carbon dioxide and
oxygen concentration.
e. Measure supply-air temperature and volume when burner is at maximum
firing rate and when burner is off. Calculate useful heat to supply air.
4. Verify operation of remote panel including pilot-light operation and failure
modes. Inspect the following:
a. High-limit heat exchanger.
b. Alarms.
5. Inspect units for visible damage.
6. Inspect casing insulation for integrity, moisture content, and adhesion.
7. Verify that clearances have been provided for servicing.
8. Verify that controls are connected and operable.
9. Verify that filters are installed.
10. Clean coils and inspect for construction debris.
11. Clean furnace flue and inspect for construction debris.
12. Inspect operation of power vents.
13. Purge gas line.
14. Inspect and adjust vibration isolators.
15. Verify bearing lubrication.
16. Clean fans and inspect fan-wheel rotation for movement in correct direction
without vibration and binding.
17. Start unit.

DEDICATED OUTDOOR-AIR UNITS


867

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


12 of 13

18. Inspect and record performance of interlocks and protective devices including
response to smoke detectors by fan controls and fire alarm.
19. Operate unit for run-in period.
20. Calibrate controls.
21. Adjust and inspect high-temperature limits.
22. Inspect outdoor-air dampers for proper stroke and interlock with exhaust-air
dampers.
23. Verify operational sequence of controls.
24. Measure and record the following airflows. Plot fan volumes on fan curve.
a. Supply-air volume.
b. Exhaust-air flow.
c. Outdoor-air flow.
B. After startup, change filters, verify bearing lubrication, and adjust belt tension.
C. Remove and replace components that do not properly operate and repeat startup
procedures as specified above.
D. Prepare written report of the results of startup services.
3.5

ADJUSTING
A. Adjust initial temperature and humidity set points.
B. Set field-adjustable switches and circuit-breaker trip ranges as indicated.
C. Occupancy Adjustments: When requested within 12 months from date of Substantial
Completion, provide on-site assistance in adjusting system to suit actual occupied
conditions. Provide up to two visits to Project during other-than-normal occupancy
hours for this purpose.

DEDICATED OUTDOOR-AIR UNITS


868

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

3.6

Contract No. BB-2829-000-006


13 of 13

DEMONSTRATION
A. Engage a factory-authorized service representative to train Owner's maintenance
personnel to adjust, operate, and maintain units.

PART 4 - MEASUREMENTS AND PAYMENT


4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective
item as described herein and shown below. This price shall be full compensation for
all work contained in the bid item as described herein and required by the related
Special Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to
complete the Work in every respect, including furnishing all materials, installation,
testing, placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional
requirements.
END OF SPECIAL PROVISION 237433

DEDICATED OUTDOOR-AIR UNITS


869

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 9

CATEGORY 800
BUILDINGS
SECTION 238123.13 - COMPUTER-ROOM AIR-CONDITIONERS, CEILINGMOUNTED UNITS
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions,
Special Provisions, General Provisions, and Terms and Conditions, apply to this
section.

1.2

SUMMARY
A. Special Provision includes ceiling-mounted, computer-room air conditioners.

1.3

DEFINITIONS
A. COP: Coefficient of performance.
B. EER: Energy efficiency ratio.
C. SCR: Silicon-controlled rectifier.

1.4

ACTION SUBMITTALS
A. Product Data: For each type of product.
1. Include material descriptions, dimensions of individual components and profiles,
and finishes for computer-room air-conditioning units.
2. Include rated capacities, operating characteristics, electrical characteristics, and
furnished specialties and accessories.
B. Shop Drawings: For computer-room air conditioners.
1. Include plans, elevations, sections, and attachment details.

COMPUTER-ROOM AIR-CONDITIONERS, CEILING-MOUNTED UNITS


870

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


2 of 9

2. Include details of equipment assemblies. Indicate dimensions, weights, loads,


required clearances, method of field assembly, components, and location and size
of each field connection.
3. Include diagrams for power, signal, and control wiring.
1.5

INFORMATIONAL SUBMITTALS
A. Coordination Drawings: Plans, elevations, and other details, drawn to scale, using
input from installers of the items involved.
B. Field quality-control reports.
C. Sample Warranty: For special warranty.

1.6

CLOSEOUT SUBMITTALS
A. Operation and Maintenance Data: For computer-room air conditioners to include in
emergency, operation, and maintenance manuals.

1.7

MAINTENANCE MATERIAL SUBMITTALS


A. Furnish extra materials that match products installed and that are packaged with
protective covering for storage and identified with labels describing contents.
1. Filters: One set(s) of filters for each unit.

1.8

WARRANTY
A. Special Warranty: Manufacturer agrees to repair or replace components of computerroom air conditioners that fail in materials or workmanship within specified warranty
period.
1. Warranty Period for Compressors: Manufacturer's standard, but not less than five
years from date of Substantial Completion.
2. Warranty Period for Parts, Including Control Boards: Manufacturer's standard, but
not less than five years from date of Substantial Completion.

COMPUTER-ROOM AIR-CONDITIONERS, CEILING-MOUNTED UNITS


871

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


3 of 9

PART 2 - PRODUCTS
2.1

MANUFACTURERS
A. Subject to compliance with requirements, provide products by one of the following:
1. Data Aire. Inc.
2. Liebert Corporation.
3. Stulz Air Technology Systems, Inc.

2.2

PERFORMANCE REQUIREMENTS
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. ASHRAE Compliance:
1. Fabricate and label refrigeration system to comply with ASHRAE 15, "Safety
Standard for Refrigeration Systems."
C. ASHRAE/IES Compliance: Applicable requirements in ASHRAE/IES 90.1.
D. ASME Compliance: Fabricate and label water-cooled condenser shell to comply with
ASME Boiler and Pressure Vessel Code: Section VIII, "Pressure Vessels,"
Division 1.

2.3

MANUFACTURED UNITS
A. Description: Self-contained, factory assembled, prewired, and prepiped; consisting of
cabinet, fan, filters, and controls.
1. Mounting Configuration: Fit T-bar in lay-in ceiling opening.
B. Cabinet: Galvanized steel serviceable from one side, with baked-enamel finish,
insulated with 1/2-inch-thick duct liner, and mounting bracket attached to the unit.
1. Unit with 24-by-48-inch air distribution plenum, with integral MERV 8 filter and
three-way air distribution.

COMPUTER-ROOM AIR-CONDITIONERS, CEILING-MOUNTED UNITS


872

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


4 of 9

2. Unit with two-speed, centrifugal direct-drive fan.


3. Finish of Interior Surfaces: Surfaces in contact with the airstream shall comply
with requirements in ASHRAE 62.1.
C. Supply-Air Fan:
1. Direct drive, double width, double inlet, centrifugal, with self-aligning ball
bendings and lifetime lubrication.
2. Fan motor shall be permanent-split capacitor, high efficiency type, equipped with
two speeds for airflow modulation.
D. Refrigeration System:
1. Compressor: Scroll, with oil strainer, internal motor overload protection, resilient
suspension system, and crankcase heater.
2. Refrigeration Circuit Components:
a. Low-pressure switch.
b. Manually reset, high-pressure switch.
c. Thermal-expansion valve with external equalizer.
d. Sight glass with moisture indicator.
e. Service shutoff valves.
f. Charging valves.
g. Hot-gas bypass.
h. Refrigerant charge.
3. Refrigerant: R-407C or R-410A.
4. Refrigerant Evaporator Coil: Direct-expansion coil of seamless copper tubes
expanded into aluminum fins.
5. Refrigerant line sets precharged in lengths of 15 feet and of sufficient length to
serve the unit from its condensing unit.
6. Remote, Air-Cooled Refrigerant Condenser: Integral, copper-tube aluminum-fin
coil with direct-drive, propeller fan.
7. Split system shall have suction- and liquid-line compatible fittings and refrigerant
piping for field interconnection.
E. Electric-Resistance Reheat Coil:
1. Finned-tube electric elements with contactor.
2. Dehumidification relay.
3. High-temperature-limit switches.

COMPUTER-ROOM AIR-CONDITIONERS, CEILING-MOUNTED UNITS


873

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


5 of 9

4. SCR to proportionally control the reheat elements providing precise temperature


control.
F. Filter: 4-inch-thick, disposable, glass-fiber media.
1. MERV: 8 according to ASHRAE 52.2.
G. Disconnect Switch: Non-automatic, molded-case circuit breaker with handle
accessible when panel is closed and capable of preventing access until switched to off
position.
H. Single point power kit permitting single electrical feed to the evaporator and
condensing unit of a close-coupled system.
I. Control System:
1. Microprocessor wall-mounted panel.
2. Fan contactor.
3. Compressor contactor.
4. Compressor start capacitor.
5. Control transformer with circuit breaker.
6. Solid-state temperature- and humidity-control modules.
7. Humidity contactor.
8. Time-delay relay.
9. Heating contactor.
10. Smoke sensor.
11. Filter clog switch.
12. Alarm contacts.
13. High-temperature thermostat.
J. Fan Motors:
1. Comply with NEMA designation, temperature rating, service factor, and
efficiency requirements for motors specified in Special Provision 230513
"Common Motor Requirements for HVAC Equipment."
a. Motor Sizes: Minimum size as indicated. If not indicated, large enough so
driven load does not require motor to operate in service factor range above
1.0.
b. Controllers, Electrical Devices, and Wiring: Comply with requirements for
electrical devices and connections specified in electrical Sections.
c. Two-speed.
COMPUTER-ROOM AIR-CONDITIONERS, CEILING-MOUNTED UNITS
874

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


6 of 9

PART 3 - 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
the Work.
B. Examine walls, floors, and roofs for suitable conditions where computer-room air
conditioners will be installed.
C. Proceed with installation only after unsatisfactory conditions have been corrected.

3.2

INSTALLATION
A. Layout and install computer-room air conditioners and suspension system
coordinated with other construction that penetrates ceilings or is supported by them,
including light fixtures, HVAC equipment, fire-suppression system, and partition
assemblies.
B. Suspended Computer-Room Air Conditioners: Install using continuous-thread hanger
rods and elastomeric hangers of size required to support weight of computer-room air
conditioner.
1. Comply with requirements for vibration isolation devices specified in Special
Provision 230548.13 "Vibration Controls for HVAC." Fabricate brackets or
supports as required.
2. Comply with requirements for hangers and supports specified in Special
Provision 230529 "Hangers and Supports for HVAC Piping and Equipment."
C. Air-Cooled Refrigerant Condenser Mounting: Install using elastomeric mounts
Anchored to equipment stand. Completed assembly shall withstand 100 MPH
sustained wind load. Comply with requirements for vibration isolation devices
specified in Special Provision 230548.13 "Vibration Controls for HVAC."
1. Minimum Deflection: 1/4 inch.

COMPUTER-ROOM AIR-CONDITIONERS, CEILING-MOUNTED UNITS


875

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

3.3

Contract No. BB-2829-000-006


7 of 9

CONNECTIONS
A. Piping installation requirements are specified in other heating, ventilating, and airconditioning Sections. Drawings indicate general arrangement of piping, fittings, and
specialties.
B. Where installing piping adjacent to computer-room air conditioners, allow space for
service and maintenance.
C. Drainage Connections: Comply with applicable requirements in Special
Provision 221116 "Domestic Water Piping." Provide adequate connections for
condensate drain.
D. Refrigerant Piping: Comply with applicable requirements in
Provision 232300 "Refrigerant Piping." Provide shutoff valves and piping.

3.4

Special

FIELD QUALITY CONTROL


A. Testing Agency: Engage a qualified testing agency to perform tests and inspections.
B. Manufacturer's Field Service: Engage a factory-authorized service representative to
test and inspect components, assemblies, and equipment installations, including
connections.
C. Perform the following tests and inspections with the assistance of a factoryauthorized service representative:
1. Inspect for and remove shipping bolts, blocks, and tie-down straps.
2. After installing computer-room air conditioners and after electrical circuitry has
been energized, test for compliance with requirements.
3. Operational Test: After electrical circuitry has been energized, start units to
confirm proper motor rotation and unit operation.
4. Test and adjust controls and safeties. Replace damaged and malfunctioning
controls and equipment.
D. Computer-room air conditioners will be considered defective if they do not pass tests
and inspections.

COMPUTER-ROOM AIR-CONDITIONERS, CEILING-MOUNTED UNITS


876

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


8 of 9

E. Prepare test and inspection reports.


F. After startup service and performance test, change filters.
3.5

ADJUSTING
A. Adjust initial temperature and humidity set points.
B. Set field-adjustable switches and circuit-breaker trip ranges as indicated.
C. Occupancy Adjustments: When requested within 12 months of date of Substantial
Completion, provide on-site assistance in adjusting system to suit actual occupied
conditions. Provide up to two visits to Project during other-than-normal occupancy
hours for this purpose.

3.6

DEMONSTRATION
A. Engage a factory-authorized service representative to train Owner's maintenance
personnel to adjust, operate, and maintain computer-room air conditioners.

PART 4 - MEASUREMENTS AND PAYMENT


4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective
item as described herein and shown below. This price shall be full compensation for
all work contained in the bid item as described herein and required by the related
Special Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum

COMPUTER-ROOM AIR-CONDITIONERS, CEILING-MOUNTED UNITS


877

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


9 of 9

Item 8003 Temporary Trailerslump sum


C. Costs include all labor, materials, services, testing and equipment necessary to
complete the Work in every respect, including furnishing all materials, installation,
testing, placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional
requirements.
END OF SPECIAL PROVISION 238123.13

COMPUTER-ROOM AIR-CONDITIONERS, CEILING-MOUNTED UNITS


878

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 7

CATEGORY 800
BUILDINGS
SECTION 238236 - FINNED-TUBE RADIATION HEATERS
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions,
Special Provisions, General Provisions, and Terms and Conditions, apply to this
section.

1.2

SUMMARY
A. Special Provision includes hydronic, baseboard and finned-tube radiation heaters.

1.3

ACTION SUBMITTALS
A. Product Data: For each type of product.
1. Include rated capacities, operating characteristics, furnished specialties, and
accessories.
B. Shop Drawings:
1. Include plans, elevations, sections, and details.
2. Include details of equipment assemblies. Indicate dimensions, weights, loads,
required clearances, method of field assembly, components, and location and size
of each field connection.
3. Include details and dimensions of custom-fabricated enclosures.
4. Indicate location and size of each field connection.
5. Indicate location and arrangement of piping valves and specialties.
6. Indicate location and arrangement of integral controls.
7. Include enclosure joints, corner pieces, access doors, and other accessories.
8. Include diagrams for power, signal, and control wiring.

FINNED-TUBE RADIATION HEATERS


879

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


2 of 7

C. Color Samples for Initial Selection: For finned-tube radiation heaters with factoryapplied color finishes.
1.4

INFORMATIONAL SUBMITTALS
A. Coordination Drawings: Floor plans and other details, drawn to scale, on which the
following items are shown and coordinated with each other, using input from
installers of the items involved:
1. Structural members, including wall construction, to which finned-tube radiation
heaters will be attached.
2. Method of attaching finned-tube radiation heaters to building structure.
3. Penetrations of fire-rated wall and floor assemblies.
B. Field quality-control reports.

PART 2 - PRODUCTS
2.1

HOT-WATER BASEBOARD RADIATION HEATERS


A. Manufacturers: Subject to compliance with requirements, provide products by one
of the following:
1. Rittling.
2. Slant/Fin Corp.
3. Sterling HVAC Products.
B. Performance Ratings: Rate baseboard radiation heaters according to Hydronics
Institute's "I=B=R Testing and Rating Standard for Baseboard Radiation."
C. Heating Elements: Copper tubing mechanically expanded into flanged collars of
evenly spaced aluminum fins resting on polypropylene element glides. One end of
tube shall be belled.
1. Tube Diameter: NPS 3/4.
2. Fin Size: 3 by 3 inches.
3. Fin Spacing: As indicated in schedules.

FINNED-TUBE RADIATION HEATERS


880

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


3 of 7

4. Number of Tiers: As indicated in schedules.


D. Rust-Resistant Enclosures: Minimum 0.052-inch-thick ASTM A 653/A 653M, G60
galvanized-steel, removable front cover.
1. Full-height back.
2. Full-length damper.
3. End panel.
4. End caps.
5. Inside and outside corners.
6. Valve access door.
7. Joiner pieces to snap together.
8. Finish: Baked-enamel finish in manufacturer's standard color as selected by
Architect.
9. Element Brackets: Primed and painted steel to support front panel and element.
2.2

HOT-WATER FINNED-TUBE RADIATION HEATERS


A. Manufacturers: Subject to compliance with requirements, provide products by one
of the following:
1. Rittling.
2. Slant/Fin Corp.
3. Sterling HVAC Products.
B. Performance Ratings: Rate finned-tube radiation heaters according to Hydronics
Institute's "I=B=R Testing and Rating Standard for Finned-Tube (Commercial)
Radiation."

FINNED-TUBE RADIATION HEATERS


881

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


4 of 7

C. Heating Elements: Copper tubing mechanically expanded into flanged collars of


evenly spaced aluminum fins resting on element supports. One end of tube shall be
belled.
1.

Tube Diameter: NPS 3/4.

2.

Fin Size: 3 by 3 inches.

3.

Fin Spacing: As indicated in schedules.

4.

Number of Tiers: As indicated in schedules.

D. Element Supports: Ball-bearing cradle type to permit longitudinal movement on


enclosure brackets.
E. Rust-Resistant Front Panel: Minimum 0.052-inch-thick, ASTM A 653/A 653M, G60
galvanized steel.
F. Wall-Mounted Back Panel: Minimum 0.0329-inch-thick steel, full height, with fulllength channel support for front panel without exposed fasteners.
G. Floor-Mounted Pedestals: Conceal insulated piping at maximum 36-inch spacing.
Pedestal-mounted back panel shall be solid panel matching front panel. Provide
stainless-steel escutcheon for floor openings at pedestals.
H. Support Brackets: Locate at maximum 36-inch spacing to support front panel and
element.
I. Finish: Baked-enamel finish in manufacturer's standard color as selected by Architect.
J. Damper: Knob-operated internal damper at enclosure outlet.
K. Access Doors: Factory made, permanently hinged with tamper-resistant fastener,
minimum size 6 by 7 inches, integral with enclosure.
L. Enclosure Style: Flat top.
1. Top Outlet Grille: Extruded-aluminum linear bar grille; pencil-proof bar spacing.
a. Anodized finish, color as selected by Architect from manufacturer's standard
colors.

FINNED-TUBE RADIATION HEATERS


882

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


5 of 7

M. Accessories: Filler sections, corners, relay sections, and splice plates all matching the
enclosure and grille finishes.
PART 3 - EXECUTION
3.1

EXAMINATION
A. Examine areas to receive finned-tube radiation heaters for compliance with
requirements for installation tolerances and other conditions affecting performance of
the Work.
B. Examine roughing-in for hydronic-piping connections to verify actual locations
before installation of finned-tube radiation heaters.
C. Proceed with installation only after unsatisfactory conditions have been corrected.

3.2

BASEBOARD RADIATION HEATER INSTALLATION


A. Install units level and plumb.
B. Install enclosure continuously around corners, using outside and inside corner fittings.
C. Join sections with splice plates and filler pieces to provide continuous enclosure.
D. Install access doors for access to valves.
E. Install enclosure continuously from wall to wall.
F. Terminate enclosures with manufacturer's end caps except where enclosures are
indicated to extend to adjoining walls.
G. Install valves within reach of access door provided in enclosure.
H. Install air-seal gasket between wall and recessed flanges or front cover of fully
recessed unit.
I. Install piping within pedestals for freestanding units.

3.3

FINNED-TUBE RADIATION HEATER INSTALLATION


A. Install units level and plumb.

FINNED-TUBE RADIATION HEATERS


883

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


6 of 7

B. Install enclosure continuously around corners, using outside and inside corner fittings.
C. Join sections with splice plates and filler pieces to provide continuous enclosure.
D. Install access doors for access to valves.
E. Install enclosure continuously from wall to wall.
F. Terminate enclosures with manufacturer's end caps except where enclosures are
indicated to extend to adjoining walls.
G. Install valves within reach of access door provided in enclosure.
H. Install air-seal gasket between wall and recessed flanges or front cover of fully
recessed unit.
I. Install piping within pedestals for freestanding units.
3.4

CONNECTIONS
A. Piping installation requirements are specified in Special Provision 232113 "Hydronic
Piping" and Special Provision 232116 Hydronic Piping Specialties." Drawings
indicate general arrangement of piping, fittings, and specialties.
B. Connect hot-water finned-tube radiation heaters and components to piping according
to Special Provision 232113 "Hydronic Piping" and Special Provision 232116
Hydronic Piping Specialties."
C. Install shutoff valves on inlet and outlet, and balancing valve on outlet.
D. Install control valves as required by Special Provision 230900 Instrumentation and
Control for HVAC.
E. Install piping adjacent to finned-tube radiation heaters to allow service and
maintenance.
F. Connect wiring according to Special Provision 260519 "Low-Voltage Electrical
Power Conductors and Cables."

3.5

FIELD QUALITY CONTROL


A. Perform the following field tests and inspections:

FINNED-TUBE RADIATION HEATERS


884

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


7 of 7

1. Leak Test: After installation, charge system and test for leaks. Repair leaks and
retest until no leaks exist.
2. Operational Test: After electrical circuitry has been energized, start units to
confirm proper operation.
3. Test and adjust controls and safeties. Replace damaged and malfunctioning
controls and equipment.
B. Units will be considered defective if they do not pass tests and inspections.
C. Prepare test and inspection reports.
PART 4 - MEASUREMENTS AND PAYMENT
4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective
item as described herein and shown below. This price shall be full compensation for
all work contained in the bid item as described herein and required by the related
Special Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to
complete the Work in every respect, including furnishing all materials, installation,
testing, placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional
requirements.
END OF SPECIAL PROVISION 238236

FINNED-TUBE RADIATION HEATERS


885

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 7
CATEGORY 800
BUILDINGS
SECTION 238239 - UNIT HEATERS

PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions, Special
Provisions, General Provisions, and Terms and Conditions, apply to this Section.

1.2

SUMMARY
A. Special Provision Section includes:
1. Cabinet unit heaters with centrifugal fans and hot-water coils.
2. Propeller unit heaters with hot-water coils.

1.3

DEFINITIONS
A. BAS: Building automation system.
B. CWP: Cold working pressure.
C. PTFE: Polytetrafluoroethylene plastic.
D. TFE: Tetrafluoroethylene plastic.

1.4

SUBMITTALS
A. Product Data: Include rated capacities, operating characteristics, furnished specialties,
and accessories for each product indicated.
B. Shop Drawings: Detail equipment assemblies and indicate dimensions, weights, loads,
required clearances, method of field assembly, components, and location and size of
each field connection.
C. Plans, elevations, sections, and details.
D. Location and size of each field connection.

UNIT HEATERS
886

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


2 of 7

E. Details of anchorages and attachments to structure and to supported equipment.


F. Equipment schedules to include rated capacities, operating characteristics, furnished
specialties, and accessories.
G. Location and arrangement of piping valves and specialties.
H. Location and arrangement of integral controls.
I. Wiring Diagrams: Power, signal, and control wiring.
J. Field quality-control test reports.
K. Operation and Maintenance Data: For cabinet unit heaters to include in emergency,
operation, and maintenance manuals.
1.5

QUALITY ASSURANCE
A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in
NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction,
and marked for intended use.
B. ASHRAE Compliance: Applicable requirements in ASHRAE 62.1-2004, Section 5 "Systems and Equipment" and Section 7 - "Construction and Startup."
C. ASHRAE/IESNA 90.1-2004 Compliance: Applicable requirements in
ASHRAE/IESNA 90.1-2004, Section 6 - "Heating, Ventilating, and Air-Conditioning."

PART 2 - PRODUCTS
2.1

CABINET UNIT HEATERS


A. Manufacturers: Subject to compliance with requirements, provide products by one of
the following:
1. Airtherm; a Mestek Company.
2. Carrier Corporation.
3. International Environmental Corporation.
4. McQuay International.

UNIT HEATERS
887

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


3 of 7

5. Sterling.
6. Trane.
7. Vulcan.
B. Description: A factory-assembled and -tested unit complying with ARI 440.
C. Comply with UL 2021.
D. Coil Section Insulation: ASTM C 1071; surfaces exposed to airstream shall be
aluminum-foil facing to prevent erosion of glass fibers.
1. Thickness: 1 inch.
2. Thermal Conductivity (k-Value): 0.26 Btu x in./h x sq. ft. at 75 deg F mean
temperature.
E. Fire-Hazard Classification: Maximum flame-spread index of 25 and smoke-developed
index of 50 when tested according to ASTM E 84.
F. Adhesive: Comply with ASTM C 916 and with NFPA 90A or NFPA 90B.
G. Airstream Surfaces: Surfaces in contact with the airstream shall comply with
requirements in ASHRAE 62.1-2004.
H. Cabinet: Steel with baked-enamel finish with manufacturer's standard paint, in color
selected by Engineer.
I. Vertical Unit, Exposed Front Panels: Minimum 0.0677-inch- thick, galvanized, sheet
steel, removable panels with channel-formed edges secured with tamperproof cam
fasteners.
J. Horizontal Unit, Exposed Bottom Panels: Minimum 0.0677-inch- thick, galvanized,
sheet steel, removable panels secured with tamperproof cam fasteners and safety chain.
K. Recessing Flanges: Steel, finished to match cabinet.
L. Control Access Door: Key operated.
M. Base: Minimum 0.0528-inch- thick steel, finished to match cabinet, 4 inches high with
leveling bolts.
N. Extended Piping Compartment: 8-inch- wide piping end pocket.
O. False Back: Minimum 0.0428-inch- thick steel, finished to match cabinet.
UNIT HEATERS
888

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


4 of 7

P. Filters: Minimum arrestance according to ASHRAE 52.1 and a minimum efficiency


reporting value (MERV) according to ASHRAE 52.2.
Q. Glass Fiber Treated with Adhesive: 80 percent arrestance and 5 MERV.
R. Pleated: 90 percent arrestance and 7 MERV.
S. Hot-Water Coil: Copper tube, with mechanically bonded aluminum fins spaced no
closer than 0.1 inch and rated for a minimum working pressure of 200 psig and a
maximum entering-water temperature of 220 deg F. Include manual air vent and drain.
T. Fan and Motor Board: Removable.
U. Fan: Forward curved, double width, centrifugal; directly connected to motor.
Thermoplastic or painted-steel wheels, and aluminum, painted-steel, or galvanized-steel
fan scrolls.
V. Motor: Permanently lubricated, multispeed; resiliently mounted on motor board.
Comply with requirements in Special Provision 23 05 13 "Common Motor
Requirements for HVAC."
W. Wiring Terminations: Connect motor to chassis wiring with plug connection.
2.2

PROPELLER UNIT HEATERS


A. Manufacturers: Subject to compliance with requirements, provide products by one of
the following:
1. Airtherm; a Mestek Company.
2. McQuay International.
3. Sterling.
4. Trane.
5. Vulcan.
B. Description: An assembly including casing, coil, fan, and motor in vertical and
horizontal discharge configuration with adjustable discharge louvers.
C. Comply with UL 2021.
D. Comply with UL 823.
E. Cabinet: Removable panels for maintenance access to controls.

UNIT HEATERS
889

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


5 of 7

F. Cabinet Finish: Manufacturer's standard baked enamel applied to factory-assembled and


-tested propeller unit heater before shipping.
G. Airstream Surfaces: Surfaces in contact with the airstream shall comply with
requirements in ASHRAE 62.1-2004.
H. Discharge Louver: Adjustable fin diffuser for horizontal units and conical diffuser for
vertical units.
I. General Coil Requirements: Test and rate hot-water propeller unit heater coils according
to ASHRAE 33.
J. Fan: Propeller type with aluminum wheel directly mounted on motor shaft in the fan
venturi.
K. Fan Motors: Comply with requirements in Special Provision 23 05 13 "Common Motor
Requirements for HVAC."
L. Motor Type: Permanently lubricated.
PART 3 - EXECUTION
3.1

EXAMINATION
A. Examine areas to receive unit heaters for compliance with requirements for installation
tolerances and other conditions affecting performance.
B. Examine roughing-in for piping and electrical connections to verify actual locations
before unit heater installation.
C. Proceed with installation only after unsatisfactory conditions have been corrected.

3.2

INSTALLATION
A. Install wall boxes in finished wall assembly; seal and weatherproof. Joint-sealant
materials and applications are specified in Special Provision 07 92 00 "Joint Sealants."
B. Install cabinet unit heaters to comply with NFPA 90A.
C. Install propeller unit heaters level and plumb.
D. Suspend cabinet unit heaters from structure with elastomeric hangers. Vibration
isolators are specified in Special Provision 230548.13 "Vibration Controls for HVAC."

UNIT HEATERS
890

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


6 of 7

E. Suspend propeller unit heaters from structure with all-thread hanger rods and spring
hangers. Hanger rods and attachments to structure are specified in Special Provision
23 05 29 "Hangers and Supports for HVAC Piping and Equipment." Vibration hangers
are specified in Special Provision 230548.13 "Vibration Controls for HVAC."
F. Install wall-mounting thermostats and switch controls in electrical outlet boxes at heights
to match lighting controls. Verify location of thermostats and other exposed control
sensors with Drawings and room details before installation.
G. Install new filters in each fan-coil unit within two weeks of Substantial Completion.
3.3

CONNECTIONS
A. Piping installation requirements are specified in other Sections.
general arrangement of piping, fittings, and specialties.

Drawings indicate

B. Install piping adjacent to machine to allow service and maintenance.


C. Connect piping to cabinet unit heater's factory, hot-water piping package. Install the
piping package if shipped loose.
D. Comply with safety requirements in UL 1995.
E. Unless otherwise indicated, install union and gate or ball valve on supply-water
connection and union and calibrated balancing valve on return-water connection of unit
heater. Hydronic specialties are specified in Special Provision 23 21 13 "Hydronic
Piping."
F. Ground equipment according to Special Provision 26 05 26 "Grounding and Bonding for
Electrical Systems."
G. Connect wiring according to Special Provision 26 05 19 "Low-Voltage Electrical Power
Conductors and Cables."
3.4

FIELD QUALITY CONTROL


A. Manufacturer's Field Service: Engage a factory-authorized service representative to
inspect field-assembled components and equipment installation, including connections.
Report results in writing.
B. Perform the following field tests and inspections and prepare test reports:

UNIT HEATERS
891

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


7 of 7

C. Operational Test: After electrical circuitry has been energized, start units to confirm
proper motor rotation and unit operation.
D. Remove and replace malfunctioning units and retest as specified above.
3.5

ADJUSTING
A. Adjust initial temperature set points.

3.6

DEMONSTRATION
A. Engage a factory-authorized service representative to train Owner's maintenance
personnel to adjust, operate, and maintain cabinet unit heaters.

PART 4 - MEASUREMENTS AND PAYMENT


4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective item
as described herein and shown below. This price shall be full compensation for all work
contained in the bid item as described herein and required by the related Special
Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to complete
the Work in every respect, including furnishing all materials, installation, testing,
placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional requirements.
END OF SPECIAL PROVISION 23 82 39

UNIT HEATERS
892

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 6

CATEGORY 800
BUILDINGS
SECTION 260500 - COMMON WORK RESULTS FOR ELECTRICAL
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions,
Special Provisions, General Provisions, and Terms and Conditions, apply to this
Section.

1.2

SUMMARY
A. Special Provision Section includes:
1. Electrical equipment coordination and installation.
2. Sleeves for raceways and cables.
3. Sleeve seals.
4. Grout.
5. Common electrical installation requirements.
B. Related Requirements:
1. Special Provision Section 260544 Sleeves and Sleeve Seals for Electrical
Raceways and Cabling for installation of sleeves for raceways and cables.

1.3

DEFINITIONS
A. EPDM: Ethylene-propylene-diene terpolymer rubber.
B. NBR: Acrylonitrile-butadiene rubber.

COMMON WORK RESULTS FOR ELECTRICAL


893

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

1.4

Contract No. BB-2829-000-006


2 of 6

SUBMITTALS
A. Product Data: For sleeve seals.

1.5

COORDINATION
A. Coordinate arrangement, mounting, and support of electrical equipment:
1. To allow maximum possible headroom unless specific mounting heights that
reduce headroom are indicated.
2. To provide for ease of disconnecting the equipment with minimum interference to
other installations.
3. To allow right of way for piping and conduit installed at required slope.
4. So connecting raceways, cables, and wireways, will be clear of obstructions and
of the working and access space of other equipment.
B. Coordinate installation of required supporting devices and set sleeves in cast-in-place
concrete, masonry walls, and other structural components as they are constructed.
C. Coordinate location of access panels and doors for electrical items that are behind
finished surfaces or otherwise concealed.
D. Coordinate sleeve selection and application with selection and application of
firestopping specified in Special Provision 078413 "Through-Penetration Firestop
Systems."

PART 2 - PRODUCTS
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. Sleeves for Rectangular Openings: Galvanized sheet steel.
1. Minimum Metal Thickness:

COMMON WORK RESULTS FOR ELECTRICAL


894

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


3 of 6

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, available manufacturers
offering products that may be incorporated into the Work include, but are not
limited to, the following:
a. Advance Products & Systems, Inc.
b. Calpico, Inc.
c. Metraflex Co.
d. Pipeline Seal and Insulator, Inc.
2. Sealing Elements: EPDM NBR 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: Plastic, Carbon 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.

2.3

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.

COMMON WORK RESULTS FOR ELECTRICAL


895

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


4 of 6

PART 3 - EXECUTION
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.
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.
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. Size pipe sleeves to provide 1/4-inch annular clear space between sleeve and raceway
or cable, unless indicated otherwise.

COMMON WORK RESULTS FOR ELECTRICAL


896

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


5 of 6

G. Seal space outside of sleeves with grout for penetrations of concrete and masonry.
1. Promptly pack grout solidly between sleeve and wall so no voids remain. Tool
exposed surfaces smooth; protect grout while curing.
H. 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. Comply with requirements in Special Provision 079200 "Joint
Sealants."
I. 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. Comply with
requirements in Special Provision 078413 "Through-Penetration Firestop Systems."
J. Roof-Penetration Sleeves: Seal penetration of individual raceways and cables with
flexible boot-type flashing units applied in coordination with roofing work.
K. Aboveground, Exterior-Wall Penetrations: Seal penetrations using steel pipe sleeves
and mechanical sleeve seals. Select sleeve size to allow for 1-inch annular clear
space between pipe and sleeve for installing mechanical sleeve seals.
L. Underground, Exterior-Wall Penetrations: Install cast-iron pipe sleeves. Size sleeves
to allow for 1-inch annular clear space between raceway or cable and sleeve for
installing mechanical sleeve seals.
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.

COMMON WORK RESULTS FOR ELECTRICAL


897

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


6 of 6

B. Firestopping materials and installation requirements are specified in Special Provision


078413 "Through-Penetration Firestop Systems."
PART 4 - MEASUREMENTS AND PAYMENT
4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective
item as described herein and shown below. This price shall be full compensation for
all work contained in the bid item as described herein and required by the related
Special Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to
complete the Work in every respect, including furnishing all materials, installation,
testing, placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional
requirements.
END OF SPECIAL PROVISION 260500

COMMON WORK RESULTS FOR ELECTRICAL


898

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 5

CATEGORY 800
BUILDINGS
SECTION 260519 - LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND
CABLES
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions,
Special Provisions, General Provisions, and Terms and Conditions, apply to this
Section.

1.2

SUMMARY
A. This Special Provision Section includes the following:
1. Building wires and cables rated 600 V and less.
2. Connectors, splices, and terminations rated 600 V and less.

1.3

SUBMITTALS
A. Product Data: For each type of product indicated.
B. Qualification Data: For testing agency.
C. Field quality-control test reports.

1.4

QUALITY ASSURANCE
A. Testing Agency Qualifications: An independent agency, with the experience and
capability to conduct the testing indicated, that is a member company of the
InterNational Electrical Testing Association or is a nationally recognized testing
laboratory (NRTL) as defined by OSHA in 29 CFR 1910.7, and that is acceptable to
authorities having jurisdiction.
B. Testing Agency's Field Supervisor: Person currently certified by the InterNational
Electrical Testing Association or the National Institute for Certification in
Engineering Technologies to supervise on-site testing specified in Part 3.

LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES


899

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


2 of 5

C. Electrical Components, Devices, and Accessories: Listed and labeled as defined in


NFPA 70, Article 100, by a testing agency acceptable to authorities having
jurisdiction, and marked for intended use.
D. Comply with NFPA 70.
PART 2 - PRODUCTS
2.1

CONDUCTORS AND CABLES


A. Available Manufacturers: Subject to compliance with requirements, manufacturers
offering products that may be incorporated into the Work include, but are not limited
to, the following:
1. Alcan Products Corporation; Alcan Cable Division.
2. American Insulated Wire Corp.; a Leviton Company.
3. General Cable Corporation.
4. Senator Wire & Cable Company.
5. Southwire Company.
B. Copper Conductors: Comply with NEMA WC 70.
C. Conductor Insulation: Comply with NEMA WC 70 for Types THHN-THWN.
D. Multiconductor Cable: Comply with NEMA WC 70 for metal-clad cable, Type MC
Type SO with ground wire.

2.2

CONNECTORS AND SPLICES


A. Available Manufacturers: Subject to compliance with requirements, manufacturers
offering products that may be incorporated into the Work include, but are not limited
to, the following:
1. AFC Cable Systems, Inc.
2. Hubbell Power Systems, Inc.
3. O-Z/Gedney; EGS Electrical Group LLC.

LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES


900

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


3 of 5

4. 3M; Electrical Products Division.


5. Tyco Electronics Corp.
B. Description: Factory-fabricated connectors and splices of size, ampacity rating,
material, type, and class for application and service indicated.
PART 3 - EXECUTION
3.1

CONDUCTOR MATERIAL APPLICATIONS


A. Feeders: Copper. Solid for No. 10 AWG and smaller; stranded for No. 8 AWG and
larger.
B. Branch Circuits: Copper.
No. 8 AWG and larger.

3.2

Solid for No. 10 AWG and smaller; stranded for

CONDUCTOR INSULATION AND MULTICONDUCTOR CABLE APPLICATIONS


AND WIRING METHODS
A. Exposed Feeders: Type THHN-THWN, single conductors in raceway.
B. Feeders Concealed in Ceilings, Walls and Partitions: Type THHN-THWN, single
conductors in raceway.
C. Feeders Concealed in Concrete, below Slabs-on-Grade, and Underground:
Type THHN-THWN, single conductors in raceway.
D. Exposed Branch Circuits: Type THHN-THWN, single conductors in raceway.
E. Branch Circuits Concealed in Ceilings, Walls, and Partitions: Type THHN-THWN,
single conductors in raceway.
F. Branch Circuits Concealed in Concrete, below Slabs-on-Grade, and Underground:
Type THHN-THWN, single conductors in raceway.
G. Class 1 Control Circuits: Type THHN-THWN, in raceway.
H. Class 2 Control Circuits: Type THHN-THWN, in raceway.

LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES


901

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

3.3

Contract No. BB-2829-000-006


4 of 5

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. Support cables according to Special Provision 260529 "Hangers and Supports for
Electrical Systems."
F. Identify and color-code conductors and cables according to Special Provision 260553
"Identification for Electrical Systems."

3.4

CONNECTIONS
A. Tighten electrical connectors and terminals according to manufacturer's published
torque-tightening values. If manufacturer's torque values are not indicated, use those
specified in UL 486A and UL 486B.
B. Wiring at Outlets: Install conductor at each outlet, with at least 6 inches of slack.

3.5

FIELD QUALITY CONTROL


A. Testing Agency: Engage a qualified testing agency to perform tests and inspections
and prepare test reports.
B. Perform tests and inspections and prepare test reports.
C. Tests and Inspections:
1. After installing conductors and cables and before electrical circuitry has been
energized, test feeder 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.

LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES


902

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


5 of 5

D. 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.
E. Remove and replace malfunctioning units and retest as specified above.
PART 4 - MEASUREMENTS AND PAYMENT
4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective
item as described herein and shown below. This price shall be full compensation for
all work contained in the bid item as described herein and required by the related
Special Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to
complete the Work in every respect, including furnishing all materials, installation,
testing, placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional
requirements.
END OF SPECIAL PROVISION 260519

LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES


903

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 4

CATEGORY 800
BUILDINGS
SECTION 260526 - GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions,
Special Provisions, General Provisions, and Terms and Conditions, apply to this
Section.

1.2

SUMMARY
A. This Special Provision Section includes methods and materials for grounding systems
and equipment.

1.3

SUBMITTALS
A. Product Data: For each type of product indicated.
B. Qualification Data: For testing agency and testing agency's field supervisor.
C. Field quality-control test reports.

1.4

QUALITY ASSURANCE
A. Testing Agency Qualifications: An independent agency, with the experience and
capability to conduct the testing indicated, that is a member company of the
InterNational Electrical Testing Association or is a nationally recognized testing
laboratory (NRTL) as defined by OSHA in 29 CFR 1910.7, and that is acceptable to
authorities having jurisdiction.
1. Testing Agency's Field Supervisor:
Person currently certified by the
InterNational Electrical Testing Association to supervise on-site testing specified
in Part 3.
B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in
NFPA 70, Article 100, by a testing agency acceptable to authorities having
jurisdiction, and marked for intended use.
C. Comply with UL 467 for grounding and bonding materials and equipment.

GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS


904

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


2 of 4

PART 2 - PRODUCTS
2.1

CONDUCTORS
A. Insulated Conductors: Copper wire or cable insulated for 600 V unless otherwise
required by applicable Code or authorities having jurisdiction.
B. Bare Copper Conductors:
1. Solid Conductors: ASTM B 3.
2. Stranded Conductors: ASTM B 8.
3. Bonding Cable: 28 kcmil, 14 strands of No. 17 AWG conductor, 1/4 inch in
diameter.
4. Bonding Conductor: No. 4 or No. 6 AWG, stranded conductor.
5. Bonding Jumper: Copper tape, braided conductors, terminated with copper
ferrules; 1-5/8 inches wide and 1/16 inch thick.

2.2

CONNECTORS
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.
A. Bolted Connectors for Conductors and Pipes:
pressure-type, with at least two bolts.

Copper or copper alloy, bolted

1. Pipe Connectors: Clamp type, sized for pipe.


B. Welded Connectors: Exothermic-welding kits of types recommended by kit
manufacturer for materials being joined and installation conditions.
PART 3 - EXECUTION
3.1

APPLICATIONS
A. Conductors: Install solid conductor for No. 8 AWG and smaller, and stranded
conductors for No. 6 AWG and larger, unless otherwise indicated.

GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS


905

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


3 of 4

B. Conductor Terminations and Connections:


1. Pipe and Equipment Grounding Conductor Terminations: Bolted connectors.
2. Underground Connections: Welded connectors.
3. Connections to Structural Steel: Welded connectors.
3.2

EQUIPMENT GROUNDING
A. Install insulated equipment grounding conductors with all feeders and branch circuits.
B. Install insulated equipment grounding conductors with the following items, in
addition to those required by NFPA 70:
1. Feeders and branch circuits.
2. Lighting circuits.
3. Receptacle circuits.
4. Single-phase motor and appliance branch circuits.
5. Three-phase motor and appliance branch circuits.
6. Flexible raceway runs.
C. Air-Duct Equipment Circuits: Install insulated equipment grounding conductor to
duct-mounted electrical devices operating at 120 V and more, including air cleaners,
heaters, dampers, humidifiers, and other duct electrical equipment. Bond conductor
to each unit and to air duct and connected metallic piping.

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.

GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS


906

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


4 of 4

3. Use exothermic-welded connectors for outdoor locations, but if a disconnect-type


connection is required, use a bolted clamp.
C. Bonding Interior Metal Ducts: Bond metal air ducts to equipment grounding
conductors of associated fans, blowers, electric heaters, and air cleaners. Install
bonding jumper to bond across flexible duct connections to achieve continuity.
3.4

FIELD QUALITY CONTROL


A. Testing Agency: Engage a qualified testing and inspecting agency to perform the
following field tests and inspections and prepare test reports:

PART 4 - MEASUREMENTS AND PAYMENT


4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective
item as described herein and shown below. This price shall be full compensation for
all work contained in the bid item as described herein and required by the related
Special Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to
complete the Work in every respect, including furnishing all materials, installation,
testing, placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional
requirements.
END OF SPECIAL PROVISION 260526

GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS


907

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 7

CATEGORY 800
BUILDINGS
SECTION 260529 - HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions,
Special Provisions, General Provisions, and Terms and Conditions, apply to this
Section.

1.2

SUMMARY
A. This Special Provision Section includes the following:
1. Hangers and supports for electrical equipment and systems.
2. Construction requirements for concrete bases.

1.3

DEFINITIONS
A. EMT: Electrical metallic tubing.
B. RMC: Rigid metal conduit.

1.4

PERFORMANCE REQUIREMENTS
A. Design supports for multiple raceways capable of supporting combined weight of
supported systems and its contents.
B. Design equipment supports capable of supporting combined operating weight of
supported equipment and connected systems and components.
C. Rated Strength: Adequate in tension, shear, and pullout force to resist maximum
loads calculated or imposed for this Project, with a minimum structural safety factor
of five times the applied force.

1.5

SUBMITTALS
A. Product Data: For the following:

HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS


908

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


2 of 7

1. Steel slotted support systems.


1.6

QUALITY ASSURANCE
A. Comply with NFPA 70.

1.7

COORDINATION
A. Coordinate size and location of concrete bases. Cast anchor-bolt inserts into bases.
B. Coordinate installation of roof curbs, equipment supports, and roof penetrations.

PART 2 - PRODUCTS
2.1

SUPPORT, ANCHORAGE, AND ATTACHMENT COMPONENTS


A. Steel Slotted Support Systems: Comply with MFMA-4, factory-fabricated
components for field assembly.
1. Available Manufacturers: Subject to compliance with requirements,
manufacturers offering products that may be incorporated into the Work include,
but are not limited to, the following:
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.
2. Metallic Coatings: Hot-dip galvanized after fabrication and applied according to
MFMA-4.
3. 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 hangers, clamps, and associated fittings,
designed for types and sizes of raceway or cable to be supported.

HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS


909

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


3 of 7

D. Structural Steel for Fabricated Supports and Restraints: ASTM A 36/A 36M, steel
plates, shapes, and bars; black and galvanized.
E. Mounting, Anchoring, and Attachment Components: Items for fastening electrical
items or their supports to building surfaces include the following:
1. Powder-Actuated Fasteners: Threaded-steel stud, for use in hardened portland
cement concrete, steel, or wood, with tension, shear, and pullout capacities
appropriate for supported loads and building materials where used.
a. Available Manufacturers:
Subject to compliance with requirements,
manufacturers offering products that may be incorporated into the Work
include, but are not limited to, the following:
1) Hilti Inc.
2) ITW Ramset/Red Head; a division of Illinois Tool Works, Inc.
3) MKT Fastening, LLC.
4) Simpson Strong-Tie Co., Inc.; Masterset Fastening Systems Unit.
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. Available Manufacturers:
Subject to compliance with requirements,
manufacturers offering products that may be incorporated into the Work
include, but are not limited to, the following:
1) Cooper B-Line, Inc.; a division of Cooper Industries.
2) Empire Tool and Manufacturing Co., Inc.
3) Hilti Inc.
4) ITW Ramset/Red Head; a division of Illinois Tool Works, Inc.
5) MKT Fastening, LLC.
3. Concrete Inserts: Steel or malleable-iron, slotted support system units similar to
MSS Type 18; complying with MFMA-4 or MSS SP-58.
a. Clamps for Attachment to Steel Structural Elements: MSS SP-58, type
suitable for attached structural element.
b. Through Bolts: Structural type, hex head, and high strength. Comply with
ASTM A 325.
c. Toggle Bolts: All-steel springhead type.
d. Hanger Rods: Threaded steel.

HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS


910

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS
2.2

Contract No. BB-2829-000-006


4 of 7

FABRICATED METAL EQUIPMENT SUPPORT ASSEMBLIES


A. Description: Welded or bolted, structural-steel shapes, shop or field fabricated to fit
dimensions of supported equipment.
B. Materials: Comply with requirements in Special Provision 055000 "Metal
Fabrications" for steel shapes and plates.

PART 3 - EXECUTION
3.1

APPLICATION
A. Comply with NECA 1 and NECA 101 for application of hangers and supports for
electrical equipment and systems except if requirements in this Section are stricter.
B. Maximum Support Spacing and Minimum Hanger Rod Size for Raceway: Space
supports for EMT, IMC, and RMC as required by NFPA 70. Minimum rod size
shall be 1/4 inch in diameter.
C. Multiple Raceways or Cables: Install trapeze-type supports fabricated with steel
slotted 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.
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

HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS


911

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


5 of 7

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 Wood: Fasten with lag screws or through bolts.
2. To New Concrete: Bolt to concrete inserts.
3. To Masonry: Approved toggle-type bolts on hollow masonry units and expansion
anchor fasteners on solid masonry units.
4. To Existing Concrete: Expansion anchor fasteners.
5. 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.
6. To Steel: Beam clamps (MSS Type 19, 21, 23, 25, or 27) complying with
MSS SP-69.
7. To Light Steel: Sheet metal screws.
8. Items Mounted on Hollow Walls and Nonstructural Building Surfaces: Mount
cabinets, panelboards, disconnect switches, control enclosures, pull and junction
boxes, transformers, and other devices on slotted-channel racks attached to
substrate.
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. Comply with installation requirements in Special Provision 055000 "Metal
Fabrications" for site-fabricated metal supports.
B. Cut, fit, and place miscellaneous metal supports accurately in location, alignment,
and elevation to support and anchor electrical materials and equipment.
C. Field Welding: Comply with AWS D1.1/D1.1M.

HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS


912

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS
3.4

Contract No. BB-2829-000-006


6 of 7

CONCRETE BASES
A. Construct concrete bases of dimensions indicated but not less than 4 inches larger in
both directions than supported unit, and so anchors will be a minimum of 10 bolt
diameters from edge of the base.
B. Use 3000-psi, 28-day compressive-strength concrete.
Concrete materials,
reinforcement, and placement requirements are specified in Special Provision
033000 "Cast-in-Place Concrete."
C. Anchor equipment to concrete base.
1. Place and secure anchorage devices. Use supported equipment manufacturer's
setting drawings, templates, diagrams, instructions, and directions furnished with
items to be embedded.
2. Install anchor bolts to elevations required for proper attachment to supported
equipment.
3. Install anchor bolts according to anchor-bolt manufacturer's written instructions.

3.5

PAINTING
A. Touchup: Clean field welds and abraded areas of shop paint. Paint exposed areas
immediately after erecting hangers and supports. Use same materials as used for
shop painting. 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.
B. Touchup: Comply with requirements in Painting Sections for cleaning and touchup
painting of field welds, bolted connections, and abraded areas of shop paint on
miscellaneous metal.
C. Galvanized Surfaces: Clean welds, bolted connections, and abraded areas and apply
galvanizing-repair paint to comply with ASTM A 780.

HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS


913

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


7 of 7

PART 4 - MEASUREMENTS AND PAYMENT


4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective
item as described herein and shown below. This price shall be full compensation for
all work contained in the bid item as described herein and required by the related
Special Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to
complete the Work in every respect, including furnishing all materials, installation,
testing, placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional
requirements.
END OF SPECIAL PROVISION 260529

HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS


914

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 9

CATEGORY 800
BUILDINGS
SECTION 260533 - RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions,
Special Provisions, General Provisions, and Terms and Conditions, apply to this
Section.

1.2

SUMMARY
A. This Special Provision Section includes raceways, fittings, boxes, enclosures, and
cabinets for electrical wiring.
B. Related Special Provision Sections include the following:
1. Special Provision 260543 "Underground Ducts and Raceways for Electrical
Systems" for exterior ductbanks, manholes, and underground utility construction.

1.3

DEFINITIONS
A. EMT: Electrical metallic tubing.
B. EPDM: Ethylene-propylene-diene terpolymer rubber.
C. FMC: Flexible metal conduit.
D. LFMC: Liquidtight flexible metal conduit.
E. NBR: Acrylonitrile-butadiene rubber.
F. RNC: Rigid nonmetallic conduit.

1.4

SUBMITTALS
A. Product Data: For surface raceways, wireways and fittings, floor boxes, hingedcover enclosures, and cabinets.
B. Qualification Data: For testing agency.
C. Source quality-control test reports.

RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS


915

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

1.5

Contract No. BB-2829-000-006


2 of 9

QUALITY ASSURANCE
A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in
NFPA 70, Article 100, by a testing agency acceptable to authorities having
jurisdiction, and marked for intended use.
B. Comply with NFPA 70.

PART 2 - PRODUCTS
2.1

METAL CONDUIT AND TUBING


A. Available Manufacturers: Subject to compliance with requirements, manufacturers
offering products that may be incorporated into the Work include, but are not limited
to, the following:
1. AFC Cable Systems, Inc.
2. Alflex Inc.
3. Allied Tube & Conduit; a Tyco International Ltd. Co.
4. Anamet Electrical, Inc.; Anaconda Metal Hose.
5. Electri-Flex Co.
6. Manhattan/CDT/Cole-Flex.
7. Maverick Tube Corporation.
8. O-Z Gedney; a unit of General Signal.
9. Wheatland Tube Company.
B. Rigid Steel Conduit: ANSI C80.1.
C. EMT: ANSI C80.3.
D. FMC: Zinc-coated steel.
E. LFMC: Flexible steel conduit with PVC jacket.

RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS


916

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


3 of 9

F. Fittings for Conduit (Including all Types and Flexible and Liquidtight), EMT, and
Cable: NEMA FB 1; listed for type and size raceway with which used, and for
application and environment in which installed.
1. Conduit Fittings for Hazardous (Classified) Locations: Comply with UL 886.
2. Fittings for EMT: Steel compression type.
G. Joint Compound for Rigid Steel Conduit: Listed for use in cable connector
assemblies, and compounded for use to lubricate and protect threaded raceway joints
from corrosion and enhance their conductivity.
2.2

NONMETALLIC CONDUIT AND TUBING


A. Available Manufacturers: Subject to compliance with requirements, manufacturers
offering products that may be incorporated into the Work include, but are not limited
to, the following:
1. AFC Cable Systems, Inc.
2. Anamet Electrical, Inc.; Anaconda Metal Hose.
3. Arnco Corporation.
4. CANTEX Inc.
5. CertainTeed Corp.; Pipe & Plastics Group.
6. Condux International, Inc.
7. ElecSYS, Inc.
8. Electri-Flex Co.
9. Lamson & Sessions; Carlon Electrical Products.
10. Manhattan/CDT/Cole-Flex.
11. RACO; a Hubbell Company.
12. Thomas & Betts Corporation.
B. RNC: NEMA TC 2, Type EPC-40-PVC, unless otherwise indicated.

RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS


917

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


4 of 9

C. LFNC: UL 1660.
D. Fittings for RNC: NEMA TC 3; match to conduit or tubing type and material.
E. Fittings for LFNC: UL 514B.
2.3

METAL WIREWAYS
A. Available Manufacturers: Subject to compliance with requirements, manufacturers
offering products that may be incorporated into the Work include, but are not limited
to, the following:
1. Cooper B-Line, Inc.
2. Hoffman.
3. Square D; Schneider Electric.
B. Description: Sheet metal sized and shaped as indicated, NEMA 250, Type 1, unless
otherwise indicated.
C. Fittings and Accessories: Include couplings, offsets, elbows, expansion joints,
adapters, hold-down straps, end caps, and other fittings to match and mate with
wireways as required for complete system.
D. Wireway Covers: Screw-cover type.
E. Finish: Manufacturer's standard enamel finish.

2.4

BOXES, ENCLOSURES, AND CABINETS


A. Available Manufacturers: Subject to compliance with requirements, manufacturers
offering products that may be incorporated into the Work include, but are not limited
to, the following:
1. Cooper Crouse-Hinds; Div. of Cooper Industries, Inc.
2. EGS/Appleton Electric.
3. Erickson Electrical Equipment Company.
4. Hoffman.
5. Hubbell Incorporated; Killark Electric Manufacturing Co. Division.

RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS


918

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


5 of 9

6. O-Z/Gedney; a unit of General Signal.


7. RACO; a Hubbell Company.
8. Robroy Industries, Inc.; Enclosure Division.
9. Scott Fetzer Co.; Adalet Division.
10. Spring City Electrical Manufacturing Company.
11. Thomas & Betts Corporation.
12. Walker Systems, Inc.; Wiremold Company (The).
13. Woodhead, Daniel Company; Woodhead Industries, Inc. Subsidiary.
B. Sheet Metal Outlet and Device Boxes: NEMA OS 1.
C. Cast-Metal Outlet and Device Boxes: NEMA FB 1, ferrous alloy, Type FD, with
gasketed cover.
D. Small Sheet Metal Pull and Junction Boxes: NEMA OS 1.
PART 3 - EXECUTION
3.1

RACEWAY APPLICATION
A. Outdoors: Apply raceway products as specified below, unless otherwise indicated on
plans:
1. Exposed Conduit: Rigid steel conduit.
2. Concealed Conduit, Aboveground: Rigid steel conduit.
3. Underground Conduit: RNC, Type EPC-40-PVC and PVC coated rigid steel
conduit, direct buried, as noted on plans.
4. Connection to Vibrating Equipment (Including Transformers and Hydraulic,
Pneumatic, Electric Solenoid, or Motor-Driven Equipment): LFMC.
5. Boxes and Enclosures, Aboveground: NEMA 250, Type 3R and NEMA 4X,
stainless steel as noted on plans.

RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS


919

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


6 of 9

B. Comply with the following indoor applications, unless otherwise indicated:


1. Exposed, Not Subject to Physical Damage: EMT, Office areas only.
2. Exposed and Subject to Severe Physical Damage: Rigid steel conduit. Includes
raceways in the following locations:
a. Garage Bay Repair, Storage and Wash Bay, Utility Rooms, Tool Room, Tire
Room, Parts, Sally Port, and Mechanical Wash Bay Equipment Room.
b. Storage Building.
3. Concealed in Ceilings and Interior Walls and Partitions: EMT.
4. Connection to Vibrating Equipment (Including Transformers and Hydraulic,
Pneumatic, Electric Solenoid, or Motor-Driven Equipment): FMC, except use
LFMC in damp or wet locations.
5. Damp or Wet Locations: Rigid steel conduit.
6. Raceways for Concealed General Purpose Distribution of Optical Fiber or
Communications Cable: EMT.
7. Boxes and Enclosures: NEMA 250, Type 1, except use NEMA 250, Type 4,
nonmetallic in damp or wet locations.
C. Minimum Raceway Size: 3/4-inch trade size.
D. Raceway Fittings: Compatible with raceways and suitable for use and location.
1. Rigid Steel Conduit: Use threaded rigid steel conduit fittings, unless otherwise
indicated.
3.2

INSTALLATION
A. Comply with NECA 1 for installation requirements applicable to products specified
in Part 2 except where requirements on Drawings or in this Article are stricter.
B. Keep raceways at least 6 inches away from parallel runs of flues and steam or hotwater pipes. Install horizontal raceway runs above water and steam piping.
C. Complete raceway installation before starting conductor installation.
D. Support raceways as specified in Special Provision 260529 "Hangers and Supports
for Electrical Systems."

RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS


920

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


7 of 9

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.
G. Conceal conduit and EMT within finished walls, ceilings, and floors, unless otherwise
indicated.
H. Threaded Conduit Joints, Exposed to Wet, Damp, Corrosive, or Outdoor Conditions:
Apply listed compound to threads of raceway and fittings before making up joints.
Follow compound manufacturer's written instructions.
I. Raceway Terminations at Locations Subject to Moisture or Vibration: Use insulating
bushings to protect conductors, including conductors smaller than No. 4 AWG.
J. 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.
K. Raceways for Optical Fiber and Communications Cable: Install raceways, metallic
and nonmetallic, rigid and flexible, as follows:
1. 3/4-Inch Trade Size and Smaller: Install raceways in maximum lengths of 50
feet.
2. 1-Inch Trade Size and Larger: Install raceways in maximum lengths of 75 feet.
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.
L. Install raceway sealing fittings at suitable, approved, and accessible locations and fill
them with listed sealing compound. For concealed raceways, install each fitting in a
flush steel box with a blank cover plate having a finish similar to that of adjacent
plates or surfaces. Install raceway sealing fittings at the following points:
1. Where conduits pass from warm to cold locations, such as boundaries of
refrigerated spaces.
2. Where otherwise required by NFPA 70 for Gasoline Dispensers and Pumps.
M. Flexible Conduit Connections: Use maximum of 72 inches of flexible conduit for
equipment subject to vibration, noise transmission, or movement; and for
transformers and motors.

RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS


921

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


8 of 9

1. Use LFMC in damp or wet locations subject to severe physical damage.


2. Use LFMC or LFNC in damp or wet locations not subject to severe physical
damage.
N. Recessed Boxes in Masonry Walls: Saw-cut opening for box in center of cell of
masonry block, and install box flush with surface of wall.
3.3

INSTALLATION OF UNDERGROUND CONDUIT


A. Direct-Buried Conduit:
1. Excavate trench bottom to provide firm and uniform support for conduit.
Prepare trench bottom as specified for pipe less than 6 inches in nominal
diameter.
2. Install backfill as specified.
3. After installing conduit, backfill and compact. Start at tie-in point, and work
toward end of conduit run, leaving conduit at end of run free to move with
expansion and contraction as temperature changes during this process. Firmly
hand tamp backfill around conduit to provide maximum supporting strength.
After placing controlled backfill to within 12 inches of finished grade, make final
conduit connection at end of run and complete backfilling with normal
compaction.
4. Install manufactured duct elbows for stub-ups at poles and equipment and at
building entrances through the floor, unless otherwise indicated. Encase elbows
for stub-up ducts throughout the length of the elbow.

3.4

FIRESTOPPING
A. Apply firestopping to electrical penetrations of fire-rated floor and wall assemblies to
restore original fire-resistance rating of assembly. Firestopping materials and
installation requirements are specified in Special Provision 078413 "ThroughPenetration Firestop Systems."

3.5

PROTECTION
A. Provide final protection and maintain conditions that ensure coatings, finishes, and
cabinets are without damage or deterioration at time of Substantial Completion.

RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS


922

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


9 of 9

1. Repair damage to galvanized finishes with zinc-rich paint recommended by


manufacturer.
2. Repair damage to PVC or paint finishes with matching touchup coating
recommended by manufacturer.
PART 4 - MEASUREMENTS AND PAYMENT
4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective
item as described herein and shown below. This price shall be full compensation for
all work contained in the bid item as described herein and required by the related
Special Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to
complete the Work in every respect, including furnishing all materials, installation,
testing, placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional
requirements.
END OF SPECIAL PROVISION 260533

RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS


923

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 11

CATEGORY 800
BUILDINGS
SECTION 260543 - UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL
SYSTEMS
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions,
Special Provisions, General Provisions, and Terms and Conditions, apply to this
section.

1.2

SUMMARY
A. Special Provision Section Includes:
1. Direct-buried conduit, ducts, and duct accessories.
2. Concrete-encased conduit, ducts, and duct accessories.
3. Handholes and boxes.

1.3

DEFINITIONS
A. Trafficways: Locations where vehicular or pedestrian traffic is a normal course of
events.

1.4

ACTION SUBMITTALS
A. Product Data: For each type of product.
1. Include duct-bank materials, including separators and miscellaneous components.
2. Include ducts and conduits and their accessories, including elbows, end bells,
bends, fittings, and solvent cement.
3. Include accessories for handholes and boxes.
4. Include warning tape.
B. Shop Drawings:
1. Factory-Fabricated Handholes and Boxes Other Than Precast Concrete:
a. Include dimensioned plans, sections, and elevations, and fabrication and
installation details.

UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS


924

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


2 of 11

b. Include duct entry provisions, including locations and duct sizes.


c. Include cover design.
d. Include grounding details.
1.5

INFORMATIONAL SUBMITTALS
A. Duct-Bank Coordination Drawings: Show duct profiles and coordination with other
utilities.
1. Include plans and sections, drawn to scale, and show bends and locations of
expansion fittings.
B. Qualification Data: For testing agency responsible for testing nonconcrete handholes
and boxes.
C. Source quality-control reports.
D. Field quality-control reports.

1.6

MAINTENANCE MATERIALS SUBMITTALS


A. Furnish extra materials that match products installed and that are packaged with
protective covering for storage and identified with labels describing contents.

1.7

QUALITY ASSURANCE
A. Testing Agency Qualifications: Qualified according to ASTM E 329 for testing
indicated.

1.8

DELIVERY, STORAGE, AND HANDLING


A. Deliver ducts to Project site with ends capped. Store nonmetallic ducts with supports to
prevent bending, warping, and deforming.

1.9

COORDINATION
A. Coordinate layout and installation of ducts, handholes, and boxes with final
arrangement of other utilities, site grading, and surface features as determined in the
field.
B. Coordinate elevations of ducts and duct-bank entrances into handholes, and boxes with
final locations and profiles of ducts and duct banks as determined by coordination with
other utilities, underground obstructions, and surface features. Revise locations and

UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS


925

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


3 of 11

elevations from those indicated as required to suit field conditions and to ensure that
duct runs drain to handholes.
PART 2 - PRODUCTS
2.1

GENERAL REQUIREMENTS FOR DUCTS AND RACEWAYS


A. Comply with ANSI C2.

2.2

CONDUIT
A. RNC: NEMA TC 2, Type EPC-40-PVC, UL 651, with matching fittings by same
manufacturer as the conduit, complying with NEMA TC 3 and UL 514B.

2.3

NONMETALLIC DUCTS AND DUCT ACCESSORIES


A. Manufacturers: Subject to compliance with requirements, provide products by one of
the following:
1. ARNCO Corp.
2. Beck Manufacturing.
3. CANTEX INC.
4. CertainTeed Corporation.
5. Condux International, Inc.
6. ElecSys, Inc.
7. Electri-Flex Company.
8. IPEX USA LLC.
9. Lamson & Sessions.
10. Manhattan/CDT.
11. Spiraduct/AFC Cable Systems, Inc.
B. Solvents and Adhesives: As recommended by conduit manufacturer.
C. Duct Accessories:

UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS


926

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

2.4

Contract No. BB-2829-000-006


4 of 11

1)

Duct Separators: Factory-fabricated rigid PVC interlocking spacers, sized for type
and size of ducts with which used, and selected to provide minimum duct spacing
indicated while supporting ducts during concreting or backfilling.

2)

Warning Tape: Underground-line warning tape specified in Special Provision


Section 26 05 53 "Identification for Electrical Systems."

HANDHOLES AND BOXES OTHER THAN PRECAST CONCRETE


A. General Requirements for Handholes and Boxes: Comply with SCTE 77. Comply with
tier requirements in "Underground Enclosure Application" Article.
1. Color: Gray.
2. Configuration: Units shall be designed for flush burial and have open bottom
unless otherwise indicated.
3. Cover: Weatherproof, secured by tamper-resistant locking devices and having
structural load rating consistent with enclosure.
4. Cover Finish: Nonskid finish shall have a minimum coefficient of friction of 0.50.
5. Cover Legend: Molded lettering, "ELECTRIC," "TELEPHONE," and "OPTICAL
FIBER."
6. Direct-Buried Wiring Entrance Provisions: Knockouts equipped with insulated
bushings or end-bell fittings, selected to suit box material, sized for wiring
indicated, and arranged for secure, fixed installation in enclosure wall.
7. Duct Entrance Provisions: Duct-terminating fittings shall mate with entering ducts
for secure, fixed installation in enclosure wall.
8. Handholes 12 inches wide by 24 inches long and larger shall have factoryinstalled inserts for cable racks and pulling-in irons.
B. Polymer Concrete Handholes and Boxes with Polymer Concrete Cover: Molded of sand
and aggregate, bound together with a polymer resin, and reinforced with steel or
fiberglass or a combination of the two.
1. Manufacturers: Subject to compliance with requirements, provide products by one
of the following:
a

Armorcast Products Company.

Carson Industries LLC.

UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS


927

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

NewBasis.

Quazite: Hubbell Power Systems, Inc.

Contract No. BB-2829-000-006


5 of 11

PART 3 - EXECUTION
3.1

PREPARATION
A. Coordinate layout and installation of ducts, handholes, and boxes with final
arrangement of other utilities, site grading, and surface features as determined in the
field. Notify Engineer if there is a conflict between areas of excavation and existing
structures
B. Coordinate elevations of ducts and duct-bank entrances into handholes, and boxes with
final locations and profiles of ducts and duct banks, as determined by coordination with
other utilities, underground obstructions, and surface features. Revise locations and
elevations as required to suit field conditions and to ensure that duct runs drain to
handholes, and as approved by Engineer.

3.2

UNDERGROUND DUCT APPLICATION


A. Ducts for Electrical Feeders 600 V and Less: RNC, NEMA Type EPC-40-PVC, in
concrete-encased duct bank in paved areas unless otherwise indicated.
B. Ducts for Electrical Feeders 600 V and Less: RNC, NEMA Type EPC-40-PVC, in
direct-buried duct bank unless otherwise indicated.
C. Ducts for Electrical Branch Circuits: RNC, NEMA Type EPC-40-PVC, in direct-buried
duct bank unless otherwise indicated.
D. Underground Ducts for Telephone, Communications, or Data Utility Service Cables:
RNC, NEMA Type EPC-40-PVC, in concrete-encased duct bank in paved areas, unless
otherwise indicated.
E. Underground Ducts for Telephone, Communications, or Data Utility Service Cables:
RNC, NEMA Type EPC-40-PVC, installed in direct-buried duct bank in non-paved
areas, unless otherwise indicated.

3.3

UNDERGROUND ENCLOSURE APPLICATION


A. Handholes and Boxes for 600 V and Less, Including Telephone, Communications and
Data Wiring.

UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS


928

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

3.4

Contract No. BB-2829-000-006


6 of 11

EARTHWORK
A. Restore surface features at areas disturbed by excavation, and re-establish original
grades unless otherwise indicated.
B. Restore areas disturbed by trenching, storing of dirt, cable laying, and other work.
Restore vegetation and include necessary topsoiling, fertilizing, liming, seeding,
sodding, sprigging, and mulching.

3.5

DUCT INSTALLATION
A. Slope: Pitch ducts a minimum slope of 1:300 down toward handholes and away from
buildings and equipment. Slope ducts from a high point in runs between two handholes,
to drain in both directions.
B. Curves and Bends: Use 5-degree angle couplings for small changes in direction. Use
manufactured long sweep bends with a minimum radius of 48 inches, both horizontally
and vertically, at other locations unless otherwise indicated.
C. Joints: Use solvent-cemented joints in ducts and fittings and make watertight according
to manufacturer's written instructions. Stagger couplings so those of adjacent ducts do
not lie in same plane.
D. Duct Entrances to Polymer Concrete Handholes: Use end bells, spaced approximately
10 inches o.c. for 5-inch ducts, and vary proportionately for other duct sizes.
1. Begin change from regular spacing to end-bell spacing 10 feet from the end bell
without reducing duct line slope and without forming a trap in the line.
2. Direct-Buried Duct Banks: Install an expansion and deflection fitting in each
conduit in the area of disturbed earth adjacent to handhole. Install an expansion
fitting near the center of all straight line direct-buried duct banks with calculated
expansion of more than 3/4 inch.
3. Grout end bells into structure walls from both sides to provide watertight
entrances.
E. Building Wall Penetrations: Make a transition from underground duct to rigid steel
conduit at least 10 feet outside the building wall, without reducing duct line slope away
from the building, and without forming a trap in the line. Use fittings manufactured for
duct-to-conduit transition. Install conduit penetrations of building walls as specified in
Special Provision Section 26 05 44 "Sleeves and Sleeve Seals for Electrical Raceways
and Cabling."

UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS


929

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


7 of 11

F. Sealing: Provide temporary closure at terminations of ducts that have cables pulled.
Seal spare ducts at terminations. Use sealing compound and plugs to withstand at least
15-psig hydrostatic pressure.
G. Pulling Cord: Install 100-lbf-test nylon cord in empty ducts.
H. Concrete-Encased Ducts: Support ducts on duct separators.
1. Excavate trench bottom to provide firm and uniform support for duct bank.
2. Width: Excavate trench 12 inches wider than duct bank on each side.
3. Depth: Install top of duct bank at least 30 inches below finished grade in
deliberate traffic paths for vehicles unless otherwise indicated.
4. Support ducts on duct separators coordinated with duct size, duct spacing, and
outdoor temperature.
5. Separator Installation: Space separators close enough to prevent sagging and
deforming of ducts, with not less than four spacers per 20 feet of duct. Secure
separators to earth and to ducts to prevent floating during concreting. Stagger
separators approximately 6 inches between tiers. Tie entire assembly together
using fabric straps; do not use tie wires or reinforcing steel that may form
conductive or magnetic loops around ducts or duct groups.
6. Minimum Space between Ducts: 3 inches between ducts and exterior envelope
wall, 2 inches between ducts for like services, and 4 inches between power and
signal ducts.
7. Elbows: Use manufactured duct elbows for stub-ups at poles and equipment, at
building entrances through floor, and at changes of direction in duct run unless
otherwise indicated. Extend concrete encasement throughout length of elbow.
8. Elbows: Use manufactured rigid steel conduit elbows for stub-ups at poles and
equipment, at building entrances through floor, and at changes of direction in duct
run.
a. Couple steel conduits to ducts with adapters designed for this purpose, and
encase coupling with 3 inches of concrete.
b. Stub-Ups to Equipment: For equipment mounted on outdoor concrete bases,
extend steel conduit horizontally a minimum of 60 inches from edge of base.
Install insulated grounding bushings on terminations at equipment.
UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS
930

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


8 of 11

9. Reinforcement: Reinforce concrete-encased duct banks where they cross


disturbed earth and where indicated. Arrange reinforcing rods and ties without
forming conductive or magnetic loops around ducts or duct groups.
10. Forms: Use walls of trench to form side walls of duct bank where soil is selfsupporting and concrete envelope can be poured without soil inclusions;
otherwise, use forms.
11. Concrete Cover: Install a minimum of 3 inches of concrete cover at top and
bottom, and a minimum of 2 inches on each side of duct bank.
12. Concreting Sequence: Pour each run of envelope between handholes or other
terminations in one continuous operation.
a. Start at one end and finish at the other, allowing for expansion and contraction
of ducts as their temperature changes during and after the pour. Use expansion
fittings installed according to manufacturer's written recommendations, or use
other specific measures to prevent expansion-contraction damage.
b. If more than one pour is necessary, terminate each pour in a vertical plane and
install 3/4-inch reinforcing-rod dowels extending a minimum of 18 inches into
concrete on both sides of joint near corners of envelope.
13. Pouring Concrete: Place concrete carefully during pours to prevent voids under
and between conduits and at exterior surface of envelope. Do not allow a heavy
mass of concrete to fall directly onto ducts. Allow concrete to flow to center of
bank and rise up in middle, uniformly filling all open spaces. Do not use powerdriven agitating equipment unless specifically designed for duct-bank application.
I. Direct-Buried Duct Banks:
1. Excavate trench bottom to provide firm and uniform support for duct bank.
2. Support ducts on duct separators coordinated with duct size, duct spacing, and
outdoor temperature.
3. Space separators close enough to prevent sagging and deforming of ducts, with
not less than four spacers per 20 feet of duct. Secure separators to earth and to
ducts to prevent displacement during backfill and yet permit linear duct
movement due to expansion and contraction as temperature changes. Stagger
spacers approximately 6 inches between tiers.
4. Depth: Install top of duct bank at least 36 inches below finished grade unless
otherwise indicated.
UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS
931

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


9 of 11

5. Set elevation of bottom of duct bank below frost line.


6. Install ducts with a minimum of 3 inches between ducts for like services and 6
inches between power and signal ducts.
7. Elbows: Install manufactured duct elbows for stub-ups at poles and equipment, at
building entrances through floor, and at changes of direction in duct run unless
otherwise indicated. Encase elbows for stub-up ducts throughout length of elbow.
8. Install manufactured rigid steel conduit elbows for stub-ups at poles and
equipment, at building entrances through floor, and at changes of direction in duct
run.
a. Couple steel conduits to ducts with adapters designed for this purpose, and
encase coupling with 3 inches of concrete.
b. For equipment mounted on outdoor concrete bases, extend steel conduit
horizontally a minimum of 60 inches from edge of equipment pad or
foundation. Install insulated grounding bushings on terminations at
equipment.
9. After installing first tier of ducts, backfill and compact. Start at tie-in point and
work toward end of duct run, leaving ducts at end of run free to move with
expansion and contraction as temperature changes during this process. Repeat
procedure after placing each tier. After placing last tier, hand place backfill to 4
inches over ducts and hand tamp. Firmly tamp backfill around ducts to provide
maximum supporting strength. Use hand tamper only. After placing controlled
backfill over final tier, make final duct connections at end of run and complete
backfilling with normal compaction.
a. Place minimum 3 inches of sand as a bed for duct bank. Place sand to a
minimum of 6 inches above top level of duct bank.
b. Place minimum 6 inches of engineered fill above concrete encasement of duct
bank.
J. Warning Tape: Bury warning tape approximately 12 inches above all concrete-encased
ducts and duct banks. Align tape parallel to and within 3 inches of centerline of duct
bank. Provide an additional warning tape for each 12-inch increment of duct-bank
width over a nominal 18 inches. Space additional tapes 12 inches apart, horizontally.

UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS


932

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

3.6

Contract No. BB-2829-000-006


10 of 11

INSTALLATION OF HANDHOLES AND BOXES OTHER THAN PRECAST


CONCRETE
A. Install handholes and boxes level and plumb and with orientation and depth coordinated
with connecting ducts, to minimize bends and deflections required for proper entrances.
Use box extension if required to match depths of ducts, and seal joint between box and
extension as recommended by manufacturer.
B. Unless otherwise indicated, support units on a level bed of crushed stone or gravel,
graded from 1/2-inch sieve to No. 4 sieve and compacted to same density as adjacent
undisturbed earth.
C. Elevation: In paved areas and trafficways, set cover flush with finished grade. Set
covers of other handholes 1 inch above finished grade.
D. Install handholes and boxes with bottom below frost line, 30 inches below grade.
E. Install removable hardware, including pulling eyes, cable stanchions, cable arms, and
insulators, as required for installation and support of cables and conductors and as
indicated. Select arm lengths to be long enough to provide spare space for future cables,
but short enough to preserve adequate working clearances in enclosure.
F. Field cut openings for ducts and conduits according to enclosure manufacturer's written
instructions. Cut wall of enclosure with a tool designed for material to be cut. Size
holes for terminating fittings to be used, and seal around penetrations after fittings are
installed.

3.7

GROUNDING
A. Ground underground ducts and utility structures according to Special Provision
Section 26 05 26 "Grounding and Bonding for Electrical Systems."

3.8

FIELD QUALITY CONTROL


A. Perform the following tests and inspections and prepare test reports:
1. Demonstrate capability and compliance with requirements on completion of
installation of underground ducts and utility structures.
2. Pull solid aluminum or wood test mandrel through duct to prove joint integrity
and adequate bend radii, and test for out-of-round duct. Provide a minimum 6inch-long mandrel equal to 80 percent fill of duct. If obstructions are indicated,
remove obstructions and retest.

UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS


933

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


11 of 11

3. Test handhole grounding to ensure electrical continuity of grounding and bonding


connections. Measure and report ground resistance as specified in Special
Provision Section 26 05 26 "Grounding and Bonding for Electrical Systems."
B. Correct deficiencies and retest as specified above to demonstrate compliance.
3.9

CLEANING
A. Pull leather-washer-type duct cleaner, with graduated washer sizes, through full length
of ducts. Follow with rubber duct swab for final cleaning and to assist in spreading
lubricant throughout ducts.

PART 4 - MEASUREMENTS AND PAYMENT


4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective
item as described herein and shown below. This price shall be full compensation for
all work contained in the bid item as described herein and required by the related
Special Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to
complete the Work in every respect, including furnishing all materials, installation,
testing, placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional
requirements.
END OF SPECIAL PROVISION 260543

UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS


934

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 6

CATEGORY 800
BUILDINGS
SECTION 260544-SLEEVES AND SLEEVE SEALS FOR ELECTRICAL RACEWAYS
AND CABLING
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions, Special
Provisions, General Provisions, and Terms and Conditions, apply to this Section.

1.2

SUMMARY
A. Special Provision Section Includes:
1. Sleeves for raceway and cable penetration of non-fire-rated construction walls and
floors.
2. Sleeve-seal systems.
3. Sleeve-seal fittings.
4. Grout.
5. Silicone sealants.
B. Related Requirements:
1. Special Provision Section 078413 "Through-Penetration Firestop Systems" for
penetration firestopping installed in fire-resistance-rated walls, horizontal
assemblies, and smoke barriers, with and without penetrating items.
2. Special Provision Section 260500 Common Work Results for Electrical for
installation of sleeves for raceways and cables.

1.3

ACTION SUBMITTALS
A. Product Data: For each type of product.

SLEEVES AND SLEEVE SEALS FOR ELECTRICAL RACEWAYS AND CABLING


935

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


2 of 6

PART 2 - PRODUCTS
2.1

SLEEVES
A. Wall Sleeves:
1. Steel Pipe Sleeves: ASTM A 53/A 53M, Type E, Grade B, Schedule 40, zinc
coated, plain ends.
2. Cast-Iron Pipe Sleeves: Cast or fabricated "wall pipe," equivalent to ductile-iron
pressure pipe, with plain ends and integral waterstop unless otherwise indicated.
B. Sleeves for Conduits Penetrating Non-Fire-Rated Gypsum Board Assemblies:
Galvanized-steel sheet; 0.0239-inch minimum thickness; round tube closed with welded
longitudinal joint, with tabs for screw-fastening the sleeve to the board.
C. PVC-Pipe Sleeves: ASTM D 1785, Schedule 40.
D. Molded-PVC Sleeves: With nailing flange for attaching to wooden forms.
E. Molded-PE or -PP Sleeves: Removable, tapered-cup shaped, and smooth outer surface
with nailing flange for attaching to wooden forms.
F. Sleeves for Rectangular Openings:
1. Material: Galvanized sheet steel.
2. Minimum Metal Thickness:
a. For sleeve cross-section rectangle perimeter less than 50 inches and with no side
larger than 16 inches, thickness shall be 0.052 inch.
b. For sleeve cross-section rectangle perimeter 50 inches or more and one or more
sides larger than 16 inches, thickness shall be 0.138 inch.

2.2

SLEEVE-SEAL SYSTEMS
A. Description: Modular sealing device, designed for field assembly, to fill annular space
between sleeve and raceway or cable.
a. Manufacturers: Subject to compliance with requirements, provide products by
one of the following:

SLEEVES AND SLEEVE SEALS FOR ELECTRICAL RACEWAYS AND CABLING


936

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


3 of 6

b. Advance Products & Systems, Inc.


c. CALPICO, Inc.
d. Metraflex Company (The).
e. Pipeline Seal and Insulator, Inc.
f. Proco Products, Inc.
2. Sealing Elements: EPDM rubber interlocking links shaped to fit surface of pipe.
Include type and number required for pipe material and size of pipe.
3. Pressure Plates: Carbon steel.
4. Connecting Bolts and Nuts: Carbon steel, with corrosion-resistant coating, of
length required to secure pressure plates to sealing elements.
2.3

SLEEVE-SEAL FITTINGS
A. Description: Manufactured plastic, sleeve-type, waterstop assembly made for embedding
in concrete slab or wall. Unit shall have plastic or rubber waterstop collar with center
opening to match piping OD.
1. Manufacturer: Subject to compliance with requirements, provide products by the
following:
a. HOLDRITE.

2.4

GROUT
A. Description: Nonshrink; recommended for interior and exterior sealing openings in nonfire-rated walls or floors.
B. Standard: ASTM C 1107/C 1107M, Grade B, post-hardening and volume-adjusting, dry,
hydraulic-cement grout.
C. Design Mix: 5000-psi, 28-day compressive strength.
D. Packaging: Premixed and factory packaged.

SLEEVES AND SLEEVE SEALS FOR ELECTRICAL RACEWAYS AND CABLING


937

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

2.5

Contract No. BB-2829-000-006


4 of 6

SILICONE SEALANTS
A. Silicone Sealants: Single-component, silicone-based, neutral-curing elastomeric sealants
of grade indicated below.
1. Grade: Pourable (self-leveling) formulation for openings in floors and other
horizontal surfaces that are not fire rated.
B. Silicone Foams: Multicomponent, silicone-based liquid elastomers that, when mixed,
expand and cure in place to produce a flexible, nonshrinking foam.

PART 3 - EXECUTION
3.1

SLEEVE INSTALLATION FOR NON-FIRE-RATED ELECTRICAL PENETRATIONS


A. Comply with NECA 1.
B. Comply with NEMA VE 2 for cable tray and cable penetrations.
C. Sleeves for Conduits Penetrating Above-Grade Non-Fire-Rated Concrete and MasonryUnit Floors and Walls:
1. Interior Penetrations of Non-Fire-Rated Walls and Floors:
a. Seal annular space between sleeve and raceway or cable, using joint sealant
appropriate for size, depth, and location of joint. Comply with requirements in
Special Provision Section 07 92 00 "Joint Sealants."
b. Seal space outside of sleeves with mortar or grout. Pack sealing material solidly
between sleeve and wall so no voids remain. Tool exposed surfaces smooth;
protect material while curing.
2. Use pipe sleeves unless penetration arrangement requires rectangular sleeved
opening.
3. Size pipe sleeves to provide 1/4-inch annular clear space between sleeve and
raceway or cable unless sleeve seal is to be installed.
4. Install sleeves for wall penetrations unless core-drilled holes or formed openings are
used. Install sleeves during erection of walls. Cut sleeves to length for mounting
flush with both surfaces of walls. Deburr after cutting.

SLEEVES AND SLEEVE SEALS FOR ELECTRICAL RACEWAYS AND CABLING


938

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


5 of 6

5. Install sleeves for floor penetrations. Extend sleeves installed in floors 2 inches
above finished floor level. Install sleeves during erection of floors.
D. Sleeves for Conduits Penetrating Non-Fire-Rated Gypsum Board Assemblies:
1. Use circular metal sleeves unless penetration arrangement requires rectangular
sleeved opening.
2. Seal space outside of sleeves with approved joint compound for gypsum board
assemblies.
E. Roof-Penetration Sleeves: Seal penetration of individual raceways and cables with
flexible boot-type flashing units applied in coordination with roofing work.
F. Aboveground, Exterior-Wall Penetrations: Seal penetrations using steel pipe sleeves and
mechanical sleeve seals. Select sleeve size to allow for 1-inch annular clear space
between pipe and sleeve for installing mechanical sleeve seals.
G. Underground, Exterior-Wall and Floor Penetrations: Install cast-iron pipe sleeves. Size
sleeves to allow for 1-inch annular clear space between raceway or cable and sleeve for
installing sleeve-seal system.
3.2

SLEEVE-SEAL-SYSTEM INSTALLATION
A. Install sleeve-seal systems in sleeves in exterior concrete walls and slabs-on-grade at
raceway entries into building.
B. Install 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.

3.3

SLEEVE-SEAL-FITTING INSTALLATION
A. Install sleeve-seal fittings in new walls and slabs as they are constructed.
B. Assemble fitting components of length to be flush with both surfaces of concrete slabs
and walls. Position waterstop flange to be centered in concrete slab or wall.

SLEEVES AND SLEEVE SEALS FOR ELECTRICAL RACEWAYS AND CABLING


939

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


6 of 6

C. Secure nailing flanges to concrete forms.


D. Using grout, seal the space around outside of sleeve-seal fittings.
PART 4 - MEASUREMENTS AND PAYMENT
4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective item
as described herein and shown below. This price shall be full compensation for all work
contained in the bid item as described herein and required by the related Special
Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to complete
the Work in every respect, including furnishing all materials, installation, testing,
placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional requirements.
END OF SPECIAL PROVISION 260544

SLEEVES AND SLEEVE SEALS FOR ELECTRICAL RACEWAYS AND CABLING


940

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 7

CATEGORY 800
BUILDINGS
SECTION 260553 - IDENTIFICATION FOR ELECTRICAL SYSTEMS
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions,
Special Provisions, General Provisions, and Terms and Conditions, apply to this
Section.

1.2

SUMMARY
A. Special Provision Section includes:
1. Identification of power and control cables.
2. Identification for conductors.
3. Underground-line warning tape.
4. Equipment identification labels.
5. Miscellaneous identification products.

1.3

SUBMITTALS
A. Product Data: For each electrical identification product indicated.

1.4

QUALITY ASSURANCE
A. Comply with ANSI A13.1.
B. Comply with NFPA 70.
C. Comply with 29 CFR 1910.144 and 29 CFR 1910.145.
D. Adhesive-attached labeling materials, including label stocks, laminating adhesives,
and inks used by label printers, shall comply with UL 969.

IDENTIFICATION FOR ELECTRICAL SYSTEMS


941

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

1.5

Contract No. BB-2829-000-006


2 of 7

COORDINATION
A. Coordinate identification names, abbreviations, colors, and other features with
requirements in other Sections requiring identification applications, Drawings, Shop
Drawings, manufacturer's wiring diagrams, and the Operation and Maintenance
Manual; and with those required by codes, standards, and 29 CFR 1910.145. Use
consistent designations throughout Project.
B. Coordinate installation of identifying devices with completion of covering and
painting of surfaces where devices are to be applied.

PART 2 - PRODUCTS
2.1

CONDUCTOR IDENTIFICATION MATERIALS


A. Color-Coding Conductor Tape: Colored, self-adhesive vinyl tape not less than 3 mils
thick by 1 to 2 inches wide.
B. Self-Adhesive Vinyl Labels: Preprinted, flexible label laminated with a clear,
weather- and chemical-resistant coating and matching wraparound adhesive tape for
securing ends of legend label.
C. Marker Tapes: Vinyl or vinyl-cloth, self-adhesive wraparound type, with circuit
identification legend machine printed by thermal transfer or equivalent process.
D. Write-On Tags: Polyester tag, 0.010 inch thick, with corrosion-resistant grommet and
cable tie for attachment to conductor or cable.
1. Marker for Tags: Permanent, waterproof, black ink marker recommended by tag
manufacturer.

2.2

UNDERGROUND-LINE WARNING TAPE


A. Tape:
1. Recommended by manufacturer for the method of installation and suitable to
identify and locate underground electrical and communications utility lines.
2. Printing on tape shall be permanent and shall not be damaged by burial
operations.

IDENTIFICATION FOR ELECTRICAL SYSTEMS


942

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


3 of 7

3. Tape material and ink shall be chemically inert, and not subject to degrading
when exposed to acids, alkalis, and other destructive substances commonly
found in soils.
B. Color and Printing:
1. Comply with ANSI Z535.1 through ANSI Z535.5.
2. Inscriptions for Red-Colored Tapes: ELECTRIC LINE, HIGH VOLTAGE.
3. Inscriptions for Orange-Colored Tapes: TELEPHONE CABLE, OPTICAL
FIBER CABLE.
a. Tag: Type ID:
1) Detectable three-layer laminate, consisting of a printed pigmented
polyolefin film, a solid aluminum-foil core, and a clear protective film that
allows inspection of the continuity of the conductive core, bright-colored,
continuous-printed on one side with the inscription of the
utility, compounded for direct-burial service.
2) Overall Thickness: 5 mils.
3) Foil Core Thickness: 0.35 mil.
4) Weight: 28 lb./1000 sq. ft..
5) 3-Inch Tensile According to ASTM D 882: 70 lbf, and 4600 psi.
2.3

EQUIPMENT IDENTIFICATION LABELS


A. Engraved, Laminated Acrylic or Melamine Label: Punched or drilled for screw
mounting. White letters on a dark-gray background. Minimum letter height shall be
3/8 inch.

2.4

CABLE TIES
A. General-Purpose Cable Ties:
locking, Type 6/6 nylon.

Fungus inert, self-extinguishing, one piece, self-

1. Minimum Width: 3/16 inch.


2. Tensile Strength at 73 deg. F, According to ASTM D 638: 12,000 psi.
3. Temperature Range: Minus 40 to plus 185 deg. F.
4. Color: Black except where used for color-coding.
IDENTIFICATION FOR ELECTRICAL SYSTEMS
943

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

2.5

Contract No. BB-2829-000-006


4 of 7

MISCELLANEOUS IDENTIFICATION PRODUCTS


A. Paint: Comply with requirements in painting Sections for paint materials and
application requirements. Select paint system applicable for surface material and
location (exterior or interior).
B. Fasteners for Labels and Signs: Self-tapping, stainless-steel screws or stainless-steel
machine screws with nuts and flat and lock washers.

PART 3 - EXECUTION
3.1

INSTALLATION
A. Verify identity of each item before installing identification products.
B. Location: Install identification materials and devices at locations for most convenient
viewing without interference with operation and maintenance of equipment.
C. Apply identification devices to surfaces that require finish after completing finish
work.
D. Attach signs and plastic labels that are not self-adhesive type with mechanical
fasteners appropriate to the location and substrate.
E. System Identification Color-Coding Bands for Raceways and Cables: Each colorcoding band shall completely encircle cable or conduit. Place adjacent bands of twocolor markings in contact, side by side. Locate bands at changes in direction, at
penetrations of walls and floors, at 50-foot maximum intervals in straight runs, and at
25-foot maximum intervals in congested areas.
F. Aluminum Wraparound Marker Labels and Metal Tags: Secure tight to surface of
conductor or cable at a location with high visibility and accessibility.
G. Cable Ties: For attaching tags. Use general-purpose type, except as listed below:
1. Outdoors: UV-stabilized nylon.
2. In Spaces Handling Environmental Air: Plenum rated.
H. Underground-Line Warning Tape: During backfilling of trenches install continuous
underground-line warning tape directly above line at 6 to 8 inches below finished
grade. Use multiple tapes where width of multiple lines installed in a common trench
exceeds 16 inches overall.

IDENTIFICATION FOR ELECTRICAL SYSTEMS


944

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


5 of 7

I. Painted Identification: Comply with requirements in painting Sections for surface


preparation and paint application.
3.2

IDENTIFICATION SCHEDULE
A. Power-Circuit Conductor Identification, 600 V or Less: For conductors in pull and
junction boxes, and handholes, use color-coding conductor tape to identify the phase.
1. Color-Coding for Phase Identification, 600 V or Less: Use colors listed below
for ungrounded service feeder and branch-circuit conductors.
B. Color shall be factory applied or field applied for sizes larger than No. 8 AWG, if
authorities having jurisdiction permit.
C. Colors for 208/120-V Circuits:
1. Phase A: Black.
2. Phase B: Red.
3. Phase C: Blue.
D. Colors for 480/277-V Circuits:
1. Phase A: Brown.
2. Phase B: Orange.
3. Phase C: Yellow.
E. 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.
F. Auxiliary Electrical Systems Conductor Identification: Identify field-installed alarm,
control, and signal connections.
1. Identify conductors, cables, and terminals in enclosures and at junctions,
terminals, and pull points. Identify by system and circuit designation.
2. Locations of Underground Lines: Identify with underground-line warning tape
for power and control wiring.

IDENTIFICATION FOR ELECTRICAL SYSTEMS


945

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


6 of 7

3. Install underground-line warning tape for both direct-buried conduits and


concrete encased conduits.
G. Operating Instruction Signs: Install instruction signs to facilitate proper operation
and maintenance of electrical systems and items to which they connect. Install
instruction signs with approved legend where instructions are needed for system or
equipment operation.
H. Emergency Operating Instruction Signs: Install instruction signs with white legend
on a red background with minimum 3/8-inch- high letters for emergency instructions
at equipment used for power transfer and Standby Generator Operation.
I. Equipment Identification Labels: Apply labels to disconnect switches and protection
equipment, control panels, control stations, terminal cabinets, and racks of each
system.
Systems include power, lighting, control, communication, signal,
monitoring, and alarm systems unless equipment is provided with its own
identification.
1. Labeling Instructions:
J. 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 two lines of text are required, use labels 2 inches high.
K. Outdoor Equipment: Engraved, laminated acrylic or melamine label.
1. Equipment to Be Labeled:
a. Panelboards: Typewritten directory of circuits in the location provided by
panelboard manufacturer. Panelboard identification shall be engraved,
laminated acrylic or melamine label.
b. Enclosures and electrical cabinets.
c. Emergency system boxes and enclosures.
d. Enclosed switches.
e. Enclosed circuit breakers.
f. Enclosed controllers.
g. Variable-speed controllers.
h. Push-button stations.
i. Power transfer equipment.
j. Contactors.
k. Monitoring and control equipment.

IDENTIFICATION FOR ELECTRICAL SYSTEMS


946

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


7 of 7

PART 4 - MEASUREMENTS AND PAYMENT


4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective
item as described herein and shown below. This price shall be full compensation for
all work contained in the bid item as described herein and required by the related
Special Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to
complete the Work in every respect, including furnishing all materials, installation,
testing, placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional
requirements.
END OF SPECIAL PROVISION 260553

IDENTIFICATION FOR ELECTRICAL SYSTEMS


947

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 7

CATEGORY 800
BUILDINGS
SECTION 262200 - LOW-VOLTAGE TRANSFORMERS
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions,
Special Provisions, General Provisions, and Terms and Conditions, apply to this
Section.

1.2

SUMMARY
A. Special Provision Includes: Distribution, dry-type transformers rated 600 V and less,
with capacities up to 1500 kVA.

1.3

ACTION SUBMITTALS
A. Product Data: For each type of product.
1. Include construction details, material descriptions, dimensions of individual
components and profiles, and finishes for each type and size of transformer.
2. Include rated nameplate data, capacities, weights, dimensions, minimum
clearances, installed devices and features, and performance for each type and size
of transformer.
B. Shop Drawings:
1. Detail equipment assemblies and indicate dimensions, weights, loads, required
clearances, method of field assembly, components, and location and size of each
field connection.
2. Vibration Isolation Base Details: Detail fabrication including anchorages and
attachments to structure and to supported equipment.
3. Include diagrams for power, signal, and control wiring.

1.4

CLOSEOUT SUBMITTALS
A. Operation and Maintenance Data: For transformers to include in emergency,
operation, and maintenance manuals.

LOW-VOLTAGE TRANSFORMERS
948

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

1.5

Contract No. BB-2829-000-006


2 of 7

QUALITY ASSURANCE
A. Testing Agency Qualifications: Accredited by NETA.
1. Testing Agency's Field Supervisor: Certified by NETA to supervise on-site
testing.

1.6

DELIVERY, STORAGE, AND HANDLING


A. Temporary Heating: Apply temporary heat according to manufacturer's written
instructions within the enclosure of each ventilated-type unit, throughout periods
during which equipment is not energized and when transformer is not in a space that
is continuously under normal control of temperature and humidity.

PART 2 - PRODUCTS
2.1

MANUFACTURERS
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. Acme Electric Corporation.
2. Eaton.
3. General Electric Company.
4. Siemens Power Transmission & Distribution, Inc.
5. Square D; by Schneider Electric.
B. Source Limitations: Obtain each transformer type from single source from single
manufacturer.

2.2

DISTRIBUTION TRANSFORMERS
A. Comply with NFPA 70, and list and label as complying with UL 1561.
B. Cores: One leg per phase.

LOW-VOLTAGE TRANSFORMERS
949

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


3 of 7

C. Enclosure: Ventilated.
1. NEMA 250, Type 3R: Core and coil shall be encapsulated within resin
compound to seal out moisture and air.
2. KVA Ratings: Based on convection cooling only and not relying on auxiliary
fans.
D. Transformer Enclosure Finish: Comply with NEMA 250.
1. Finish Color: Gray.
E. Taps for Transformers 25 kVA and Larger: Two 2.5 percent taps above and two 2.5
percent taps below normal full capacity.
F. Insulation Class, 30 kVA and Larger: 220 deg. C, UL-component-recognized
insulation system with a maximum of 150-deg C rise above 40-deg C ambient
temperature.
G. Electrostatic Shielding: Each winding shall have an independent, single, full-width
copper electrostatic shield arranged to minimize interwinding capacitance.
1. Arrange coil leads and terminal strips to minimize capacitive coupling between
input and output terminals.
2. Include special terminal for grounding the shield.
H. Fungus Proofing: Permanent fungicidal treatment for coil and core.
2.3

IDENTIFICATION DEVICES
A. Nameplates: Engraved, laminated-plastic or metal nameplate for each distribution
transformer, mounted with corrosion-resistant screws. Nameplates and label products
are specified in Special Provision 260553 "Identification for Electrical Systems."

2.4

SOURCE QUALITY CONTROL


A. Test and inspect transformers according to IEEE C57.12.01 and IEEE C57.12.91.
1. Resistance measurements of all windings at the rated voltage connections and at
all tap connections.
2. Ratio tests at the rated voltage connections and at all tap connections.

LOW-VOLTAGE TRANSFORMERS
950

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


4 of 7

3. Phase relation and polarity tests at the rated voltage connections.


4. No load losses, and excitation current and rated voltage at the rated voltage
connections.
5. Impedance and load losses at rated current and rated frequency at the rated
voltage connections.
6. Applied and induced tensile tests.
7. Regulation and efficiency at rated load and voltage.
8. Insulation Resistance Tests:
a. High-voltage to ground.
b. Low-voltage to ground.
c. High-voltage to low-voltage.
9. Temperature tests.
B. Factory Sound-Level Tests: Conduct sound-level tests on equipment for this Project.
PART 3 - EXECUTION
3.1

EXAMINATION
A. Examine conditions for compliance with enclosure- and ambient-temperature
requirements for each transformer.
B. Verify that field measurements are as needed to maintain working clearances required
by NFPA 70 and manufacturer's written instructions.
C. Examine concrete bases for suitable mounting conditions where transformers will be
installed.
D. Verify that ground connections are in place and requirements in Special
Provision 260526 "Grounding and Bonding for Electrical Systems" have been met.
Maximum ground resistance shall be 5 ohms at location of transformer.
E. Environment: Enclosures shall be rated for the environment in which they are located.
Covers for NEMA 250, Type 4X enclosures shall not cause accessibility problems.
F. Proceed with installation only after unsatisfactory conditions have been corrected.

LOW-VOLTAGE TRANSFORMERS
951

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

3.2

Contract No. BB-2829-000-006


5 of 7

INSTALLATION
A. Install transformers level and plumb on a concrete base with vibration-dampening
supports. Locate transformers away from corners and not parallel to adjacent wall
surface.
B. Construct concrete bases according to Special Provision 033000 "Cast-in-Place
Concrete."
1. Coordinate size and location of concrete bases with actual transformer provided.
Cast anchor-bolt inserts into bases. Concrete, reinforcement, and formwork
requirements are specified with concrete.
C. Secure transformer to concrete base according to manufacturer's written instructions.
D. Secure covers to enclosure and tighten all bolts to manufacturer-recommended
torques to reduce noise generation.
E. Remove shipping bolts, blocking, and wedges.

3.3

CONNECTIONS
A. Ground equipment according to Special Provision 260526 "Grounding and Bonding
for Electrical Systems."
B. Connect wiring according to Special Provision 260519 "Low-Voltage Electrical
Power Conductors and Cables."
C. Tighten electrical connectors and terminals according to manufacturer's published
torque-tightening values. If manufacturer's torque values are not indicated, use those
specified in UL 486A-486B.

3.4

FIELD QUALITY CONTROL


A. Testing Agency: Engage a qualified testing agency to perform tests and inspections.
B. Tests and Inspections:
1. Perform each visual and mechanical inspection and electrical test stated in
NETA ATS for dry-type, air-cooled, low-voltage transformers. Certify
compliance with test parameters.

LOW-VOLTAGE TRANSFORMERS
952

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


6 of 7

C. Remove and replace units that do not pass tests or inspections and retest as specified
above.
D. Infrared Scanning: Two months after Substantial Completion, perform an infrared
scan of transformer connections.
1. Use an infrared-scanning device designed to measure temperature or detect
significant deviations from normal values. Provide documentation of device
calibration.
2. Perform two follow-up infrared scans of transformers, one at four months and
the other at 11 months after Substantial Completion.
3. Prepare a certified report identifying transformer checked and describing results
of scanning. Include notation of deficiencies detected, remedial action taken, and
scanning observations after remedial action.
E. Test Labeling: On completion of satisfactory testing of each unit, attach a dated and
signed "Satisfactory Test" label to tested component.
3.5

ADJUSTING
A. Record transformer secondary voltage at each unit for at least 48 hours of typical
occupancy period. Adjust transformer taps to provide optimum voltage conditions at
secondary terminals. Optimum is defined as not exceeding nameplate voltage plus 5
percent and not being lower than nameplate voltage minus 3 percent at maximum
load conditions. Submit recording and tap settings as test results.
B. Output Settings Report: Prepare a written report recording output voltages and tap
settings.

3.6

CLEANING
A. Vacuum dirt and debris; do not use compressed air to assist in cleaning.

PART 4 - MEASUREMENTS AND PAYMENT


4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

LOW-VOLTAGE TRANSFORMERS
953

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

4.2

Contract No. BB-2829-000-006


7 of 7

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective
item as described herein and shown below. This price shall be full compensation for
all work contained in the bid item as described herein and required by the related
Special Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to
complete the Work in every respect, including furnishing all materials, installation,
testing, placement into operation, training of Owner personnel, and project closeout.

b.

Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional


requirements.
END OF SPECIAL PROVISION 262200

LOW-VOLTAGE TRANSFORMERS
954

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 14
CATEGORY 800
BUILDINGS
SECTION 262416 - PANELBOARDS

PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions,
Special Provisions, General Provisions, and Terms and Conditions, apply to this
Section.

1.2

SUMMARY
A. Special Provision Includes:
1. Distribution panelboards.
2. Lighting and appliance branch-circuit panelboards.

1.3

DEFINITIONS
A. ATS: Acceptance testing specification.
B. GFCI: Ground-fault circuit interrupter.
C. GFEP: Ground-fault equipment protection.
D. HID: High-intensity discharge.
E. MCCB: Molded-case circuit breaker.
F. SPD: Surge protective device.
G. VPR: Voltage protection rating.

1.4

ACTION SUBMITTALS
A. Product Data: For each type of panelboard.
1. Include materials, switching and overcurrent protective devices, SPDs,
accessories, and components indicated.
2. Include dimensions and manufacturers' technical data on features, performance,
electrical characteristics, ratings, and finishes.

PANELBOARDS
955

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


2 of 14

B. Shop Drawings: For each panelboard and related equipment.


1. Include dimensioned plans, elevations, sections, and details.
2. Show tabulations of installed devices with nameplates, conductor termination
sizes, equipment features, and ratings.
3. Detail enclosure types including mounting and anchorage, environmental
protection, knockouts, corner treatments, covers and doors, gaskets, hinges, and
locks.
4. Detail bus configuration, current, and voltage ratings.
5. Short-circuit current rating of panelboards and overcurrent protective devices.
6. Include evidence of NRTL listing for series rating of installed devices.
7. Include evidence of NRTL listing for SPD as installed in panelboard.
8. Detail features, characteristics, ratings, and factory settings of individual
overcurrent protective devices and auxiliary components.
9. Include wiring diagrams for power, signal, and control wiring.
10. Key interlock scheme drawing and sequence of operations.
11. Include time-current coordination curves for each type and rating of overcurrent
protective device included in panelboards. Submit on translucent log-log graft
paper; include selectable ranges for each type of overcurrent protective device.
Include an Internet link for electronic access to downloadable PDF of the
coordination curves.
1.5

INFORMATIONAL SUBMITTALS
A. Qualification Data: For testing agency.
B. Panelboard Schedules: For installation in panelboards. Submit final versions after
load balancing.

PANELBOARDS
956

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

1.6

Contract No. BB-2829-000-006


3 of 14

CLOSEOUT SUBMITTALS
A. Operation and Maintenance Data: For panelboards and components to include in
emergency, operation, and maintenance manuals. In addition to items specified in
Special Provision 017823 "Operation and Maintenance Data," include the following:
1. Manufacturer's written instructions for testing and adjusting overcurrent
protective devices.
2. Time-current curves, including selectable ranges for each type of overcurrent
protective device that allows adjustments.

1.7

MAINTENANCE MATERIAL SUBMITTALS


A. Furnish extra materials that match products installed and that are packaged with
protective covering for storage and identified with labels describing contents.
1. Keys: Two spares for each type of panelboard cabinet lock.
2. Circuit Breakers Including GFCI and GFEP Types:
panelboard.

Two spares for each

3. Fuses for Fused Switches: Equal to 10 percent of quantity installed for each size
and type, but no fewer than three of each size and type.
4. Fuses for Fused Power-Circuit Devices: Equal to 10 percent of quantity installed
for each size and type, but no fewer than three of each size and type.
1.8

QUALITY ASSURANCE
A. Manufacturer Qualifications: ISO 9001 or 9002 certified.

1.9

DELIVERY, STORAGE, AND HANDLING


A. Remove loose packing and flammable materials from inside panelboards; install
temporary electric heating (250 W per panelboard) to prevent condensation.
B. Handle and prepare panelboards for installation according to NEMA PB 1.

PANELBOARDS
957

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


4 of 14

1.10 FIELD CONDITIONS


A. Environmental Limitations:
1. Do not deliver or install panelboards until spaces are enclosed and weathertight,
wet work in spaces is complete and dry, work above panelboards is complete, and
temporary HVAC system is operating and maintaining ambient temperature and
humidity conditions at occupancy levels during the remainder of the construction
period.
2. Rate equipment for continuous operation under the following conditions unless
otherwise indicated:
a. Ambient Temperature: Not exceeding 23 deg. F to plus 104 deg. F.
b. Altitude: Not exceeding 6600 feet.
B. Service Conditions: NEMA PB 1, usual service conditions, as follows:
1. Ambient temperatures within limits specified.
2. Altitude not exceeding 6600 feet.
C. Interruption of Existing Electric Service: Do not interrupt electric service to facilities
occupied by Owner or others unless permitted under the following conditions and
then only after arranging to provide temporary electric service according to
requirements indicated:
1. Notify the Administration no fewer than seven days in advance of proposed
interruption of electric service.
2. Do not proceed with interruption of electric service without the Administrations
written permission.
3. Comply with NFPA 70E.
1.11 WARRANTY
A. Manufacturer's Warranty: Manufacturer agrees to repair or replace panelboards that
fail in materials or workmanship within specified warranty period.
1. Panelboard Warranty Period: 24 months from date of Substantial Completion.
PANELBOARDS
958

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


5 of 14

B. Special Warranty: Manufacturer's standard form in which manufacturer agrees to


repair or replace SPD that fails in materials or workmanship within specified
warranty period.
1. SPD Warranty Period: Five years from date of Substantial Completion.
PART 2 - PRODUCTS
2.1

PANELBOARDS COMMON REQUIREMENTS


A. Product Selection for Restricted Space: Drawings indicate maximum dimensions for
panelboards including clearances between panelboards and adjacent surfaces and
other items. Comply with indicated maximum dimensions.
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 NEMA PB 1.
D. Comply with NFPA 70.
E. Enclosures: Surface-mounted, dead-front cabinets.
1. Rated for environmental conditions at installed location.
a. Outdoor Locations: NEMA 250, Type 3R.
2. Height: 84 inches maximum.
3. Front: Secured to box with concealed trim clamps. For surface-mounted fronts,
match box dimensions; for flush-mounted fronts, overlap box. Trims shall cover
all live parts and shall have no exposed hardware.
4. Hinged Front Cover: Entire front trim hinged to box and with standard door
within hinged trim cover. Trims shall cover all live parts and shall have no
exposed hardware.
5. Skirt for Surface-Mounted Panelboards: Same gage and finish as panelboard front
with flanges for attachment to panelboard, wall, and ceiling or floor.
6. Gutter Extension and Barrier: Same gage and finish as panelboard enclosure;
integral with enclosure body. Arrange to isolate individual panel sections.

PANELBOARDS
959

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


6 of 14

7. Finishes:
a. Panels and Trim: Steel and galvanized steel, factory finished immediately
after cleaning and pretreating with manufacturer's standard two-coat, bakedon finish consisting of prime coat and thermosetting topcoat.
b. Back Boxes: Same finish as panels and trim.
c. Fungus Proofing: Permanent fungicidal treatment for overcurrent protective
devices and other components.
F. Phase, Neutral, and Ground Buses:
1. Material: Hard-drawn copper, 98 percent conductivity.
a. Plating shall run entire length of bus.
b. Bus shall be fully rated the entire length.
2. Interiors shall be factory assembled into a unit. Replacing switching and
protective devices shall not disturb adjacent units or require removing the main
bus connectors.
3. Equipment Ground Bus: Adequate for feeder and branch-circuit equipment
grounding conductors; bonded to box.
4. Full-Sized Neutral: Equipped with full-capacity bonding strap for service entrance
applications. Mount electrically isolated from enclosure. Do not mount neutral
bus in gutter.
G. Conductor Connectors: Suitable for use with conductor material and sizes.
1. Material: Hard-drawn copper, 98 percent conductivity.
2. Terminations shall allow use of 75 deg. C rated conductors without derating.
3. Size: Lugs suitable for indicated conductor sizes, with additional gutter space, if
required, for larger conductors.
4. Main and Neutral Lugs: Mechanical type, with a lug on the neutral bar for each
pole in the panelboard.
5. Ground Lugs and Bus-Configured Terminators: Mechanical type, with a lug on
the bar for each pole in the panelboard.
PANELBOARDS
960

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


7 of 14

6. Feed-Through Lugs: Mechanical type, suitable for use with conductor material.
Locate at opposite end of bus from incoming lugs or main device.
7. Subfeed (Double) Lugs: Mechanical type suitable for use with conductor
material. Locate at same end of bus as incoming lugs or main device.
H. NRTL Label: Panelboards shall be labeled by an NRTL acceptable to authority
having jurisdiction for use as service equipment with one or more main service
disconnecting and overcurrent protective devices. Panelboards or load centers shall
have meter enclosures, wiring, connections, and other provisions for utility metering.
Coordinate with utility company for exact requirements.
I. Future Devices: Panelboards or load centers shall have mounting brackets, bus
connections, filler plates, and necessary appurtenances required for future installation
of devices.
J. Panelboard Short-Circuit Current Rating: Rated for series-connected system with
integral or remote upstream overcurrent protective devices and labeled by an NRTL.
Include label or manual with size and type of allowable upstream and branch devices
listed and labeled by an NRTL for series-connected short-circuit rating.
1. Panelboards rated 240 V or less shall have short-circuit ratings as shown on
Drawings, but not less than 10,000 A rms symmetrical.
2. Panelboards rated above 240 V and less than 600 V shall have short-circuit
ratings as shown on Drawings, but not less than 14,000 A rms symmetrical.
2.2

PERFORMANCE REQUIREMENTS
A. Surge Suppression: Factory installed as an integral part of indicated panelboards,
complying with UL 1449 SPD.

2.3

POWER PANELBOARDS
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. Square D; by Schneider Electric.
2. Eaton.
3. General Electric Company; GE Energy Management - Electrical Distribution.

PANELBOARDS
961

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


8 of 14

4. Siemens Energy.
B. Panelboards: NEMA PB 1, distribution type.
C. Mains: Circuit breaker Fused switch Lugs only.
D. Branch Overcurrent Protective Devices for Circuit-Breaker Frame Sizes 125 A and
Smaller: Bolt-on circuit breakers.
E. Branch Overcurrent Protective Devices for Circuit-Breaker Frame Sizes Larger Than
125 A: Bolt-on circuit breakers.
F. Branch Overcurrent Protective Devices: Fused switches.
2.4

LIGHTING AND APPLIANCE BRANCH-CIRCUIT PANELBOARDS


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. Square D; by Schneider Electric.
2. Eaton.
3. General Electric Company; GE Energy Management - Electrical Distribution.
4. Siemens Energy.
B. Panelboards: NEMA PB 1, lighting and appliance branch-circuit type.
C. Mains: Circuit breaker or lugs only.
D. Branch Overcurrent Protective Devices: Bolt-on circuit breakers, replaceable without
disturbing adjacent units.
E. Doors: Concealed hinges; secured with flush latch with tumbler lock; keyed alike.
F. Doors: Door-in-door construction with concealed hinges; secured with multipoint
latch with tumbler lock; keyed alike. Outer door shall permit full access to the panel
interior. Inner door shall permit access to breaker operating handles and labeling, but
current carrying terminals and bus shall remain concealed.

PANELBOARDS
962

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

2.5

Contract No. BB-2829-000-006


9 of 14

DISCONNECTING AND OVERCURRENT PROTECTIVE DEVICES


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. Square D; by Schneider Electric.
2. Eaton.
3. General Electric Company; GE Energy Management - Electrical Distribution.
4. Siemens Energy.
B. MCCB: Comply with UL 489, with interrupting capacity to meet available fault
currents.
1. Thermal-Magnetic Circuit Breakers:
a. Inverse time-current element for low-level overloads.
b. Instantaneous magnetic trip element for short circuits.
c. Adjustable magnetic trip setting for circuit-breaker frame sizes 250 A and
larger.
2. Adjustable Instantaneous-Trip Circuit Breakers: Magnetic trip element with frontmounted, field-adjustable trip setting.

2.6

IDENTIFICATION
A. Panelboard Label: Manufacturer's name and trademark, voltage, amperage, number of
phases, and number of poles shall be located on the interior of the panelboard door.
B. Breaker Labels: Faceplate shall list current rating, UL and IEC certification standards,
and AIC rating.
C. Circuit Directory: Directory card inside panelboard door, mounted in transparent card
holder.
1. Circuit directory shall identify specific purpose with detail sufficient to
distinguish it from all other circuits.

PANELBOARDS
963

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

2.7

Contract No. BB-2829-000-006


10 of 14

ACCESSORY COMPONENTS AND FEATURES


A. Accessory Set: Include tools and miscellaneous items required for overcurrent
protective device test, inspection, maintenance, and operation.

PART 3 - EXECUTION
3.1

EXAMINATION
A. Verify actual conditions with field measurements prior to ordering panelboards to
verify that equipment fits in allocated space in, and comply with, minimum required
clearances specified in NFPA 70.
B. Receive, inspect, handle, and store panelboards according to NEMA PB 1.1.
C. Examine panelboards before installation. Reject panelboards that are damaged,
rusted, or have been subjected to water saturation.
D. Examine elements and surfaces to receive panelboards for compliance with
installation tolerances and other conditions affecting performance of the Work.
E. Proceed with installation only after unsatisfactory conditions have been corrected.

3.2

INSTALLATION
A. Coordinate layout and installation of panelboards and components with other
construction that penetrates walls or is supported by them, including electrical and
other types of equipment, raceways, piping, encumbrances to workspace clearance
requirements, and adjacent surfaces. Maintain required workspace clearances and
required clearances for equipment access doors and panels.
B. Comply with NECA 1.
C. Install panelboards and accessories according to NEMA PB 1.1.
D. Equipment Mounting:
1. Install panelboards on cast-in-place steel channel support.
2. Attach panelboard to the vertical finished or structural surface behind the
panelboard.

PANELBOARDS
964

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


11 of 14

E. Temporary Lifting Provisions: Remove temporary lifting eyes, channels, and brackets
and temporary blocking of moving parts from panelboards.
F. Mount top of trim 90 inches above finished grade unless otherwise indicated.
G. Mount panelboard cabinet plumb and rigid without distortion of box.
H. Mount surface-mounted panelboards to steel slotted supports 5/8 inch in depth. Orient
steel slotted supports vertically.
I. Install overcurrent protective devices and controllers not already factory installed.
1. Set field-adjustable, circuit-breaker trip ranges.
2. Tighten bolted connections and circuit breaker connections using calibrated
torque wrench or torque screwdriver per manufacturer's written instructions.
J. Make grounding connections and bond neutral for services and separately derived
systems to ground. Make connections to grounding electrodes, separate grounds for
isolated ground bars, and connections to separate ground bars.
K. Install filler plates in unused spaces.
L. Arrange conductors in gutters into groups and bundle and wrap with wire ties after
completing load balancing.
M. Mount spare fuse cabinet in accessible location.
3.3

IDENTIFICATION
A. Identify field-installed conductors, interconnecting wiring, and components; install
warning signs complying with requirements in Special Provision 260553
"Identification for Electrical Systems."
B. Create a directory to indicate installed circuit loads after balancing panelboard loads;
incorporate Owner's final room designations. Obtain approval before installing.
Handwritten directories are not acceptable. Install directory inside panelboard door.
C. Panelboard Nameplates: Label each panelboard with a nameplate complying with
requirements for identification specified in Special Provision 260553 "Identification
for Electrical Systems."

PANELBOARDS
965

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


12 of 14

D. Device Nameplates: Label each branch circuit device in power panelboards with a
nameplate complying with requirements for identification specified in Special
Provision 260553 "Identification for Electrical Systems."
E. Install warning signs complying with requirements in Special Provision 260553
"Identification for Electrical Systems" identifying source of remote circuit.
3.4

FIELD QUALITY CONTROL


A. Manufacturer's Field Service: Engage a factory-authorized service representative to
inspect, test, and adjust components, assemblies, and equipment installations,
including connections.
B. 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.
C. Acceptance Testing Preparation:
1. Test insulation resistance for each panelboard bus, component, connecting supply,
feeder, and control circuit.
2. Test continuity of each circuit.
D. Tests and Inspections:
1. Perform each visual and mechanical inspection and electrical test for low-voltage
air circuit breakers.
2. Correct malfunctioning units on-site, where possible, and retest to demonstrate
compliance; otherwise, replace with new units and retest.
3. Perform the following infrared scan tests and inspections and prepare reports:
a. Initial Infrared Scanning: After Substantial Completion, but not more than 60
days after Final Acceptance, perform an infrared scan of each panelboard.
Remove front panels so joints and connections are accessible to portable
scanner.
b. Follow-up Infrared Scanning: Perform an additional follow-up infrared scan
of each panelboard 11 months after date of Substantial Completion.

PANELBOARDS
966

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


13 of 14

c. Instruments and Equipment:


1)

Use an infrared scanning device designed to measure temperature or


to detect significant deviations from normal values. Provide
calibration record for device.

E. Panelboards will be considered defective if they do not pass tests and inspections.
F. Prepare test and inspection reports, including a certified report that identifies
panelboards included and that describes scanning results, with comparisons of the two
scans. Include notation of deficiencies detected, remedial action taken, and
observations after remedial action.
3.5

ADJUSTING
A. Adjust moving parts and operable components to function smoothly, and lubricate as
recommended by manufacturer.
B. Set field-adjustable circuit-breaker trip ranges.
C. Load Balancing: After Substantial Completion, but not more than 60 days after Final
Acceptance, measure load balancing and make circuit changes. Prior to making
circuit changes to achieve load balancing, inform Architect of effect on phase color
coding.
1. Measure loads during period of normal facility operations.
2. Perform circuit changes to achieve load balancing outside normal facility
operation schedule or at times directed by the Architect. Avoid disrupting services
such as fax machines and on-line data processing, computing, transmitting, and
receiving equipment.
3. After changing circuits to achieve load balancing, recheck loads during normal
facility operations. Record load readings before and after changing circuits to
achieve load balancing.
4. Tolerance: Maximum difference between phase loads, within a panelboard, shall
not exceed 20 percent.

3.6

PROTECTION
A. Temporary Heating: Prior to energizing panelboards, apply temporary heat to
maintain temperature according to manufacturer's written instructions.

PANELBOARDS
967

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


14 of 14

PART 4 - MEASUREMENTS AND PAYMENT


4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective
item as described herein and shown below. This price shall be full compensation for
all work contained in the bid item as described herein and required by the related
Special Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to
complete the Work in every respect, including furnishing all materials, installation,
testing, placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional
requirements.
END OF SPECIAL PROVISION 262416

PANELBOARDS
968

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 7
CATEGORY 800
BUILDINGS
SECTION 262726 - WIRING DEVICES

PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions,
Special Provisions, General Provisions, and Terms and Conditions, apply to this
Section.

1.2

SUMMARY
A. This Special Provision Section includes the following:
1. Receptacles, receptacles with integral GFCI, and associated device plates.

1.3

DEFINITIONS
A. EMI: Electromagnetic interference.
B. GFCI: Ground-fault circuit interrupter.
C. Pigtail: Short lead used to connect a device to a branch-circuit conductor.
D. RFI: Radio-frequency interference.
E. UTP: Unshielded twisted pair.

1.4

SUBMITTALS
A. Product Data: For each type of product indicated.
B. Operation and Maintenance Data: For wiring devices to include in all manufacturers'
packing label warnings and instruction manuals that include labeling conditions.

WIRING DEVICES
969

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

1.5

Contract No. BB-2829-000-006


2 of 7

QUALITY ASSURANCE
A. Source Limitations: Obtain each type of wiring device and associated wall plate
through one source from a single manufacturer. Insofar as they are available, obtain
all wiring devices and associated wall plates from a single manufacturer and one
source.
B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in
NFPA 70, Article 100, by a testing agency acceptable to authorities having
jurisdiction, and marked for intended use.
C. Comply with NFPA 70.

PART 2 - PRODUCTS
2.1

MANUFACTURERS
A. Manufacturers' Names: Shortened versions (shown in parentheses) of the following
manufacturers' names are used in other Part 2 articles:
1. Cooper Wiring Devices; a division of Cooper Industries, Inc. (Cooper).
2. Hubbell Incorporated; Wiring Device-Kellems (Hubbell).
3. Leviton Mfg. Company Inc. (Leviton).
4. Pass & Seymour/Legrand; Wiring Devices & Accessories (Pass & Seymour).

2.2

STRAIGHT BLADE RECEPTACLES


A. Convenience Receptacles, 125 V, 20 A: Comply with NEMA WD 1, NEMA WD 6
configuration 5-20R, and UL 498.
1. Available Products: Subject to compliance with requirements, products that may
be incorporated into the Work include, but are not limited to, the following:
a. Cooper; 5351 (single), 5352 (duplex).
b. Hubbell; HBL5351 (single), CR5352 (duplex).
c. Leviton; 5891 (single), 5352 (duplex).
d. Pass & Seymour; 5381 (single), 5352 (duplex).

WIRING DEVICES
970

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

2.3

Contract No. BB-2829-000-006


3 of 7

GFCI RECEPTACLES
A. General Description: Straight blade, feed-through type. Comply with NEMA WD 1,
NEMA WD 6, UL 498, and UL 943, Class A, and include indicator light that is
lighted when device is tripped.
B. Duplex GFCI Convenience Receptacles, 125 V, 20 A:
1. Available Products: Subject to compliance with requirements, products that may
be incorporated into the Work include, but are not limited to, the following:
a. Cooper; GF20.
b. Pass & Seymour; 2084.

2.4

WALL PLATES
A. Single and combination types to match corresponding wiring devices.
1. Plate-Securing Screws: Metal with head color to match plate finish.
2. Material for Finished Spaces: 0.035-inch thick, satin-finished stainless steel.
3. Material for Unfinished Spaces: Galvanized steel.
4. Material for Damp Locations: Cast aluminum with spring-loaded clear lift
cover, and listed and labeled for use in "wet locations."
B. Wet-Location, Weatherproof Cover Plates: NEMA 250, complying with type 3R
weather-resistant, die-cast aluminum with lockable cover.

2.5

FINISHES
A. Color: Wiring device catalog numbers in Section Text do not designate device color.
1. Wiring Devices Connected to Normal Power System: Brown unless otherwise
indicated or required by NFPA 70 or device listing.

WIRING DEVICES
971

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


4 of 7

PART 3 - EXECUTION
3.1

INSTALLATION
A. Comply with NECA 1, including the mounting heights listed in that standard, unless
otherwise noted.
B. Coordination with Other Trades:
1. Take steps to insure that devices and their boxes are protected. Do not place wall
finish materials over device boxes and do not cut holes for boxes with routers
that are guided by riding against outside of the boxes.
2. Keep outlet boxes free of plaster, drywall joint compound, mortar, cement,
concrete, dust, paint, and other material that may contaminate the raceway
system, conductors, and cables.
3. Install device boxes in brick or block walls so that the cover plate does not cross
a joint unless the joint is troweled flush with the face of the wall.
4. Install wiring devices after all wall preparation, including painting, is complete.
C. Conductors:
1. Do not strip insulation from conductors until just before they are spliced or
terminated on devices.
2. Strip insulation evenly around the conductor using tools designed for the
purpose. Avoid scoring or nicking of solid wire or cutting strands from stranded
wire.
3. The length of free conductors at outlets for devices shall meet provisions of
NFPA 70, Article 300, without pigtails.
D. Device Installation:
1. Replace all devices that have been in temporary use during construction or that
show signs that they were installed before building finishing operations were
complete.

WIRING DEVICES
972

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


5 of 7

2. Keep each wiring device in its package or otherwise protected until it is time to
connect conductors.
3. Do not remove surface protection, such as plastic film and smudge covers, until
the last possible moment.
4. Connect devices to branch circuits using pigtails that are not less than 6 inches in
length.
5. When there is a choice, use side wiring with binding-head screw terminals.
Wrap solid conductor tightly clockwise, 2/3 to 3/4 of the way around terminal
screw.
6. Use a torque screwdriver when a torque is recommended or required by the
manufacturer.
7. When conductors larger than No. 12 AWG are installed on 15- or 20-A circuits,
splice No. 12 AWG pigtails for device connections.
8. Tighten unused terminal screws on the device.
9. When mounting into metal boxes, remove the fiber or plastic washers used to
hold device mounting screws in yokes, allowing metal-to-metal contact.
E. Receptacle Orientation:
1. Install ground pin of vertically mounted receptacles down, and on horizontally
mounted receptacles to the right.
F. Device Plates: Do not use oversized or extra-deep plates. Repair wall finishes and
remount outlet boxes when standard device plates do not fit flush or do not cover
rough wall opening.
3.2

FIELD QUALITY CONTROL


A. Perform tests and inspections and prepare test reports.
1. Test Instruments: Use instruments that comply with UL 1436.
2. Test Instrument for Convenience Receptacles: Digital wiring analyzer with
digital readout or illuminated LED indicators of measurement.

WIRING DEVICES
973

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


6 of 7

B. Tests for Convenience Receptacles:


1. Line Voltage: Acceptable range is 105 to 132 V.
2. Percent Voltage Drop under 15-A Load: A value of 6 percent or higher is not
acceptable.
3. Ground Impedance: Values of up to 2 ohms are acceptable.
4. GFCI Trip: Test for tripping values specified in UL 1436 and UL 943.
5. Using the test plug, verify that the device and its outlet box are securely
mounted.
6. The tests shall be diagnostic, indicating damaged conductors, high resistance at
the circuit breaker, poor connections, inadequate fault current path, defective
devices, or similar problems. Correct circuit conditions, remove malfunctioning
units and replace with new ones, and retest as specified above.
PART 4 - MEASUREMENTS AND PAYMENT
4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective
item as described herein and shown below. This price shall be full compensation for
all work contained in the bid item as described herein and required by the related
Special Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to
complete the Work in every respect, including furnishing all materials, installation,
testing, placement into operation, training of Owner personnel, and project closeout.

WIRING DEVICES
974

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


7 of 7

D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional


requirements.
END OF SPECIAL PROVISION 262726

WIRING DEVICES
975

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 7

CATEGORY 800
BUILDINGS
SECTION 262816 - ENCLOSED SWITCHES
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions,
Special Provisions, General Provisions, and Terms and Conditions, apply to this
Section.

1.2

SUMMARY
A. Special Provision Section includes:
1. Fusible switches.
2. Nonfusible switches.
3. Enclosures.

1.3

DEFINITIONS
A. NC: Normally closed.
B. NO: Normally open.
C. SPDT: Single pole, double throw.

1.4

SUBMITTALS
A. Product Data: For each type of enclosed switch, circuit breaker, accessory, and
component indicated. Include dimensioned elevations, sections, weights, and
manufacturers' technical data on features, performance, electrical characteristics,
ratings, accessories, and finishes.
1. Enclosure types and details for types other than NEMA 250, Type 1.
2. Current and voltage ratings.

ENCLOSED SWITCHES
976

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


2 of 7

3. Short-circuit current ratings (interrupting and withstand, as appropriate).


4. Include evidence of NRTL listing for series rating of installed devices.
5. Detail features, characteristics, ratings, and factory settings of individual
overcurrent protective devices, accessories, and auxiliary components.
B. Shop Drawings: For enclosed switches and circuit breakers.
elevations, sections, details, and attachments to other work.

Include plans,

1. Wiring Diagrams: For power, signal, and control wiring.


C. Qualification Data: For qualified testing agency.
D. Field quality-control reports.
1. Test procedures used.
2. Test results that comply with requirements.
3. Results of failed tests and corrective action taken to achieve test results that
comply with requirements.
E. Manufacturer's field service report.
F. Operation and Maintenance Data: For enclosed switches and circuit breakers to
include in emergency, operation, and maintenance manuals. In addition to items
specified in Special Provision 017823 "Operation and Maintenance Data," include the
following:
1. Manufacturer's written instructions for testing and adjusting enclosed switches
and circuit breakers.
1.5

QUALITY ASSURANCE
A. Testing Agency Qualifications: Member company of NETA or an NRTL.
1. Testing Agency's Field Supervisor: Currently certified by NETA to supervise
on-site testing.
B. Source Limitations: Obtain enclosed switches and circuit breakers, overcurrent
protective devices, components, and accessories, within same product category, from
single source from single manufacturer.

ENCLOSED SWITCHES
977

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


3 of 7

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. Comply with NFPA 70.
1.6

COORDINATION
A. Coordinate layout and installation of switches, circuit breakers, and components with
equipment served and adjacent surfaces. Maintain required workspace clearances and
required clearances for equipment access doors and panels.

PART 2 - PRODUCTS
2.1

FUSIBLE SWITCHES
A. Manufacturers: Subject to compliance with requirements, provide products by one of
the following:
1. Eaton Electrical Inc.; Cutler-Hammer Business Unit.
2. General Electric Company; GE Consumer & Industrial - Electrical Distribution.
3. Square D; a brand of Schneider Electric.
B. Type HD, Heavy Duty, Single Throw, 240-V or 600-V ac, 1200 A and Smaller:
UL 98 and NEMA KS 1, horsepower rated, with clips or bolt pads to accommodate
indicated 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.

ENCLOSED SWITCHES
978

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


4 of 7

4. Lugs: Mechanical type, suitable for number, size, and conductor material.
2.2

NONFUSIBLE SWITCHES
A. Manufacturers: Subject to compliance with requirements, provide products by one of
the following:
1. Eaton Electrical Inc.; Cutler-Hammer Business Unit.
2. General Electric Company; GE Consumer & Industrial - Electrical Distribution.
3. Square D; a brand of Schneider Electric.
B. Type HD, Heavy Duty, Single Throw, 240-V or 600-V ac, 1200 A and Smaller:
UL 98 and NEMA KS 1, horsepower rated, 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. Lugs: Mechanical type, suitable for number, size, and conductor material.

2.3

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. Indoor, Dry and Clean Locations: NEMA 250, Type 1.
2. Outdoor Locations: NEMA 250, Type 4X stainless steel.
3. Other Wet or Damp, Indoor Locations: NEMA 250, Type 4.
4. Indoor Locations Subject to Dust, Falling Dirt, and Dripping Noncorrosive
Liquids: NEMA 250, Type 12.

ENCLOSED SWITCHES
979

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


5 of 7

PART 3 - EXECUTION
3.1

EXAMINATION
A. Examine elements and surfaces to receive enclosed switches for compliance with
installation tolerances and other conditions affecting performance of the Work.
B. Proceed with installation only after unsatisfactory conditions have been corrected.

3.2

INSTALLATION
A. Install individual wall-mounted switches with tops at uniform height unless otherwise
indicated.
B. Install fuses in fusible devices.
C. Comply with NECA 1.

3.3

IDENTIFICATION
A. Comply with requirements in Special Provision 260553 "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.

3.4

FIELD QUALITY CONTROL


A. Testing Agency: Engage a qualified testing agency to perform tests and inspections.
B. Manufacturer's Field Service: Engage a factory-authorized service representative to
inspect, test, and adjust components, assemblies, and equipment installations,
including connections.

ENCLOSED SWITCHES
980

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


6 of 7

C. Perform tests and inspections.


1. Manufacturer's Field Service: Engage a factory-authorized service representative
to inspect components, assemblies, and equipment installations, including
connections, and to assist in testing.
D. Acceptance Testing Preparation:
1. Test insulation resistance for each enclosed switch, component, connecting
supply, feeder, and control circuit.
2. Test continuity of each circuit.
E. Tests and Inspections:
1. Perform each visual and mechanical inspection and electrical test stated in
NETA Acceptance Testing Specification.
Certify compliance with test
parameters.
2. Correct malfunctioning units on-site, where possible, and retest to demonstrate
compliance; otherwise, replace with new units and retest.
3. Test and adjust controls, remote monitoring, and safeties. Replace damaged and
malfunctioning controls and equipment.
F. Enclosed switches will be considered defective if they do not pass tests and
inspections.
3.5

ADJUSTING
A. Adjust moving parts and operable components to function smoothly, and lubricate as
recommended by manufacturer.

PART 4 - MEASUREMENTS AND PAYMENT


4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

ENCLOSED SWITCHES
981

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS
4.2

Contract No. BB-2829-000-006


7 of 7

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective
item as described herein and shown below. This price shall be full compensation for
all work contained in the bid item as described herein and required by the related
Special Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to
complete the Work in every respect, including furnishing all materials, installation,
testing, placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional
requirements.
END OF SPECIAL PROVISION 262816

ENCLOSED SWITCHES
982

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 10

CATEGORY 800
BUILDINGS
SECTION 262913 - ENCLOSED CONTROLLERS
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions, Special
Provisions, General Provisions, and Terms and Conditions, apply to this Section.

1.2

SUMMARY
A. Special Provision Section includes the following enclosed controllers rated 600 V and
less:
1. Full-voltage manual.
2. Full-voltage magnetic.

1.3

DEFINITIONS
A. MCP: Motor circuit protector.
B. N.C.: Normally closed.
C. N.O.: Normally open.
D. OCPD: Overcurrent protective device.

1.4

SUBMITTALS
A. Product Data: For each type of enclosed controller. Include manufacturer's technical
data on features, performance, electrical characteristics, ratings, and enclosure types and
finishes.
B. Shop Drawings: For each enclosed controller. Include dimensioned plans, elevations,
sections, details, and required clearances and service spaces around controller
enclosures.
1. Show tabulations of the following:
a. Each installed unit's type and details.
b. Factory-installed devices.

ENCLOSED CONTROLLERS
983

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


2 of 10

c. Nameplate legends.
d. Short-circuit current rating of integrated unit.
e. Listed and labeled for integrated short-circuit current (withstand) rating of
OCPDs in combination controllers by an NRTL acceptable to authorities having
jurisdiction.
f. Features, characteristics, ratings, and factory settings of individual OCPDs in
combination controllers.
2. Wiring Diagrams: For power, signal, and control wiring.
C. Qualification Data: For qualified testing agency.
D. Field quality-control reports.
E. Operation and Maintenance Data: For enclosed controllers to include in emergency,
operation, and maintenance manuals. In addition to items specified in Special Provision
017823 "Operation and Maintenance Data," include the following:
1. Routine maintenance requirements for enclosed controllers and installed
components.
2. Manufacturer's written instructions for setting field-adjustable overload relays.
F. Load-Current and Overload-Relay Heater List: Compile after motors have been
installed, and arrange to demonstrate that selection of heaters suits actual motor
nameplate full-load currents.
1.5

QUALITY ASSURANCE
A. Testing Agency Qualifications: Member Company of NETA or an NRTL.
1. Testing Agency's Field Supervisor: Currently certified by NETA to supervise onsite testing.
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.

ENCLOSED CONTROLLERS
984

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

1.6

Contract No. BB-2829-000-006


3 of 10

DELIVERY, STORAGE, AND HANDLING


A. Store enclosed controllers indoors in clean, dry space with uniform temperature to
prevent condensation. Protect enclosed controllers from exposure to dirt, fumes, water,
corrosive substances, and physical damage.
B. If stored in areas subject to weather, cover enclosed controllers to protect them from
weather, dirt, dust, corrosive substances, and physical damage.

1.7

PROJECT CONDITIONS
A. Environmental Limitations: Rate equipment for continuous operation under the
following conditions unless otherwise indicated:
1. Ambient Temperature:
deg. F.

Not less than minus 22 deg. F and not exceeding 104

2. Altitude: Not exceeding 6600 feet.


1.8

COORDINATION
A. Coordinate layout and installation of enclosed controllers with other construction
including conduit, piping, equipment, and adjacent surfaces. Maintain required
workspace clearances and required clearances for equipment access doors and panels.
B. Coordinate installation of roof curbs, equipment supports, and roof penetrations.

PART 2 - PRODUCTS
2.1

FULL-VOLTAGE CONTROLLERS
A. General Requirements for Full-Voltage Controllers:
general purpose, Class A.

Comply with NEMA ICS 2,

B. Motor-Starting Switches: "Quick-make, quick-break" toggle or push-button action;


marked to show whether unit is off or on.

ENCLOSED CONTROLLERS
985

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS
Contract No. BB-2829-000-006
1. 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:

ENCLOSED CONTROLLERS
986

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS
a.
b.
c.
d.
e.

Contract No. BB-2829-000-006


4 of 10

Eaton Electrical Inc.; Cutler-Hammer Business Unit.


General Electric Company; GE Consumer & Industrial - Electrical Distribution.
Rockwell Automation, Inc.; Allen-Bradley brand.
Siemens Energy & Automation, Inc.
Square D; a brand of Schneider Electric.

2. Configuration: Nonreversing.
3. Surface mounting.
C. Fractional Horsepower Manual Controllers: "Quick-make, quick-break" toggle or pushbutton action; marked to show whether unit is off, on, or tripped.
1. 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:
a. Eaton Electrical Inc.; Cutler-Hammer Business Unit.
b. General Electric Company; GE Consumer & Industrial - Electrical Distribution.
c. Rockwell Automation, Inc.; Allen-Bradley brand.
d. Siemens Energy & Automation, Inc.
e. Square D; a brand of Schneider Electric.
2. Configuration: Nonreversing.
3. Overload Relays: Inverse-time-current characteristics; NEMA ICS 2, Class 10
tripping characteristics; heaters matched to nameplate full-load current of actual
protected motor; external reset push button; bimetallic type.
4.

Surface mounting.

D. Integral Horsepower Manual Controllers: "Quick-make, quick-break" toggle or pushbutton action; marked to show whether unit is off, on, or tripped.
1. 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:
a. Eaton Electrical Inc.; Cutler-Hammer Business Unit.
b. General Electric Company; GE Consumer & Industrial - Electrical Distribution.
c. Rockwell Automation, Inc.; Allen-Bradley brand.
ENCLOSED CONTROLLERS
987

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


5 of 10

d. Siemens Energy & Automation, Inc.


e. Square D; a brand of Schneider Electric.
2. Configuration: Nonreversing.
3. Overload Relays: Inverse-time-current characteristics; NEMA ICS 2, Class 10
tripping characteristics; heaters and sensors in each phase, matched to nameplate
full-load current of actual protected motor and having appropriate adjustment for
duty cycle; external reset push button; bimetallic type.
4. Surface mounting.
E. Magnetic Controllers: Full voltage, across the line, electrically held.
1. 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:
a. Eaton Electrical Inc.; Cutler-Hammer Business Unit.
b. General Electric Company; GE Consumer & Industrial - Electrical Distribution.
c. Rockwell Automation, Inc.; Allen-Bradley brand.
d. Siemens Energy & Automation, Inc.
e. Square D; a brand of Schneider Electric.
2. Configuration: Nonreversing.
3. Contactor Coils: Pressure-encapsulated type.
F. Operating Voltage: Depending on contactor NEMA size and line-voltage rating,
manufacturer's standard matching control power or line voltage.
1. Power Contacts: Totally enclosed, double-break, silver-cadmium oxide; assembled
to allow inspection and replacement without disturbing line or load wiring.
2. Control Circuits: 120-V ac; obtained from, with of sufficient capacity to operate
integral devices and remotely located pilot, indicating, and control devices.
3. Bimetallic Overload Relays:
a. Inverse-time-current characteristic.
b. Class 10 tripping characteristic.
ENCLOSED CONTROLLERS
988

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


6 of 10

c. Heaters in each phase matched to nameplate full-load current of actual protected


motor and with appropriate adjustment for duty cycle.
d. Ambient compensated.
e. Automatic resetting.
4. External overload reset push button.
G. Combination Magnetic Controller:
Factory-assembled combination of magnetic
controller, OCPD, and disconnecting means.
1. 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:
a. Eaton Electrical Inc.; Cutler-Hammer Business Unit.
b. General Electric Company; GE Consumer & Industrial - Electrical Distribution.
c. Rockwell Automation, Inc.; Allen-Bradley brand.
d. Siemens Energy & Automation, Inc.
e. Square D; a brand of Schneider Electric.
2. Fusible Disconnecting Means:
a. NEMA KS 1, heavy-duty, horsepower-rated, fusible switch with clips or bolt
pads to accommodate Class R fuses.
b. Lockable Handle: Accepts three padlocks and interlocks with cover in closed
position.
c. Auxiliary Contacts: N.O./N.C., arranged to activate before switch blades open.
3. Nonfusible Disconnecting Means:
a. NEMA KS 1, heavy-duty, horsepower-rated, nonfusible switch.
b. Lockable Handle: Accepts three padlocks and interlocks with cover in closed
position.
c. Auxiliary Contacts: N.O./N.C., arranged to activate before switch blades open.
2.2

ENCLOSURES
A. Enclosed Controllers:
installed location.

NEMA ICS 6, to comply with environmental conditions at

1. Dry and Clean Indoor Locations: Type 1.


ENCLOSED CONTROLLERS
989

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


7 of 10

2. Outdoor Locations: Type 4X.


PART 3 - EXECUTION
3.1

EXAMINATION
A. Examine areas and surfaces to receive enclosed controllers, with Installer present, for
compliance with requirements and other conditions affecting performance of the Work.
B. Examine enclosed controllers before installation. Reject enclosed controllers that are
wet, moisture damaged, or mold damaged.
C. Proceed with installation only after unsatisfactory conditions have been corrected.

3.2

INSTALLATION
A. Wall-Mounted Controllers: Install enclosed controllers on walls with tops at uniform
height unless otherwise indicated, and by bolting units to wall or mounting on
lightweight structural-steel channels bolted to wall. For controllers not at walls, provide
freestanding racks complying with Special Provision 260529 "Hangers and Supports for
Electrical Systems."
B. Install fuses in each fusible-switch enclosed controller.
C. Install heaters in thermal overload relays. Select heaters based on actual nameplate fullload amperes after motors have been installed.
D. Comply with NECA 1.

3.3

IDENTIFICATION
A. Identify enclosed controllers, components, and control wiring.
Comply with
requirements for identification specified in Special Provision 260553 "Identification for
Electrical Systems."
1. Identify field-installed conductors, interconnecting wiring, and components; provide
warning signs.
2. Label each enclosure with engraved nameplate.
3. Label each enclosure-mounted control and pilot device.

ENCLOSED CONTROLLERS
990

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

3.4

Contract No. BB-2829-000-006


8 of 10

CONTROL WIRING INSTALLATION


A. Install wiring between enclosed controllers and remote devices.
B. Bundle, train, and support wiring in enclosures.

3.5

FIELD QUALITY CONTROL


A. Testing Agency: Engage a qualified testing agency to perform tests and inspections.
B. Acceptance Testing Preparation:
1. Test insulation resistance for each enclosed controller, component, connecting
supply, feeder, and control circuit.
2. Test continuity of each circuit.
C. Prepare test and inspection reports including a certified report that identifies enclosed
controllers and that describes scanning results. Include notation of deficiencies detected,
remedial action taken, and observations after remedial action.

3.6

PROTECTION
A. Temporary Heating: Apply temporary heat to maintain temperature according to
manufacturer's written instructions until enclosed controllers are ready to be energized
and placed into service.
B. Replace controllers whose interiors have been exposed to water or other liquids prior to
Substantial Completion.

PART 4 - MEASUREMENTS AND PAYMENT


4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective item
as described herein and shown below. This price shall be full compensation for all work

ENCLOSED CONTROLLERS
991

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


9 of 10

contained in the bid item as described herein and required by the related Special
Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to complete
the Work in every respect, including furnishing all materials, installation, testing,
placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional requirements.
END OF SPECIAL PROVISION 262913

ENCLOSED CONTROLLERS
992

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 12

CATEGORY 800
BUILDINGS
SECTION 262923 VARIABLE-FREQUENCY MOTOR CONTROLLERS
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions,
Special Provisions, General Provisions, and Terms and Conditions, apply to this
Section.

1.2

DESCRIPTION
A. This specification is to cover a complete Variable Frequency motor Drive (VFD)
consisting of a pulse width modulated (PWM) inverter designed for use on a standard
NEMA Design B induction motor.
B. The drive manufacturer shall supply the drive and all necessary controls as herein
specified. The manufacturer shall have been engaged in the production of this type of
equipment for a minimum of twenty years. VFDs that are manufactured by a third
party and brand labeled shall not be acceptable.

1.3

QUALITY ASSURANCE
A. Referenced Standards:
1. Institute of Electrical and Electronic Engineers (IEEE)
a. Standard 519-1992, IEEE Guide for Harmonic Content and Control.
2. Underwriters laboratories
a. UL508C
3. National Electrical Manufacturers Association (NEMA)
a. ICS 7.0, AC Adjustable Speed Drives
4. IEC 16800 Parts 1 and 2
5. International Building Code 2006

VARIABLE-FREQUENCY MOTOR CONTROLLERS


993

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


2 of 12

B. Qualifications:
1. VFDs and options shall be UL listed as a complete assembly. VFDs that require
the customer to supply external fuses for the VFD to be UL listed are not
acceptable. VFDs requiring additional branch circuit protection are not
acceptable. The base VFD shall be UL listed for 100 KAIC without the need for
input fuses.
2. Acceptable Manufacturers
a. ABB ACH Series
b. General Electric Company; GE Industrial Systems
c. Square D
d. Yaskawa America, Inc.
1.4

SUBMITTALS
A. Submittals shall include the following information:
1. Outline dimensions, conduit entry locations and weight.
2. Customer connection and power wiring diagrams.
3. Complete technical product description include a complete list of options
provided. Any portions of the specifications not complied with must be clearly
indicated or the supplier and contractor shall be liable to provide all components
required to meet the specification.
4. Compliance to IEEE 519 harmonic analysis for particular jobsite including
total harmonic voltage distortion and total harmonic current distortion (TDD).
a.

The VFD manufacturer shall provide calculations; specific to this


installation, showing total harmonic voltage distortion is less than 5%.
Input filters shall be sized and provided as required by the VFD
manufacturer to ensure compliance with IEEE standard 519. All VFDs
shall include a minimum of 5% impedance reactors, no exceptions.

VARIABLE-FREQUENCY MOTOR CONTROLLERS


994

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS
1.5

Contract No. BB-2829-000-006


3 of 12

WARRANTY
A. See Section 3.4, Warranty.

PART 2 - PRODUCTS
2.1

VARIABLE FREQUENCY DRIVES


A. The VFD package as specified herein shall be enclosed in a UL Listed Type
enclosure, (NEMA rated enclosures are not acceptable) completely assembled and
tested by the manufacturer in an ISO9001 facility. The VFD tolerated voltage
window shall allow the VFD to operate from a line of +30% nominal, and -35%
nominal voltage as a minimum.
1.

Environmental operating conditions: 0-40C continuous. Altitude 0 to 3300 feet


above sea level, up to 95% humidity, non-condensing.

2.

Enclosure shall be rated UL type 12 and shall be UL listed as a plenum rated


VFD. VFDs without these ratings are not acceptable.

B. All VFDs shall have the following features:


1.

All VFDs shall have the same customer interface, including digital display, and
keypad, regardless of horsepower rating. The keypad shall be removable,
capable of remote mounting and allow for uploading and downloading of
parameter settings as an aid for start-up of multiple VFDs.

2.

The keypad shall include Hand-Off-Auto selections and manual speed control.
There shall be fault reset and Help buttons on the keypad. The Help button
shall include on-line assistance for programming and troubleshooting.

3.

There shall be a built-in time clock in the VFD keypad. The clock shall have a
battery backup with 10 years minimum life span. The clock shall be used to
date and time stamp faults and record operating parameters at the time of fault.
If the battery fails, the VFD shall automatically revert to hours of operation
since initial power up. The clock shall also be programmable to control
start/stop functions, constant speeds, PID parameter sets and output relays. The
VFD shall have a digital input that allows an override to the time clock (when in
the off mode) for a programmable time frame. There shall be four (4) separate,
independent timer functions that have both weekday and weekend settings.
Capacitor backup is not acceptable.

VARIABLE-FREQUENCY MOTOR CONTROLLERS


995

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


4 of 12

4.

The VFD shall be capable of starting into a coasting load (forward or reverse)
up to full speed and accelerate or decelerate to setpoint without safety tripping
or component damage (flying start).

5.

The overload rating of the drive shall be 110% of its normal duty current rating
for 1 minute every 10 minutes, 130% overload for 2 seconds. The minimum
FLA rating shall meet or exceed the values in the NEC/UL table 430-150 for 4pole motors.

6.

The VFD shall have 5% impedance reactors to reduce the harmonics to the
power line and to add protection from AC line transients. The 5% impedance
may be from dual (positive and negative DC bus) reactors, or 5% AC line
reactors. VFDs with only one DC reactor shall add AC line reactors.

7.

The VFD shall include a coordinated AC transient protection system consisting


of 4-120 joule rated MOVs (phase to phase and phase to ground), a capacitor
clamp, and 5% impedance reactors.

8.

The VFD shall provide a programmable proof of flow form c relay output
(broken belt / broken coupling). The drive shall be programmable to signal this
condition via a keypad warning, relay output and/or over the serial
communications bus. Relay outputs shall include programmable time delays
that will allow for drive acceleration from zero speed without signaling a false
underload condition.

C. All VFDs to have the following adjustments:


1.

Three (3) programmable critical frequency lockout ranges to prevent the VFD
from operating the load continuously at an unstable speed.

2.

Two (2) PID Setpoint controllers shall be standard in the drive, allowing
pressure or flow signals to be connected to the VFD, using the microprocessor
in the VFD for the closed loop control. The VFD shall have 250 ma of 24
VDC auxiliary power and be capable of loop powering a transmitter supplied
by others. There shall be two parameter sets for the first PID that allow the
sets to be switched via a digital input, serial communications or from the
keypad for night setback, summer/winter setpoints, etc. There shall be an
independent, second PID loop that can utilize the second analog input and
modulate one of the analog outputs to maintain setpoint of an independent
process (i.e. valves, dampers, etc.). All setpoints, process variables, etc. to be
accessible from the serial communication network.

VARIABLE-FREQUENCY MOTOR CONTROLLERS


996

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


5 of 12

3.

Two (2) programmable analog inputs shall accept current or voltage signals.

4.

Two (2) programmable analog outputs (0-20ma or 4-20 ma). The outputs may
be programmed to output proportional to Frequency, Motor Speed, Output
Voltage, Output Current, Motor Torque, Motor Power (kW), DC Bus voltage,
Active Reference, and other data.

5.

Six (6) programmable digital inputs.

6.

Three (3) programmable digital Form-C relay outputs. The relays shall include
programmable on and off delay times and adjustable hysteresis. The relays
shall be rated for maximum switching current 8 amps at 24 VDC and 0.4 A at
250 VAC; Maximum voltage 300 VDC and 250 VAC; continuous current
rating 2 amps RMS. Outputs shall be true form C type contacts; open collector
outputs are not acceptable.

7.

Run permissive circuit - There shall be a run permissive circuit for damper or
valve control. Regardless of the source of a run command (keypad, time-clock
control, or serial communications) the VFD shall provide a dry contact closure
that will signal the damper to open (VFD motor does not operate). When the
damper is fully open, a normally open dry contact (end-switch) shall close.
The closed end-switch is wired to a VFD digital input and allows motor
operation. Two separate safety interlock inputs shall be provided. When
either safety is opened, the motor shall be commanded to coast to stop, and the
damper shall be commanded to close.

8.

Two independently adjustable accel and decel ramps with 1 1800 seconds
adjustable time ramps.

9.

The VFD shall include a motor flux optimization circuit that will automatically
reduce applied motor voltage to the motor to optimize energy consumption and
audible motor noise.

10. The VFD shall include a carrier frequency control circuit that reduces the carrier
frequency based on actual VFD temperature that allows higher carrier
frequency without derating the VFD or operating at high carrier frequency
only at low speeds.
11. The VFD shall include password protection against parameter changes.

VARIABLE-FREQUENCY MOTOR CONTROLLERS


997

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


6 of 12

D. The Keypad shall include a backlit LCD display. The display shall be in complete
English words for programming and fault diagnostics (LED and alpha-numeric codes
are not acceptable). All VFD faults shall be displayed in English words.
E. All applicable operating values shall be capable of being displayed in engineering
(user) units. A minimum of three operating values from the list below shall be
capable of being displayed at all times. The display shall be in complete English
words (alpha-numeric codes are not acceptable):
1.

Output Frequency

2.

Motor Speed (RPM, %, or Engineering units)

3.

Motor Current

4.

Drive Temperature

5.

DC Bus Voltage

6.

Output Voltage

F. The VFD shall include a firemans override input. Upon receipt of a contact closure
from the firemans control station, the VFD shall operate in one of two modes: 1)
Operate at a programmed predetermined fixed speed or operate in a specific firemans
override PID algorithm that automatically adjusts motor speed based on override
setpoint and feedback . The mode shall override all other inputs (analog/digital, serial
communication, and all keypad commands), except customer defined safety run
interlock, and force the motor to run in one of the two modes above. Override
Mode shall be displayed on the keypad. Upon removal of the override signal, the
VFD shall resume normal operation.
G. Serial Communications
1.

The VFD shall have an RS-485 port as standard. The standard protocols shall
be Modbus, BACnet, Johnson Controls N2 bus, and Siemens Building
Technologies FLN. Each individual drive shall have the protocol in the base
VFD. The use of third party gateways and multiplexers is not acceptable. All
protocols shall be certified by the governing authority (i.e. BTL Listing for
BacNet). Use of non-certified protocols is not allowed.

2.

The BACnet connection shall be an RS485, MSTP interface operating at 9.6,


19.2, 38.4, or 76.8 Kbps. The connection shall be tested by the BACnet Testing
Labs (BTL) and be BTL Listed. The BACnet interface shall conform to the
BACnet standard device type of an Applications Specific Controller (B-ASC).

VARIABLE-FREQUENCY MOTOR CONTROLLERS


998

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


7 of 12

The interface shall support all BIBBs defined by the BACnet standard profile
for a B-ASC including, but not limited to:

3.

a.

Data Sharing Read Property B.

b.

Data Sharing Write Property B.

c.

Device Management Dynamic Device Binding (Who-Is; I-AM).

d.

Device Management Dynamic Object Binding (Who-Has; I-Have).

e.

Device Management Communication Control B.

Serial communication capabilities shall include, but not be limited to; run-stop
control, speed set adjustment, proportional/integral/derivative PID control
adjustments, current limit, accel/decel time adjustments, and lock and unlock
the keypad. The drive shall have the capability of allowing the DDC to monitor
feedback such as process variable feedback, output speed / frequency, current
(in amps), % torque, power (kW), kilowatt hours (resettable), operating hours
(resettable), and drive temperature. The DDC shall also be capable of
monitoring the VFD relay output status, digital input status, and all analog input
and analog output values. Pass thru I/O All diagnostic warning and fault
information shall be transmitted over the serial communications bus. Remote
VFD fault reset shall be possible.

H. EMI / RFI filters. All VFDs shall include EMI/RFI filters. The VFD shall comply
standard EN 61800-3 for the First Environment, restricted level with up to 100 of
motor cables. No Exceptions. Certified test lab test reports shall be provided with the
submittals
I. All VFDs shall be protected from input and output power mis-wiring. The VFD
shall sense this condition and display an alarm on the keypad. The VFD shall not be
damaged by this condition.
J. OPTIONAL FEATURES Optional features to be furnished and mounted by the
drive manufacturer. All optional features shall be UL Listed by the drive
manufacturer as a complete assembly and carry a UL508 label. The bypass enclosure
door and VFD enclosure must be interlocked such that input power is turned off
before either enclosure can be opened. The VFD and Bypass as a package shall have
a UL listed short circuit rating of 100,000 amps and shall be indicated on the data
label.
1. A complete factory wired and tested bypass system consisting of an output
contactor and bypass contactor, service (isolation) switch and VFD input fuses
VARIABLE-FREQUENCY MOTOR CONTROLLERS
999

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS
2.

Contract No. BB-2829-000-006


8 of 12

are required. Bypass designs, which have no VFD only fuses, or that
incorporate fuses common to both the VFD and the bypass will not be accepted

3. Door interlocked, padlockable circuit breaker that will disconnect all input power
from the drive and all internally mounted options.
2.2

BYPASS CONTROLLER
A. The following operators shall be provided:

Bypass Hand-Off-Auto

Drive mode selector and light

Bypass mode selector and light

Bypass fault reset

Bypass LDC display, 2 lines, for programming and status / fault / warning
indications

1. Motor protection from single phase power conditions- The Bypass system must
be able to detect a single phase input power condition while running in bypass,
disengage the motor in a controlled fashion, and give a single phase input power
indication. Bypass systems not incorporating single phase protection in Bypass
mode are not acceptable.
2. The system (VFD and Bypass) tolerated voltage window shall allow the system
to operate from a line of +30% , -35% nominal voltage as a minimum. The
system shall incorporate circuitry that will allow the drive or bypass contactor to
remain sealed in over this voltage tolerance at a minimum.
3. The Bypass system shall NOT depend on the VFD for bypass operation. The
bypass shall be completely functional in both Hand and Automatic modes even if
the VFD has been removed from the enclosure for repair / replacement.
4. Serial communications the bypass and VFD shall be capable of being
monitored and / or controlled via serial communications.
Provide
communications protocols for ModBus; Johnson Controls N2; Siemens Building
Technologies FLN (P1) and BacNet.
5. BACnet Serial communication bypass capabilities shall include, but not be
limited to; bypass run-stop control; the ability to force the unit to bypass; and the
ability to lock and unlock the keypad. The bypass shall have the capability of
allowing the DDC to monitor feedback such as, bypass current (in amps), bypass
kilowatt hours (resettable), bypass operating hours (resettable), and bypass logic
VARIABLE-FREQUENCY MOTOR CONTROLLERS
1000

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


9 of 12

board temperature. The DDC shall also be capable of monitoring the bypass
relays output status, and all digital input status. Pass thru I/O All bypass
diagnostic warning and fault information shall be transmitted over the serial
communications bus. Remote bypass fault reset shall be possible. The following
additional bypass status indications and settings shall be transmitted over the
serial communications bus keypad Hand or Auto selected, and bypass
selected. The DDC system shall also be able to monitor if the motor is running
under load in both VFD and bypass (proof of flow) in the VFD mode over serial
communications or Form C relay output. A minimum of 40 field parameters
shall be capable of being monitored in the bypass mode.
6. Run permissive circuit - There shall be a run permissive circuit for damper or
valve control. Regardless of the source of a run command (keypad, time-clock
control, or serial communications) the VFD and bypass shall provide a dry
contact closure that will signal the damper to open (VFD motor does not
operate). When the damper is fully open, a normally open dry contact (endswitch) shall close. The closed end-switch is wired to a VFD system input and
allows motor operation. Two separate safety interlock inputs shall be provided.
When either safety is opened, the motor shall be commanded to coast to stop,
and the damper shall be commanded to close.
7. The bypass control shall monitor the status of the VFD and bypass contactors
and indicate when there is a welded contactor contact or open contactor coil.
This failed contactor operation shall be indicated on the Bypass LCD display as
well as over the serial communications protocol.
8. The bypass control shall include a programmable time delay for bypass start and
keypad indication that this time delay is in process. This will allow VAV boxes
to be driven open before the motor operates at full speed in the bypass mode.
The time delay shall be field programmable from 0 120 seconds.
9. The bypass control shall be programmable for manual or automatic transfer to
bypass. The user shall be able to select via keypad programming which drive
faults will generate an automatic transfer to bypass and which faults require a
manual transfer to bypass.
10. There shall be an adjustable motor current sensing circuit for the bypass and
VFD mode to provide proof of flow indication. The condition shall be indicated
on the keypad display, transmitted over the building automation protocol and on
a relay output contact closure.
11. The bypass controller shall have six programmable digital inputs, and five
programmable form C relay outputs.
VARIABLE-FREQUENCY MOTOR CONTROLLERS
1001

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


10 of 12

12. The relay outputs from the bypass shall programmable for any of the following
indications.
a. System started
b. System running
c. Bypass override enabled
d. Drive fault
e. Bypass fault
f. Bypass H-O-A position
g. Motor proof of flow (broken belt)
h. Overload
i. Bypass selected
j. Bypass run
k. System started (damper opening)
l. Bypass alarm
m. Over temperature
13. The digital inputs for the system shall accept 24VAC or 24VDC. The bypass
shall incorporate internally sourced power supply and not require an external
control power source. The bypass power board shall supply 250 ma of 24 VDC
for use by others to power external devices.
14. Customer Interlock Terminal Strip provide a separate terminal strip for
connection of freeze, fire, smoke contacts, and external start command. All
external safety interlocks shall remain fully functional whether the system is in
VFD or Bypass mode. The remote start/stop contact shall operate in VFD and
bypass modes. The terminal strip shall allow for independent connection of up
to four (4) unique safety inputs.
15. The user shall be able to select the text to be displayed on the keypad when the
safety opens. Example text display indications include Firestat, Freezstat,
Over pressure and Low pressure. The user shall also be able to determine
VARIABLE-FREQUENCY MOTOR CONTROLLERS
1002

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


11 of 12

which of the four (4) safety contacts is open over the serial communications
connection.
16. Class 10, 20, or 30 (selectable) electronic motor overload protection shall be
included.
PART 3 - EXECUTION
3.1

INSTALLATION
A. Installation shall be the responsibility of the mechanical contractor. The contractor
shall install the drive in accordance with the requirements of the VFD manufacturers
installation manual.

3.2

START-UP
A. Certified factory start-up shall be provided for each drive by a factory certified
service center. A certified start-up form shall be filled out for each drive with a copy
provided to the owner, and a copy kept on file at the manufacturer.

3.3

PRODUCT SUPPORT
A. Factory trained application engineering and service personnel that are thoroughly
familiar with the VFD products offered shall be locally available at both the
specifying and installation locations. A toll free 24/365 technical support line shall be
available.
B. A computer based training CD or 8-hour professionally generated video (VCR
format) shall be provided to the owner at the time of project closeout. The training
shall include installation, programming and operation of the VFD, bypass and serial
communication.

3.4

WARRANTY
A. Warranty shall be 24 months from the date of certified start-up, not to exceed 30
months from the date of shipment. The warranty shall include all parts, labor, travel
time and expenses.

PART 4 - MEASUREMENTS AND PAYMENT


4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

VARIABLE-FREQUENCY MOTOR CONTROLLERS


1003

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS
4.2

Contract No. BB-2829-000-006


12 of 12

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective
item as described herein and shown below. This price shall be full compensation for
all work contained in the bid item as described herein and required by the related
Special Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to
complete the Work in every respect, including furnishing all materials, installation,
testing, placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional
requirements.
END OF SPECIAL PROVISION 262923

VARIABLE-FREQUENCY MOTOR CONTROLLERS


1004

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


1 of 9

CATEGORY 800
BUILDINGS
SECTION 265119 - LED INTERIOR LIGHTING
PART 1 - GENERAL
1.1

RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including Contract Provisions, Special
Provisions, General Provisions, and Terms and Conditions, apply to this Section.

1.2

SUMMARY
A. Special Provision Section Includes:
1. Interior solid-state luminaires that use LED technology.
2. Lighting fixture supports.

1.3

DEFINITIONS
A. CCT: Correlated color temperature.
B. CRI: Color Rendering Index.
C. Fixture: See "Luminaire."
D. IP: International Protection or Ingress Protection Rating.
E. LED: Light-emitting diode.
F. Lumen: Measured output of lamp and luminaire, or both.
G. Luminaire: Complete lighting unit, including lamp, reflector, and housing.

1.4

ACTION SUBMITTALS
A. Product Data: For each type of product.
1. Arrange in order of luminaire designation.
2. Include data on features, accessories, and finishes.

LED INTERIOR LIGHTING


1005

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


2 of 9

3. Include physical description and dimensions of luminaires.


4. Include emergency lighting units, including batteries and chargers.
5. Include life, output (lumens, CCT, and CRI), and energy efficiency data.
6. Photometric data and adjustment factors based on laboratory tests, complying with
IESNA Lighting Measurements Testing and Calculation Guides, of each lighting
fixture type. The adjustment factors shall be for lamps and accessories identical to
those indicated for the lighting fixture as applied in this Project.
a. Manufacturers' Certified Data: Photometric data certified by manufacturer's
laboratory with a current accreditation under the National Voluntary Laboratory
Accreditation Program for Energy Efficient Lighting Products.
B. Product Schedule: For luminaires and lamps. Use same designations indicated on
Drawings.
1. Lighting Footcandles Calculations: Provide lighting footcandles calculations for
each room/area with the designated light fixture type(s). Submit table listing each
room/area average footcandles, Max., Min., Avg/Min., Max/Min.,. Submit Floor
Plan Drawing with the lighting point-by-point on it on 24 x 36 white bond paper.
1.5

INFORMATIONAL SUBMITTALS
A. Detailed description of equipment anchorage devices on which the certification is based
and their installation requirements.
B. Product Certificates: For each type of luminaire.
C. Sample warranty.

1.6

CLOSEOUT SUBMITTALS
A. Operation and Maintenance Data: For luminaires and lighting systems to include in
operation and maintenance manuals.

LED INTERIOR LIGHTING


1006

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

1.7

Contract No. BB-2829-000-006


3 of 9

QUALITY ASSURANCE
A. Luminaire Photometric Data Testing Laboratory Qualifications: Luminaire
manufacturer's laboratory that is accredited under the NVLAP for Energy Efficient
Lighting Products.
B. Provide luminaires from a single manufacturer for each luminaire type.
C. Each luminaire type shall be binned within a three-step MacAdam Ellipse to ensure
color consistency among luminaires.

1.8

DELIVERY, STORAGE, AND HANDLING


A. Protect finishes of exposed surfaces by applying a strippable, temporary protective
covering before shipping.

1.9

WARRANTY
A. Warranty: Manufacturer and Installer agree to repair or replace components of
luminaires that fail in materials or workmanship within specified warranty period.
B. Warranty Period: Five years from date of Substantial Completion.

PART 2 - PRODUCTS
2.1

LUMINAIRE REQUIREMENTS
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. NRTL Compliance: Luminaires for hazardous locations shall be listed and labeled for
indicated class and division of hazard by an NRTL.
C. Recessed Fixtures: Comply with NEMA LE 4.
D. Bulb shape complying with ANSI C79.1.
E. Lamp base complying with ANSI C81.61 or IEC 60061-1.

LED INTERIOR LIGHTING


1007

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


4 of 9

F. CRI of minimum 80. CCT of 4000 K.


G. Rated lamp life of 50,000 hours.
H. Lamps dimmable from 100 percent to 0 percent of maximum light output.
I. Internal driver.
2.2

DOWNLIGHT
A. Manufacturers: Subject to compliance with requirements, provide products by one of the
manufacturers listed on the Lighting Fixture Schedule on the Contract Drawings.
B. Minimum 1,000 lumens. Minimum allowable efficacy of 90 lumens per watt.
C. Universal mounting bracket.
D. Integral junction box with conduit fittings.

2.3

LINEAR INDUSTRIAL
A. Manufacturers: Subject to compliance with requirements, provide products by one of the
manufacturers listed on the Lighting Fixture Schedule on the Contract Drawings.
B. Minimum 5,000 lumens. Minimum allowable efficacy of 90 lumens per watt.

2.4

RECESSED LINEAR
A. Manufacturers: Subject to compliance with requirements, provide products by one of the
manufacturers listed on the Lighting Fixture Schedule on the Contract Drawings.
B. Minimum 3,000 lumens. Minimum allowable efficacy of 90 lumens per watt.
C. Integral junction box with conduit fittings.

2.5

SURFACE MOUNT, LINEAR


A. Manufacturers: Subject to compliance with requirements, provide products by one of the
manufacturers listed on the Lighting Fixture Schedule on the Contract Drawings.

LED INTERIOR LIGHTING


1008

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


5 of 9

B. Minimum 750 lumens. Minimum allowable efficacy of 90 lumens per watt.


C. Integral junction box with conduit fittings.
2.6

SUSPENDED, LINEAR
A. Manufacturers: Subject to compliance with requirements, provide products by one of the
manufacturers listed on the Lighting Fixture Schedule on the Contract Drawings.
B. Minimum 3,000 lumens. Minimum allowable efficacy of 90 lumens per watt.

2.7

MATERIALS
A. Metal Parts:
1. Free of burrs and sharp corners and edges.
2. Sheet metal components shall be steel unless otherwise indicated.
3. Form and support to prevent warping and sagging.
B. Doors, Frames, and Other Internal Access: Smooth operating, free of light leakage under
operating conditions, and designed to permit relamping without use of tools. Designed to
prevent doors, frames, lenses, diffusers, and other components from falling accidentally
during relamping and when secured in operating position.
C. Factory-Applied Labels: Comply with UL 1598. Include recommended lamps. Locate
labels where they will be readily visible to service personnel, but not seen from normal
viewing angles when lamps are in place.
1. Label shall include the following lamp characteristics:
a. "USE ONLY" and include specific lamp type.
b. LED, shape, size, wattage, and coating.
c. CCT and CRI for all luminaires.

LED INTERIOR LIGHTING


1009

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

2.8

Contract No. BB-2829-000-006


6 of 9

METAL FINISHES
A. Variations in finishes are unacceptable in the same piece. Variations in finishes of
adjoining components are acceptable if they are within the range of approved Samples
and if they can be and are assembled or installed to minimize contrast.

2.9

LUMINAIRE FIXTURE SUPPORT COMPONENTS


A. Comply with requirements in Special Provision Section 26 05 29 "Hangers and Supports
for Electrical Systems" for channel and angle iron supports and nonmetallic channel and
angle supports.
B. Single-Stem Hangers: 1/2-inch steel tubing with swivel ball fittings and ceiling canopy.
Finish same as luminaire.
C. Wires: ASTM A 641/A 641 M, Class 3, soft temper, zinc-coated steel, 12 gage.
D. Rod Hangers: 3/16-inch minimum diameter, cadmium-plated, threaded steel rod.

PART 3 - 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
the Work.
B. Examine roughing-in for luminaire to verify actual locations of luminaire and electrical
connections before fixture installation. Proceed with installation only after unsatisfactory
conditions have been corrected.

3.2

INSTALLATION
A. Comply with NECA 1.
B. Install luminaires level, plumb, and square with ceilings and walls unless otherwise
indicated.

LED INTERIOR LIGHTING


1010

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


7 of 9

C. Install lamps in each luminaire.


D. Supports:
1. Sized and rated for luminaire weight.
2. Able to maintain luminaire position after cleaning and relamping.
3. Provide support for luminaire without causing deflection of ceiling or wall.
4. Luminaire mounting devices shall be capable of supporting a horizontal force of
100 percent of luminaire weight and vertical force of 400 percent of luminaire
weight.
E. Flush-Mounted Luminaire Support:
1. Secured to outlet box.
2. Attached to ceiling structural members at four points equally spaced around
circumference of luminaire.
3. Trim ring flush with finished surface.
F. Wall-Mounted Luminaire Support:
1. Attached to structural members in walls.
2. Do not attach luminaires directly to gypsum board.
G. Suspended Luminaire Support:
1. Pendants and Rods: Where longer than 48 inches, brace to limit swinging.
2. Stem-Mounted, Single-Unit Luminaires: Suspend with twin-stem hangers. Support
with approved outlet box and accessories that hold stem and provide damping of
luminaire oscillations. Support outlet box vertically to building structure using
approved devices.
3. Do not use ceiling grid as support for pendant luminaires. Connect support wires or
rods to building structure.
LED INTERIOR LIGHTING
1011

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


8 of 9

H. Ceiling-Grid-Mounted Luminaires:
1. Secure to any required outlet box.
2. Secure luminaire to the luminaire opening using approved fasteners in a minimum
of four locations, spaced near corners of luminaire.
I. Comply with requirements in Special Provision Section 26 05 19 "Low-Voltage
Electrical Power Conductors and Cables" for wiring connections.
3.3

IDENTIFICATION
A. Identify system components, wiring, cabling, and terminals. Comply with requirements
for identification specified in Special Provision Section 26 05 53 "Identification for
Electrical Systems."

3.4

FIELD QUALITY CONTROL


A. Perform the following tests and inspections:
1. Operational Test: After installing luminaires, switches, and accessories, and after
electrical circuitry has been energized, test units to confirm proper operation.
2. Test for Emergency Lighting: Interrupt power supply to demonstrate proper
operation. Verify transfer from normal power to battery power and retransfer to
normal.
B. Luminaire will be considered defective if it does not pass operation tests and inspections.
C. Prepare test and inspection reports.

PART 4 - MEASUREMENTS AND PAYMENT


4.1

METHOD OF MEASUREMENT
A. No separate measurement will be made for work under this section.

4.2

BASIS OF PAYMENT
A. These items will be paid for at the Contract Lump Sum price bid for each respective item
as described herein and shown below. This price shall be full compensation for all work

LED INTERIOR LIGHTING


1012

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006


9 of 9

contained in the bid item as described herein and required by the related Special
Provisions.
B. Payment will be made under:
Item 8001 Bay Bridge Administration Buildinglump sum
Item 8002 Bay Bridge Police Buildinglump sum
Item 8003 Temporary Trailerslump sum
C. Costs include all labor, materials, services, testing and equipment necessary to complete
the Work in every respect, including furnishing all materials, installation, testing,
placement into operation, training of Owner personnel, and project closeout.
D. Refer to Section TC-7.05 Progress Payment in TC Section 7 for additional requirements.
END OF SPECIAL PROVISION 26 51 19

LED INTERIOR LIGHTING


1013

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

PART B-2
ATTACHMENTS

1014

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

SCHEDULE OF PRICES

1015

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


1 of 3
CONTRACT TITLE: _____________________________________________________
CONTRACT NUMBER: __________________________________________________
BIDDER IDENTIFICATION:
Firm full legal name:

_____________________________________________________

Address: ________________________________________________________________
________________________________________________________________________
Telephone Number: ____________________

Fax Number: ___________________

eMail Address: ________________________


Bidders Contact (for clarification):
Name:__________________________________________________________________
Telephone Number:____________________

Fax Number: __________________

Email Address: ___________________________________________________________


Federal Employer Identification Number: ______________________________________
eMarylandMarketplace (eMM) Number: ______________________________________
PROPOSAL OFFER: The undersigned Bidder hereby submits this Bid in response to the
MDTA Invitation For Bid (IFB) issued on _____________ with regard to the Contract named
above.
By submitting this Bid, the Bidder warrants it is a financially responsible entity and has the capacity
and capability to execute the work as described in the IFB in accordance with the requirements of
the IFB. It warrants it has carefully examined the IFB including any Addenda issued and the
Contract Documents for the above project, including the insurance requirements, and applicable
Terms and Conditions, and hereby offers to the MDTA to execute the work in the manner described
in the Bid as submitted supplying all labor, materials, equipment and services necessary for the
project.
This Bid shall remain open for 90 days for acceptance by the MDTA until such time as the Bid has
been considered by the MDTA and either rejected in writing or an award has been made by the
MDTA.
1016

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


2 of 3
Award of this Contract will be based on the lowest responsive and responsible bid meeting the
specifications.
The foregoing prices include and cover the furnishing of all vendor/subcontractor labor and
materials, mark-up, overhead, and profit, delivery, storage, burden, installation, equipment, tools,
supervision, insurance, and all incidental costs to complete each individual task, as set forth,
described and shown in the Specifications and other Contract Documents.
Each and every person bidding and named above must sign here. In case of firm, give the first and
last name of each member in full with residence.
In the event Bid is submitted by or on behalf of any corporation, it must be signed in the name of
such corporation by an authorized officer, or agent thereof, who shall also subscribe his name and
office. The seal of the corporation shall be fixed.
******************************************************************************
Attest:

Corporate Principal

_____________________________
Date

By:______________________________________
Printed Name: _____________________________
Title:_____________________________________

In presence of Witness:

Co-Partnership Principal

_____________________________
Date

By:______________________________________
Printed Name: _____________________________
Title:_____________________________________

In presence of Witness:

Individual Principal/Owner

_____________________________
Date

By:______________________________________
Printed Name: _____________________________
Title:_____________________________________
1017

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


3 of 3
FOR JOINT VENTURE
_____________________________
Name
_____________________________
Street and/or P.O. Box
_____________________________
City/State/Zip Code

___________________________________
Name
___________________________________
Street and/or P.O. Box
___________________________________
City/State/Zip Code

_____________________________
Fed. ID or SSN

___________________________________
Fed. ID or SSN

NAME OF JOINT VENTURE: _____________________________________


BY: _____________________________
Signature

WITNESS _________________________
Date

TITLE: __________________________
Signature

(SEAL) ____________________________
Secretarys Signature

BY: _____________________________
Signature

WITNESS _________________________
Date

TITLE: __________________________
Signature

(SEAL) ____________________________
Secretarys Signature

IF A BIDDER IS A JOINT VENTURE (JV), an officer from each JV member having the contractual
authority to bind the proposed resources from its firm shall sign. Affix corporate seals, as applicable.
IF A BIDDER IS A CORPORATION, in addition to authorized signing officer signature(s), affix the
corporate seal.
IF A BIDDER IS A PARTNERSHIP, a member of the firm fully authorized to bind the firm shall sign.
IF A BIDDER IS A SOLE PROPRIETORSHIP, the owner of the proprietorship or its fully authorized
representative shall sign.
In the event anyone other than those designated above signs, a Corporate Resolution must be provided with
the Bid, demonstrating that the signee has legal authority to bind the firm.

1018

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT
SPECIAL PROVISIONS

Contract No. BB-2829-000-006


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.
BIDDERS NAME:___________________________________________________________________________________________
ITEM
NOS.

APPROXIMATE
QUANTITIES

DESCRIPTION OF ITEM AND PRICE BID


(IN WRITTEN WORDS)
MOBILIZATION

1001

LUMP SUM
AT ________________________________________
PER LUMP SUM
ENGINEERS OFFICE, TYPE B

1002

LUMP SUM
AT ________________________________________
PER LUMP SUM
CPM TYPE A

1003

LUMP SUM
AT ________________________________________
PER LUMP SUM

1019

UNIT PRICE
DOLLARS CTS.

AMOUNTS
DOLLARS
CTS.

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT
SPECIAL PROVISIONS

Contract No. BB-2829-000-006


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.
BIDDERS NAME:___________________________________________________________________________________________

ITEM
NOS.

APPROXIMATE
QUANTITIES

DESCRIPTION OF ITEM AND PRICE BID


(IN WRITTEN WORDS)

UNIT PRICE
DOLLARS CTS.

AMOUNTS
DOLLARS
CTS.

BAY BRIDGE ADMINISTRATION BUILDING


8001

LUMP SUM
AT ________________________________________
LUMP SUM
BAY BRIDGE POLICE BUILDING

8002

LUMP SUM
AT ________________________________________
LUMP SUM
TEMPORARY TRAILERS

8003

LUMP SUM
AT ________________________________________
LUMP SUM
MISCELLANEOUS CONSTRUCTION (ALLOWANCE)

8004

ALLOWANCE

$450,000
AT FOUR-HUNDRED FIFTY-THOUSAND DOLLARS NO CENTS
LUMP SUM

1020

00

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT
SPECIAL PROVISIONS

Contract No. BB-2829-000-006


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.
BIDDERS NAME:___________________________________________________________________________________________
ITEM
NOS.

APPROXIMATE
QUANTITIES

DESCRIPTION OF ITEM AND PRICE BID


(IN WRITTEN WORDS)
TOTAL AGGREGATE AMOUNT FOR ITEMS 1001-1003, 8001 8004
AT ________________________________________

AT ________________________________________

AT ________________________________________

AT ________________________________________

1021

UNIT PRICE
DOLLARS CTS.

AMOUNTS
DOLLARS
CTS.

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


1 of 4
EXPERIENCE QUESTIONNAIRE FORMS
Contract No._____________________
I.

General

a.

Legal Title and Address of Organization

b.

Maryland Representative's Name, Title and Address

c.

II.

Corporation

Co-Partnership
(Check One)

Individual

Experience
a.

b.

Name

c.

Indicate type of contracting undertaken by your organization and years' experience


General
Sub
Type ____________________
Years
Years
State construction experience of principle members of your organization
Construction Experience
Title

Years
Experience

Type of Work
Highway, Etc.

In What Capacity
Foreman, Etc.

Give any special qualifications of firm members (Registered Engineer, Surveyors,


etc.)

1022

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

d.

Contract No. BB-2829-000-006


2 of 4
List some principal projects completed by your organization.

Description

General or Sub
(If Sub, what
Type of Work)

Your Contract
Amount

1023

Year

Contract
Name/Number

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


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?
state item numbers or description, and if known, the name and address of the
subcontractor.

1024

If so,

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


4 of 4
b. Work presently under contract to, or pending award to your organization.
Contract No.
Or Description

IV.

Total Cost of
Project

Amount of Work
Completed

Amount to
be
Completed

Probable Date of
Completion

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: _________________

1025

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

PART C

1026

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

ATTACHMENTS

1027

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


1 of 3
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
supplyare 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 Bidder 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)

1028

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Structural Steel Items


Domestic (D)
Category Item No.
Description

Contract No. BB-2829-000-006


2 of 3
Foreign (F)

Costs: Furnishing
Erection/Placement
Inspection Cost
Duties
Transportation
Other Costs
Total Item Cost
Structural Steel Items
Category Item No.

Domestic (D)

Foreign (F)

Description

Costs: Furnishing
Erection/Placement
Inspection Cost
Duties
Transportation
Other Costs

___
___

Total Item Cost


Structural Steel Items
Category Item No.

Domestic (D)
Description

Costs: Furnishing
Erection/Placement
Inspection Cost

Duties
Transportation
Other Costs
Total Item Cost
1029

Foreign (F)

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


3 of 3

Other Than Structural


Steel Items
Category Item No.

Domestic (D)

Foreign (F)

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

1030

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

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.


1.

, I affirm the following:

MBE Participation (PLEASE CHECK ONLY ONE)

I have met the overall certified Minority Business Enterprise (MBE) participation
goal of
percent (
%) and the following subgoals, if applicable:
percent (
%) for African American-owned MBE firms
percent (
%) for Hispanic American-owned MBE firms
percent (
%) 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) If waiver requested, MBE Waiver Request Documentation and Forms (MDOT MBE/DBE Form E Good Faith Efforts
Guidance and Documentation) per COMAR 21.11.03.11; and
(d) Any other documentation required by the Procurement Officer to ascertain bidders responsibility/ offerors
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.
MDOT-OP 012-2 (9/11) (Revised 7/14)

1031

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

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 012-2 (9/11) (Revised 7/14)

1032

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

MDOT MBE FORM B


STATE-FUNDED CONTRACTS
PART 1 INSTRUCTIONS FOR MBE PARTICIPATION SCHEDULE
PAGE 1 OF 3
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.

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
prime or subcontractor is a certified MBE 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 MBE firm (whether a prime or subcontractor)
must be certified for that specific NAICS Code (MBE for State-funded projects designation after NAICS Code). WARNING: If
the firms 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 firms 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. If you have any questions as to whether a
firm is certified to perform the specific services or provide specific products, please contact MDOTs Office of Minority Business
Enterprise at 1-800-544-6056 or via email at mbe@mdot.state.md.us.

4.

Complete the Part 2 MBE Participation Schedule for all certified MBE firms (including primes and subcontractors) being used
to achieve the MBE participation goal and subgoals, if any.

5.

MBE Prime Self-Performance. When a certified MBE firm participates as a prime (independently or as part of a joint venture)
on a contract, a procurement agency may count the distinct, clearly defined portion of the work of the contract that the certified
MBE firm performs with its own forces toward fulfilling up to fifty-percent (50%) of the MBE participation goal (overall) and up to
one hundred percent (100%) of not more than one of the MBE participation subgoals, if any, established for the contract. In
order to receive credit for self-performance, an MBE prime must be (a) a certified MBE (see 1-3 above) and (b) listed in the Part
2 MBE Participation Schedule with its certification number, the certification classification under which it will self-perform, and
the percentage of the contract that can be counted as MBE self-performance. For the remaining portion of the overall goal and
any subgoals, the MBE prime must also list, in the Part 2 MBE Participation Schedule, other certified MBE firms used to meet
those goals or, after making good faith efforts to obtain the participation of additional MBE firms, request a waiver. Note: A
dually-certified MBE firm can use its own forces toward fulfilling ONLY ONE of the MBE subgoals for which it can be counted.

6.

The Contractors 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.
MDOT-OP 013-2 (7/14)

1033

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

MDOT MBE FORM B

STATE-FUNDED CONTRACTS
PART 1 INSTRUCTIONS FOR MBE PARTICIPATION SCHEDULE
PAGE 2 OF 3
7.

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.

D.

Is the firm certified as a manufacturer (refer to the firms 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.

8.

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.

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:

9.

$ 2,500 (Total Subcontract Amount) $10,000 (Total Contract Value) x 100 = 25%

WARNING: The percentage of MBE participation, computed using the percentage amounts determined per 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 attached Goal/Subgoal
Worksheet to assist you in calculating the percentages and confirming that you have met the applicable MBE participation goal
and subgoals (if any).
MDOT-OP 013-2 (7/14)

1034

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

MDOT MBE FORM B

STATE-FUNDED CONTRACTS
PART 1 INSTRUCTIONS FOR MBE PARTICIPATION SCHEDULE
PAGE 3 OF 3
GOAL/SUBGOAL PARTICIPATION WORKSHEET
1.

Complete the Part 2 MBE Participation Schedule for each MBE being used to meet the MBE goal and any subgoals.

2.

After completion of the Part 2 MBE Participation Schedule, you may use the Goal/Subgoal Worksheet to calculate the total
MBE participation commitment for the overall goal and any subgoals.

3.

MBE Overall Goal Participation Boxes: Calculate the total percentage of MBE participation for each MBE classification by
adding the percentages determined per Column 3 of the Part 2 MBE Participation Schedule. Add the percentages
determined in Lines 3.1 and 3.2 for the MBE subcontractor (subs) total. Add the overall participation percentages determined in
Line 3.3 for the MBE prime total.

4.

MBE Subgoal Participation Boxes: Calculate the total percentage of MBE participation for each MBE classification by adding
the percentages determined per Column 3 of the Part 2 MBE Participation Schedule. Add the percentages determined in
Lines 3.1 and 3.2 for the MBE subcontractor (subs) total. Add the subgoal participation percentages determined in Line 3.3 for
the MBE prime total.

5.

The percentage amount for the MBE overall participation in the Total MBE Firm Participation Box F1 should be equal to the
sum of the percentage amounts in Boxes A through E of the MBE Overall Goal Participation Column of the Worksheet.

6.

The percentage amount for the MBE subgoal participation in the Total MBE Firm Participation Box L should be equal to the sum
of the percentage amounts in Boxes A through E of the MBE Subgoal Participation Column of the Worksheet.
GOAL/SUBGOAL WORKSHEET
MBE Overall Goal
Participation

MBE Classification

MBE Subgoal
Participation

(A) Total African American Firm Participation


(Add percentages determined for African American-Owned
Firms per Column 3 of MBE Participation Schedule)

_________%subs

_________%subs

_________%prime

_________%prime

(B) Total Hispanic American Firm Participation


(Add percentages determined for Hispanic American-Owned
Firms per Column 3 of MBE Participation Schedule)

_________%subs

_________%subs

_________%prime

_________%prime

(C) Total Asian American Firm Participation


(Add percentages listed for Asian American-Owned
Firms per Column 3 of MBE Participation Schedule)

_________%subs

_________%subs

_________%prime

_________%prime

(D) Total Women-Owned Firm Participation


(Add percentages determined for Women-Owned
Firms per Column 3 of MBE Participation Schedule)

_________%subs

_________%subs

_________%prime

_________%prime

_________%subs

_________%subs

_________%prime

_________%prime

(F1)__________%

(F2)__________%

(E) Total for all other MBE Firms


(Add percentages for firms listed as Other MBE Classification
per Column 3 of the MBE Participation Schedule)
Total MBE Firm Participation
(Add total percentages determined for all MBE Firms in each
column of the Worksheet)

MDOT-OP 013-2 (7/14)

1035

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

MDOT MBE FORM B

STATE-FUNDED CONTRACTS
PART 2 MBE PARTICIPATION SCHEDULE
PAGE __ OF ___
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 PRIME OR MBE SUBCONTRACTOR YOU AGREE TO USE TO ACHIEVE THE MBE
PARTICIPATION GOAL AND SUBGOALS, IF ANY. NOTE INSTRUCTIONS IN EACH COLUMN.

COLUMN 1

COLUMN 2

1.

NAME OF MBE PRIME OR


MBE SUBCONTRACTOR
AND TIER

CERTIFICATION NO. AND


MBE CLASSIFICATION

2.

MBE Name:

Certification Number:

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 (if applicable)
set forth in Form A.
FOR PURPOSES OF ACHIEVING THE MBE PARTICIPATION GOAL
AND SUBGOALS, refer to Sections 5 through 8 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. For items of
work where the MBE firm is the prime, complete Line 3.3.

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).

Check here if MBE firm is a


subcontractor and complete in
accordance with Sections 6, 7,
& 8 of Part 1 - Instructions. If
this box is checked, complete
3.1 or 3.2 in Column C,
whichever is appropriate.
Check here if MBE firm is
the prime contractor, including
a participant in a joint venture,
and self-performance is being
counted pursuant to Section 5
of Part 1 - Instructions. If this
box is checked, complete 3.3
in Column C.

(If dually certified, check


only one box.)
African American-Owned
Hispanic American- Owned
Asian American-Owned
Women-Owned
Other MBE Classification
______________________

Check here if MBE firm is a


third-tier contractor (if
applicable).
Please submit written
documents in accordance with
Section 6 of Part 1 Instructions

__________% (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 7(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)
3.3. TOTAL PERCENTAGE TO BE PAID TO MBE PRIME FOR WORK THAT CAN BE
COUNTED AS MBE SELF-PERFORMANCE (STATE THIS PERCENTAGE AS A
PERCENTAGE OF THE TOTAL CONTRACT VALUE)..
(a) ____________% Total percentage for self-performed items of work in which MBE is certified)
(b) ____________% (Insert 50% of MBE overall goal)
(c) ____________% (Insert subgoal for classification checked in Column 2, if applicable)
Percentages for purposes of calculating achievement of MBE Participation goals:
For MBE Overall goal Use lesser of (a) or (b)
For MBE Subgoal Use lesser of (a) or (c)
If MBE Prime is supplier, wholesaler and/or regular dealer, apply the 60% rule.

Check here if Continuation Sheets are attached.


MDOT-OP 013-2 (7/14)

1036

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

MDOT MBE FORM B

STATE-FUNDED CONTRACTS
PART 2 MBE PARTICIPATION SCHEDULE
CONTINUATION SHEET
PAGE __ OF ___
Prime Contractor

Project Description

Solicitation Number

LIST INFORMATION FOR EACH CERTIFIED MBE PRIME OR MBE SUBCONTRACTOR YOU AGREE TO USE TO ACHIEVE THE
MBE PARTICIPATION GOAL AND SUBGOALS, IF ANY. NOTE INSTRUCTIONS IN EACH COLUMN.

COLUMN 1

COLUMN 2

NAME OF MBE PRIME OR MBE


SUBCONTRACTOR
AND TIER

CERTIFICATION NO. AND


MBE CLASSIFICATION

MBE Name:

Certification Number:

1.

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 (if
applicable) set forth in Form A.
FOR PURPOSES OF ACHIEVING THE MBE PARTICIPATION GOAL
AND SUBGOALS, refer to Sections 5 through 8 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. For items of work where
the MBE firm is the prime, complete Line 3.3.

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).

Check here if MBE firm is a


subcontractor and complete in
accordance with Sections 6, 7, & 8
of Part 1 - Instructions. If this box
is checked, complete 3.1 or 3.2 in
Column C, whichever is
appropriate.
Check here if MBE firm is the
prime contractor, including a
participant in a joint venture, and
self-performance is being counted
pursuant to Section 5 of Part 1 Instructions. If this box is checked,
complete 3.3 in Column C.

(If dually certified, check


only one box.)
African American-Owned
Hispanic American- Owned
Asian American-Owned
Women-Owned
Other MBE Classification
______________________

Check here if MBE firm is a


third-tier contractor (if applicable).
Please submit written documents
in accordance with Section 6 of
Part 1 - Instructions

__________% (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 7(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)
3.3. TOTAL PERCENTAGE TO BE PAID TO MBE PRIME FOR WORK THAT CAN BE
COUNTED AS MBE SELF-PERFORMANCE (STATE THIS PERCENTAGE AS A
PERCENTAGE OF THE TOTAL CONTRACT VALUE)..
(a) ____________% Total percentage for self-performed items of work in which MBE is
certified)
(b) ____________% (Insert 50% of MBE overall goal)
(c) ____________% (Insert subgoal for classification checked in Column 2, if applicable)
Percentages for purposes of calculating achievement of MBE Participation goals:
For MBE Overall goal Use lesser of (a) or (b)
For MBE Subgoal Use lesser of (a) or (c)
If MBE Prime is supplier, wholesaler and/or regular dealer, apply the 60% rule.

Check here if Continuation Sheets are attached.


MDOT-OP 013-2 (7/14)

1037

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

SPECIAL PROVISIONS

MDOT MBE FORM B

STATE-FUNDED CONTRACTS
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

MDOT-OP 013-2 (7/14)

1038

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

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
MDOT-OP 014-2 (9/11)

1039

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

SPECIAL PROVISIONS

Contract No. BB-2829-000-006

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 Contractors Name) is awarded the State
contract in conjunction with Solicitation No. _______________________, such Prime Contractor will enter into a subcontract with
____________________(Subcontractors 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:________________
___________________________________
Firms Name: _______________________
Federal Identification Number:
__________
Address: ___________________________
___________________________________
Telephone: _________________________
Date: _____________________________

SUBCONTRACTOR (SECONDTIER)

SUBCONTRACTOR (THIRDTIER)

Signature of Representative:
___________________________________
Printed Name and
Title:________________
___________________________________
Firms Name:
________________________
Federal Identification Number:
__________
Address: ___________________________
___________________________________
Telephone: _________________________
Date: ______________________________

Signature of Representative:
___________________________________
Printed Name and
Title:________________
___________________________________
Firms 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.
MDOT-OP 015-2 (9/11)

1040

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

MDOT MBE/DBE FORM E

GOOD FAITH EFFORTS GUIDANCE AND DOCUMENTATION

PART 1 GUIDANCE FOR DEMONSTRATING GOOD FAITH EFFORTS


TO MEET MBE/DBE PARTICIPATION GOALS
In order to show that it has made good faith efforts to meet the Minority Business Enterprise (MBE)/Disadvantaged
Business Enterprise (DBE) participation goal (including any MBE subgoals) on a contract, the bidder/offeror must
either (1) meet the MBE/DBE Goal(s) and document its commitments for participation of MBE/DBE Firms, or (2) when
it does not meet the MBE/DBE Goal(s), document its Good Faith Efforts to meet the goal(s).
I.

Definitions

MBE/DBE Goal(s) MBE/DBE Goal(s) refers to the MBE participation goal and MBE participation subgoal(s) on a
State-funded procurement and the DBE participation goal on a federally-funded procurement.
Good Faith Efforts The Good Faith Efforts requirement means that when requesting a waiver, the bidder/offeror
must demonstrate that it took all necessary and reasonable steps to achieve the MBE/DBE Goal(s), which, by their
scope, intensity, and appropriateness to the objective, could reasonably be expected to obtain sufficient MBE/DBE
participation, even if those steps were not fully successful. Whether a bidder/offeror that requests a waiver made
adequate good faith efforts will be determined by considering the quality, quantity, and intensity of the different kinds of
efforts that the bidder/offeror has made. The efforts employed by the bidder/offeror should be those that one could
reasonably expect a bidder/offeror to take if the bidder/offeror were actively and aggressively trying to obtain DBE
participation sufficient to meet the DBE contract goal. Mere pro forma efforts are not good faith efforts to meet the DBE
contract requirements. The determination concerning the sufficiency of the bidder's/offerors good faith efforts is a
judgment call; meeting quantitative formulas is not required.
Identified Firms Identified Firms means a list of the DBEs identified by the procuring agency during the goal setting
process and listed in the federally-funded procurement as available to perform the Identified Items of Work. It also may
include additional DBEs identified by the bidder/offeror as available to perform the Identified Items of Work, such as
DBEs certified or granted an expansion of services after the procurement was issued. If the procurement does not
include a list of Identified Firms or is a State-funded procurement, this term refers to all of the MBE Firms (if Statefunded) or DBE Firms (if federally-funded) the bidder/offeror identified as available to perform the Identified Items of
Work and should include all appropriately certified firms that are reasonably identifiable.
Identified Items of Work Identified Items of Work means the bid items identified by the procuring agency during
the goal setting process and listed in the procurement as possible items of work for performance by MBE/DBE Firms.
It also may include additional portions of items of work the bidder/offeror identified for performance by MBE/DBE Firms
to increase the likelihood that the MBE/DBE Goal(s) will be achieved. If the procurement does not include a list of
Identified Items of Work, this term refers to all of the items of work the bidder/offeror identified as possible items of
work for performance by MBE/DBE Firms and should include all reasonably identifiable work opportunities.
MBE/DBE Firms For State-funded contracts, MBE/DBE Firms refers to certified MBE Firms. Certified MBE Firms
can participate in the States MBE Program. For federally-funded contracts, MBE/DBE Firms refers to certified DBE
Firms. Certified DBE Firms can participate in the federal DBE Program.

1041

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


II. Types of Actions MDOT will Consider
The bidder/offeror is responsible for making relevant portions of the work available to MBE/DBE subcontractors and
suppliers and to select those portions of the work or material needs consistent with the available MBE/DBE
subcontractors and suppliers, so as to facilitate MBE/DBE participation. The following is a list of types of actions
MDOT will consider as part of the bidder's/offerors Good Faith Efforts when the bidder/offeror fails to meet the
MBE/DBE Goal(s). This list 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.
A. Identify Bid Items as Work for MBE/DBE Firms
1. Identified Items of Work in Procurements
(a) Certain procurements will include a list of bid items identified during the goal setting process as possible work
for performance by MBE/DBE Firms. If the procurement provides a list of Identified Items of Work, the bidder/offeror
shall make all reasonable efforts to solicit quotes from MBE Firms or DBE Firms, whichever is appropriate, to perform
that work.
(b) Bidders/Offerors may, and are encouraged to, select additional items of work to be performed by MBE/DBE
Firms to increase the likelihood that the MBEDBE Goal(s) will be achieved.
2. Identified Items of Work by Bidders/Offerors
(a) When the procurement does not include a list of Identified Items of Work, bidders/offerors should reasonably
identify sufficient items of work to be performed by MBE/DBE Firms.
(b) Where appropriate, bidders/offerors should break out contract work items into economically feasible units to
facilitate MBE/DBE participation, rather than perform these work items with their own forces. The ability or desire of a
prime contractor to perform the work of a contract with its own organization does not relieve the bidder/offeror of the
responsibility to make Good Faith Efforts.
B. Identify MBE Firms or DBE Firms to Solicit
1. DBE Firms Identified in Procurements
(a) Certain procurements will include a list of the DBE Firms identified during the goal setting process as available
to perform the items of work. If the procurement provides a list of Identified DBE Firms, the bidder/offeror shall make
all reasonable efforts to solicit those DBE firms.
(b) Bidders/offerors may, and are encouraged to, search the MBE/DBE Directory to identify additional DBEs who
may be available to perform the items of work, such as DBEs certified or granted an expansion of services after the
solicitation was issued.
2. MBE/DBE Firms Identified by Bidders/Offerors
(a) When the procurement does not include a list of Identified MBE/DBE Firms, bidders/offerors should reasonably
identify the MBE Firms or DBE Firms, whichever is appropriate, that are available to perform the Identified Items of
Work.
(b) Any MBE/DBE Firms identified as available by the bidder/offeror should be certified in the appropriate program
(MBE for State-funded procurements or DBE for federally-funded procurements)
(c) Any MBE/DBE Firms identified as available by the bidder/offeror should be certified to perform the Identified
Items of Work.
1042

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


C. Solicit MBE/DBEs
1. Solicit all Identified Firms for all Identified Items of Work by providing written notice. The bidder/offeror should:
(a) provide the written solicitation at least 10 days prior to bid opening to allow sufficient time for the MBE/DBE
Firms to respond;
(b) send the written solicitation by first-class mail, facsimile, or email using contact information in the MBE/DBE
Directory, unless the bidder/offeror has a valid basis for using different contact information; and
(c) provide adequate information about the plans, specifications, anticipated time schedule for portions of the work
to be performed by the MBE/DBE, and other requirements of the contract to assist MBE/DBE Firms in responding.
(This information may be provided by including hard copies in the written solicitation or by electronic means as
described in C.3 below.)
2. All Identified Firms includes the DBEs listed in the procurement and any MBE/DBE Firms you identify as
potentially available to perform the Identified Items of Work, but it does not include MBE/DBE Firms who are no longer
certified to perform the work as of the date the bidder/offeror provides written solicitations.
3. Electronic Means includes, for example, information provided via a website or file transfer protocol (FTP) site
containing the plans, specifications, and other requirements of the contract. If an interested MBE/DBE cannot access
the information provided by electronic means, the bidder/offeror must make the information available in a manner that
is accessible by the interested MBE/DBE.
4. Follow up on initial written solicitations by contacting DBEs to determine if they are interested. The follow up
contact may be made:
(a) by telephone using the contact information in the MBE/DBE Directory, unless the bidder/offeror has a valid
basis for using different contact information; or
(b) in writing via a method that differs from the method used for the initial written solicitation.
5. In addition to the written solicitation set forth in C.1 and the follow up required in C.4, use all other reasonable
and available means to solicit the interest of MBE/DBE Firms certified to perform the work of the contract. Examples of
other means include:
(a) attending any pre-bid meetings at which MBE/DBE Firms could be informed of contracting and subcontracting
opportunities;
(b) if recommended by the procurement, advertising with or effectively using the services of at least two minority
focused entities or media, including trade associations, minority/women community organizations, minority/women
contractors' groups, and local, state, and federal minority/women business assistance offices listed on the MDOT
Office of Minority Business Enterprise website; and
(c) effectively using the services of other organizations, as allowed on a case-by-case basis and authorized in the
procurement, to provide assistance in the recruitment and placement of MBE/DBE Firms.
D. Negotiate With Interested MBE/DBE Firms
Bidders/Offerors must negotiate in good faith with interested MBE/DBE Firms.
1. Evidence of negotiation includes, without limitation, the following:
(a) the names, addresses, and telephone numbers of MBE/DBE Firms that were considered;
1043

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


(b) a description of the information provided regarding the plans and specifications for the work selected for
subcontracting and the means used to provide that information; and
(c) evidence as to why additional agreements could not be reached for MBE/DBE Firms to perform the work.
2. A bidder/offeror using good business judgment would consider a number of factors in negotiating with
subcontractors, including DBE subcontractors, and would take a firm's price and capabilities as well as contract goals
into consideration.
3. The fact that there may be some additional costs involved in finding and using MBE/DBE Firms is not in itself
sufficient reason for a bidder's/offerors failure to meet the contract DBE goal, as long as such costs are reasonable.
Factors to take into consideration when determining whether a MBE/DBE Firms quote is excessive or unreasonable
include, without limitation, the following:
(a) the dollar difference between the MBE/DBE subcontractors quote and the average of the other subcontractors
quotes received by the bidder/offeror;
(b) the percentage difference between the MBE/DBE subcontractors quote and the average of the other
subcontractors quotes received by the bidder/offeror;
(c) the percentage that the DBE subcontractors quote represents of the overall contract amount;
(d) the number of MBE/DBE firms that the bidder/offeror solicited for that portion of the work;
(e) whether the work described in the MBE/DBE and Non-MBE/DBE subcontractor quotes (or portions thereof)
submitted for review is the same or comparable; and
(f) the number of quotes received by the bidder/offeror for that portion of the work.
4. The above factors are not intended to be mandatory, exclusive, or exhaustive, and other evidence of an
excessive or unreasonable price may be relevant.
5. The bidder/offeror may not use its price for self-performing work as a basis for rejecting a MBE/DBE Firms
quote as excessive or unreasonable.
6. The average of the other subcontractors quotes received by the bidder/offeror refers to the average of the
quotes received from all subcontractors, except that there should be quotes from at least three subcontractors, and
there must be at least one quote from a MBE/DBE and one quote from a Non-MBE/DBE.
7. A bidder/offeror shall not reject a MBE/DBE Firm as unqualified without sound reasons based on a thorough
investigation of the firms capabilities. For each certified MBE/DBE that is rejected as unqualified or that placed a
subcontract quotation or offer that the bidder/offeror concludes is not acceptable, the bidder/offeror must provide a
written detailed statement listing the reasons for this conclusion. The bidder/offeror also must document the steps
taken to verify the capabilities of the MBE/DBE and Non-MBE/DBE Firms quoting similar work.
(a) The factors to take into consideration when assessing the capabilities of a MBE/DBE Firm, include, but are not
limited to the following: financial capability, physical capacity to perform, available personnel and equipment, existing
workload, experience performing the type of work, conduct and performance in previous contracts, and ability to meet
reasonable contract requirements.
(b) The MBE/DBE Firms 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 efforts to meet the project goal.
E. Assisting Interested MBE/DBE Firms
1044

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


When appropriate under the circumstances, the decision-maker will consider whether the bidder/offeror:
1. made reasonable efforts to assist interested MBE/DBE Firms in obtaining the bonding, lines of credit, or
insurance required by MDOT or the bidder/offeror; and
2. made reasonable efforts to assist interested MBE/DBE Firms in obtaining necessary equipment, supplies,
materials, or related assistance or services.
III. Other Considerations
In making a determination of Good Faith Efforts the decision-maker may consider engineering estimates, catalogue
prices, general market availability and availability of certified MBE/DBE Firms in the area in which the work is to be
performed, other bids or offers and subcontract bids or offers substantiating significant variances between certified
MBE/DBE and Non-MBE/DBE costs of participation, and their impact on the overall cost of the contract to the State
and any other relevant factors.
The decision-maker may take into account whether a bidder/offeror decided to self-perform subcontract work with its
own forces, especially where the self-performed work is Identified Items of Work in the procurement. The decisionmaker also may take into account the performance of other bidders/offerors in meeting the contract. For example,
when the apparent successful bidder/offeror fails to meet the contract goal, but others meet it, this reasonably raises
the question of whether, with additional reasonable efforts, the apparent successful bidder/offeror could have met the
goal. If the apparent successful bidder/offeror fails to meet the goal, but meets or exceeds the average MBE/DBE
participation obtained by other bidders/offerors, this, when viewed in conjunction with other factors, could be evidence
of the apparent successful bidder/offeror having made Good Faith Efforts.
IV. Documenting Good Faith Efforts
At a minimum, a bidder/offeror seeking a waiver of the MBE/DBE Goal(s) or a portion thereof must provide written
documentation of its Good Faith Efforts, in accordance with COMAR 21.11.03.11, within 10 business days after
receiving notice that it is the apparent awardee. The written documentation shall include the following:
A. Items of Work (Complete Good Faith Efforts Documentation Form E, Part 2)
A detailed statement of the efforts made to select portions of the work proposed to be performed by certified MBE/DBE
Firms in order to increase the likelihood of achieving the stated MBE/DBE Goal(s).
B. Outreach/Solicitation/Negotiation
1. The record of the bidders/offerors compliance with the outreach efforts prescribed by COMAR
21.11.03.09C(2)(a) through (e) and 49 C.F.R. Part 26, Appendix A. (Complete Outreach Efforts Compliance
Statement)
2. A detailed statement of the efforts made to contact and negotiate with MBE/DBE Firms including:
(a) the names, addresses, and telephone numbers of the MBE/DBE Firms who were contacted, with the dates and
manner of contacts (letter, fax, email, telephone, etc.) (Complete Good Faith Efforts Form E, Part 3, and submit
letters, fax cover sheets, emails, etc. documenting solicitations); and
(b) a description of the information provided to MBE/DBE Firms regarding the plans, specifications, and anticipated
time schedule for portions of the work to be performed and the means used to provide that information.

1045

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


C. Rejected MBE/DBE Firms (Complete Good Faith Efforts Form E, Part 4)
1. For each MBE/DBE Firm that the bidder/offeror concludes is not acceptable or qualified, a detailed statement
of the reasons for the bidder's/offerors conclusion, including the steps taken to verify the capabilities of the MBE/DBE
and Non-MBE/DBE Firms quoting similar work.
2. For each certified MBE/DBE Firm that the bidder/offeror concludes has provided an excessive or unreasonable
price, a detailed statement of the reasons for the bidder's/offerors conclusion, including the quotes received from all
MBE/DBE and Non-MBE/DBE firms bidding on the same or comparable work. (Include copies of all quotes
received.)
3. A list of MBE/DBE Firms contacted but found to be unavailable. This list should be accompanied by a Minority
Contractor Unavailability Certificate signed by the MBE/DBE contractor or a statement from the bidder/offeror that the
MBE/DBE contractor refused to sign the Minority Contractor Unavailability Certificate.
D. Other Documentation
1. Submit any other documentation requested by the Procurement Officer to ascertain the bidders/offerors Good
Faith Efforts.
2. Submit any other documentation the bidder/offeror believes will help the Procurement Officer ascertain its
Good Faith Efforts.

1046

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

SPECIAL PROVISIONS

MDOT MBE/DBE FORM E

GOOD FAITH EFFORTS GUIDANCE AND DOCUMENTATION

PART 2 CERTIFICATION REGARDING GOOD FAITH EFFORTS DOCUMENTATION


PAGE __ OF ___
Prime Contractor

Project Description

Solicitation Number

PARTS 3, 4, AND 5 MUST BE INCLUDED WITH THIS CERTIFICATE ALONG WITH ALL DOCUMENTS SUPPORTING YOUR WAIVER
REQUEST.

I hereby request a waiver of (1) the Minority Business Enterprise (MBE) participation goal and/or subgoal(s),
(2) the Disadvantaged Business Enterprise (DBE) participation goal, or (3) a portion of the pertinent
MBE/DBE participation goal and/or MBE subgoal(s) for this procurement.1 I affirm that I have reviewed the
Good Faith Efforts Guidance MBE/DBE Form E. I further affirm under penalties of perjury that the contents
of Parts 3, 4, and 5 of MDOT MBE/DBE Form E 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

1 MBE participation goals and subgoals apply to State-funded procurements. DBE participation goals apply to federally-funded
procurements. Federally-funded contracts do not have subgoals.

1047

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

MDOT MBE/DBE FORM E

GOOD FAITH EFFORTS GUIDANCE AND DOCUMENTATION

PART 3 IDENTIFIED ITEMS OF WORK BIDDER/OFFEROR MADE AVAILABLE TO


MBE/DBE FIRMS
PAGE __ OF ___
Prime Contractor

Project Description

Solicitation Number

Identify those items of work that the bidder/offeror made available to MBE/DBE Firms. This includes, where
appropriate, those items the bidder/offeror identified and determined to subdivide into economically feasible units to
facilitate the MBE/DBE participation. For each item listed, show the anticipated percentage of the total contract
amount. It is the bidders/offerors responsibility to demonstrate that sufficient work to meet the goal was made
available to MBE/DBE Firms, and the total percentage of the items of work identified for MBE/DBE participation equals
or exceeds the percentage MBE/DBE goal set for the procurement. Note: If the procurement includes a list of bid
items identified during the goal setting process as possible items of work for performance by MBE/DBE Firms, the
bidder/offeror should make all of those items of work available to MBE/DBE Firms or explain why that item was not
made available. If the bidder/offeror selects additional items of work to make available to MBE/DBE Firms, those
additional items should also be included below.

Identified Items of Work

Was this work


listed in the
procurement?

Does
bidder/offeror
normally
self-perform
this work?

Yes

No

Yes

No

Yes

No

Yes

No

Yes

No

Yes

No

Yes

No

Yes

No

Yes

No

Yes

No

Yes

No

Yes

No

Yes

No

Yes

No

Yes

No

Yes

No

Yes

No

Yes

No

Yes

No

Yes

No

Please check if Additional Sheets are attached.

1048

Was this work


made available to
MBE/DBE Firms?
If no, explain why?
Yes

No

Yes

No

Yes

No

Yes

No

Yes

No

Yes

No

Yes

No

Yes

No

Yes

No

Yes

No

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

MDOT MBE/DBE FORM E

GOOD FAITH EFFORTS GUIDANCE AND DOCUMENTATION

PART 4 IDENTIFIED MBE/DBE FIRMS AND RECORD OF SOLICITATIONS


PAGE __ OF ___
Prime Contractor

Project Description

Solicitation Number

Identify the MBE/DBE Firms solicited to provide quotes for the Identified Items of Work made available for MBE/DBE participation.
Include the name of the MBE/DBE Firm solicited, items of work for which bids/quotes were solicited, date and manner of initial and
follow-up solicitations, whether the MBE/DBE provided a quote, and whether the MBE/DBE is being used to meet the MBE/DBE
participation goal. MBE/DBE Firms used to meet the participation goal must be included on the MBE/DBE Participation Schedule,
Form B. Note: If the procurement includes a list of the MBE/DBE Firms identified during the goal setting process as potentially
available to perform the items of work, the bidder/offeror should solicit all of those MBE/DBE Firms or explain why a specific
MBE/DBE was not solicited. If the bidder/offeror identifies additional MBE/DBE Firms who may be available to perform Identified
Items of Work, those additional MBE/DBE Firms should also be included below. Copies of all written solicitations and
documentation of follow-up calls to MBE/DBE Firms must be attached to this form. If the bidder/offeror used a Non-MBE/DBE or is
self-performing the identified items of work, Part 4 must be completed.
Name of
Describe Item of Work
Initial
Follow-up
Details for
Quote Quote Reason
Identified MBE/DBE Firm Solicited
Solicitation
Solicitation
Follow-up Calls
Recd
Used
Quote Rejected
& MBE Classification
Date & Method
Date & Method
Firm Name:
Date:
Date:
Time of Call:
Yes
Yes
Used Other
No
No
MBE/DBE
Used Non Mail
Phone
Spoke With:
MBE Classification
MBE/DBE
Facsimile
Mail
(Check only if
Email
Facsimile
Left Message
requesting waiver of
Self-performing
Email
MBE subgoal.)

African AmericanOwned
Hispanic AmericanOwned
Asian AmericanOwned
Women-Owned
Other MBE
Classification
___________________
_
Firm Name:

MBE Classification
(Check only if
requesting waiver of
MBE subgoal.)

Date:

Date:

Time of Call:

Mail
Facsimile
Email

Phone
Mail
Facsimile
Email

Spoke With:

African AmericanOwned
Hispanic AmericanOwned
Asian AmericanOwned
Women-Owned
Other MBE
Classification
___________________
_

Please check if Additional Sheets are attached.

1049

Left Message

Yes
No

Yes
No

Used Other
MBE/DBE
Used NonMBE/DBE
Self-performing

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

SPECIAL PROVISIONS

MDOT MBE/DBE FORM E

GOOD FAITH EFFORTS GUIDANCE AND DOCUMENTATION

PART 5 ADDITIONAL INFORMATION REGARDING REJECTED MBE/DBE QUOTES


PAGE __ OF ___
Prime Contractor

Project Description

Solicitation Number

This form must be completed if Part 3 indicates that a MBE/DBE quote was rejected because the bidder/offeror is
using a Non-MBE/DBE or is self-performing the Identified Items of Work. Provide the Identified Items Work, indicate
whether the work will be self-performed or performed by a Non-MBE/DBE, and if applicable, state the name of the
Non-MBE/DBE. Also include the names of all MBE/DBE and Non-MBE/DBE Firms that provided a quote and the
amount of each quote.
Describe Identified
Items of Work Not Being
Performed by MBE/DBE
(Include spec/section
number from bid)

Self-performing or Using
Non-MBE/DBE (Provide
name)
Self-performing
Using Non-MBE/DBE
________________
Self-performing
Using Non-MBE/DBE
________________
Self-performing
Using Non-MBE/DBE
________________
Self-performing
Using Non- MBE/DBE
________________
Self-performing
Using Non- MBE/DBE
________________
Self-performing
Using Non- MBE/DBE

Amount of
NonMBE/DBE
Quote
$_________

$_________

$_________

$_________

$_________

$_________

________________

Name of Other Firms


who Provided Quotes &
Whether MBE/DBE or
Non-MBE/DBE

__________________
MBE/DBE
Non-MBE/DBE
__________________
MBE/DBE
Non- MBE/DBE
__________________
MBE/DBE
Non- MBE/DBE
__________________
MBE/DBE
Non- MBE/DBE
__________________
MBE/DBE
Non- MBE/DBE
__________________
MBE/DBE
Non- MBE/DBE

Please check if Additional Sheets are attached.

1050

Amount
Quoted

Indicate Reason Why MBE/DBE


Quote Rejected & Briefly Explain

$__________

Price
Capabilities
Other

$__________

Price
Capabilities
Other

$__________

Price
Capabilities
Other

$__________

Price
Capabilities
Other

$__________

Price
Capabilities
Other

$__________

Price
Capabilities
Other

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


1 of 8
BID/PROPOSAL AFFIDAVIT

A. Each solicitation shall provide notice that the affidavit in B of this regulation shall be completed
and submitted to the procurement agency with the vendor's bid or offer.
B. Mandatory Solicitation Addendum. The solicitation addendum shall be in substantially the same
form as follows:
BID/PROPOSAL AFFIDAVIT
A. Authority
I HEREBY AFFIRM THAT:
I (print name)_____________________ possess the legal authority to make this Affidavit.
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 19103 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.

1051

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


2 of 8
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.
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 veteranowned
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
1052

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


3 of 8
(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):
____________________________________________________________
____________________________________________________________
___________________________________________________________.
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
1053

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


4 of 8
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;
(9) Been convicted of a violation of one or more of the following provisions of the Internal Revenue
Code:
(a) 7201, Attempt to Evade or Defeat Tax;
(b) 7203, Willful Failure to File Return, Supply Information, or Pay Tax,
(c) 7205, Fraudulent Withholding Exemption Certificate or Failure to Supply Information,
(d) 7206, Fraud and False Statements, or
(e) 7207 Fraudulent Returns, Statements, or Other Documents;
(10) Been convicted of a violation of 18 U.S.C. 286 Conspiracy to Defraud the Government with
Respect to Claims, 18 U.S.C. 287, False, Fictitious, or Fraudulent Claims, or 18 U.S.C. 371,
Conspiracy to Defraud the United States;
(11) Been convicted of a violation of the Tax-General Article, Title 13, Subtitle 7 or Subtitle 10,
Annotated Code of Maryland;
(12) Been found to have willfully or knowingly violated State Prevailing Wage Laws as provided in
the State Finance and Procurement Article, Title 17, Subtitle 2, Annotated Code of Maryland, if:
(a) A court:
(i) Made the finding; and
(ii) Decision became final; or
(b) The finding was:
1054

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


5 of 8
(i) Made in a contested case under the Maryland Administrative Procedure Act; and
(ii) Not overturned on judicial review;
(13) Been found to have willfully or knowingly violated State Living Wage Laws as provided in the
State Finance and Procurement Article, Title 18, Annotated Code of Maryland, if:
(a) A court:
(i) Made the finding; and
(ii) Decision became final; or
(b) The finding was:
(i) Made in a contested case under the Maryland Administrative Procedure Act; and
(ii) Not overturned on judicial review;
(14) Been found to have willfully or knowingly violated the Labor and Employment Article, Title 3,
Subtitles 3, 4, or 5, or Title 5, Annotated Code of Maryland, if:
(a) A court:
(i) Made the finding; and
(ii) Decision became final; or
(b) The finding was:
(i) Made in a contested case under the Maryland Administrative Procedure Act; and
(ii) Not overturned on judicial review; or
(15) 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)(14) of this regulation, 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):
____________________________________________________________
____________________________________________________________
___________________________________________________________.

1055

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


6 of 8
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.
1056

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


7 of 8
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. CERTIFICATION REGARDING INVESTMENTS IN IRAN
(1) The undersigned certifies that, in accordance with State Finance and Procurement Article, 17705, Annotated Code of Maryland:
(a) It is not identified on the list created by the Board of Public Works as a person engaging in
investment activities in Iran as described in State Finance and Procurement Article, 17-702,
Annotated Code of Maryland; and
(b) It is not engaging in investment activities in Iran as described in State Finance and Procurement
Article, 17-702, Annotated Code of Maryland.
2. The undersigned is unable to make the above certification regarding its investment activities in
Iran due to the following activities:
________________________________________________________
1057

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


8 of 8
L. CONFLICT MINERALS ORIGINATED IN THE DEMOCRATIC REPUBLIC OF
CONGO (FOR SUPPLIES AND SERVICES CONTRACTS)
I FURTHER AFFIRM THAT:
The business has complied with the provisions of State Finance and Procurement Article, 14-413,
Annotated Code of Maryland governing proper disclosure of certain information regarding conflict
minerals originating in the Democratic Republic of Congo or its neighboring countries as required
by federal law.
M. I FURTHER AFFIRM THAT:
Any claims of environmental attributes made relating to a product or service included in the bid or
proposal are consistent with the Federal Trade Commissions Guides for the Use of Environmental
Marketing Claims as provided in 16 CFR 260, that apply to claims about the environmental
attributes of a product, package, or service in connection with the marketing, offering for sale, or
sale of such item or service.
N. 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: ______________
By: ________________________________ (print name of Authorized Representative and Affiant)
_________________________________ (signature of Authorized Representative and Affiant)

Rev. 4/3/2015
1058

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


1 of 3
BID GUARANTY
(For use with bank certified, bank cashiers
or bank treasurers 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.
BB-2829-000-006, Bay Bridge Facility HVAC Replacement
_

_____________________________________________________________________; and
WHEREAS, as security for said bid the Principal has elected to provide a bank certified
check, bank cashiers check, or bank treasurers check in the sum stated above; and
WHEREAS, said bank certified check, bank cashiers check, or bank treasurers check is
attached hereto and incorporated herein in the sum stated above as security for this bid guaranty.
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 guaranty any cost of
procuring the work which exceeds the amount of the Principals bid, to the limits of the sum stated
above.

1059

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


2 of 3
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 800

FOR CORPORATIONS
Corporate Principal
Attest:

_____________________________________
(Name of Corporation)

AFFIX
________________ CORPORATE
President
SEAL
_____________________________________________________________________
____________________________

By

1060

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


3 of 3

FOR JOINT VENTURE


_____________________________
Name

___________________________________
Name

_____________________________
Street and/or P.O. Box

___________________________________
Street and/or P.O. Box

_____________________________
City/State/Zip Code

___________________________________
City/State/Zip Code

_____________________________
Fed. ID or SSN

___________________________________
Fed. ID or SSN

NAME OF JOINT VENTURE: _____________________________________

BY: _____________________________
Signature

WITNESS _________________________
Date

TITLE: __________________________
Signature

(SEAL) ____________________________
Secretarys Signature

BY: _____________________________
Signature

WITNESS _________________________
Date

TITLE: __________________________
Signature

(SEAL) ____________________________
Secretarys Signature

1061

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


1 of 4
BID BOND
Bond No.____________________________
We, __________________________________________ as Principal, hereinafter called the
Principal, and _________________________________________________a corporation duly
organized under the laws of the State of ________________________ 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 Principals 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.
.

1062

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


2 of 4
FOR INDIVIDUALS
In Presence of:
Witness

Individual Principal
__________________________________
(Name)

_____________________________ as to

________________________________ (SEAL)

FOR PARTNERSHIPS
In Presence of:
Witness

Partnership Principal
__________________________________
(Name)

_____________________________ as to

________________________________ (SEAL)
Partner

_____________________________ as to

________________________________ (SEAL)
Partner

_____________________________ as to

________________________________ (SEAL)
Partner

FOR CORPORATIONS
Attest:

Corporate Principal
__________________________________
(Name of Corporation)

_____________________________

By: ______________________________

Secretary

President

1063

AFFIX
SEAL

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


3 of 4

FOR JOINT VENTURE


_____________________________
Name

___________________________________
Name

_____________________________
Street and/or P.O. Box

___________________________________
Street and/or P.O. Box

_____________________________
City/State/Zip Code

___________________________________
City/State/Zip Code

_____________________________
Fed. ID or SSN

___________________________________
Fed. ID or SSN

NAME OF JOINT VENTURE: _____________________________________

BY: _____________________________
Signature

WITNESS _________________________
Date

TITLE: __________________________
Signature

(SEAL) ____________________________
Secretarys Signature

BY: _____________________________
Signature

WITNESS _________________________
Date

TITLE: __________________________
Signature

(SEAL) ____________________________
Secretarys Signature

1064

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


4 of 4
SURETY
Name of Surety: ______________________________________________________________
Business Address:

__________________________________________________________
____________________________________________________

Attest:
______________________________

AFFIX

By: __________________________________ SEAL


Attorney-in-fact

Bonding Agents Name __________________________________________________


Agents Address ________________________________________________________

Approved as to form and legal


sufficiency this _____ day of
_____________________ 20 _____
______________________________
Assistant Attorney General

1065

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


1 of 1
ESCROW ACCOUNT FOR RETAINED FUNDS
In accordance with Section 15-108 of the State Finance and Procurement Article of the
Annotated Code of Maryland, a Contractor may elect to have funds that are retained pursuant to
Section GP-9.03 of the General Provisions for Construction Contracts, paid to an Escrow Agent and
held in an interest-earning Escrow Account.
If a Contractor or Bidder elects to utilize the Escrow Account Procedure, the Contractor or
Bidder shall indicate such election in the space provided below. An Escrow Agreement must be
signed by the Contractor, Contractors Surety, the Escrow Agent, and the Authority upon the
execution of the Contract Documents. If a Contractor fails to indicate an election or refuses the
election, the Contractor shall forfeit rights to the use of the Escrow Account.
Funds withheld for lack of progress or other Contractor violations may not be paid to the
Escrow Agent. Retained Funds may be released only as directed by the Authority.
At the time of final payment, the Authority shall direct the Escrow Agent to settle the
Escrow Account by paying funds from the Escrow Account as follows:
1.
contract.

To the Authority for any claim it may have against the Contractor under this

2.
Unless waived by the Board of Public Works, to the Comptroller for any claim over
$50 against the Contractor by the State, a unit, or a state-controlled governmental entity; and
3.

To the Contractor.

The Contractor shall be liable to the Escrow Agent for the payment of fees and
charges in connection with the establishment and maintenance of the Escrow Account.
CHECK ONE:
_______

Contractor elects to utilize an Escrow Account for Retained Funds

_______

Contractor DOES NOT elect to utilize an Escrow Account for Retained Funds

Contractor:

_____________________

By: _________________________

Date:

_____________________

Title: ________________________

1066

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


1 of 1
SITE VISIT RESPONSE FORM
eMM Solicitation No.: [INSERT]
Contract No.: BB-2829-000-006
Contract Title: Bay Bridge Facility HVAC Replacement
Site visit will be conducted on the dates and times indicated below. It is the responsibility of the
Bidder to arrange their schedules to attend either of the scheduled site visits.
Please email the form to [INSERT PROCUREMENT OFFICERS NAME] by [INSERT TIME],
[INSERT DATE] at[INSERT PROCUREMENT OFFICERS EMAIL ADDRESS].
Attend
Yes

Attend
No

Site

[INSERT
DATE]

[INSERT
TIME]

Bidder Name: _____________________________________________________


Company: __________________________________________________________
Phone No.: __________________ Email Address: _______

1067

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


1 of 5
CONTRACT AFFIDAVIT
Contract Number:
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 OF REGISTRATION OR QUALIFICATION WITH THE STATE


DEPARTMENT OF ASSESSMENTS AND TAXATION

I FURTHER AFFIRM THAT:


The business named above is a (check applicable box):
(1) Corporation
(2) Limited Liability Company
(3) Partnership
(4) Statutory Trust
(5) Sole Proprietorship.

domestic or foreign;
domestic or foreign;
domestic or foreign;
domestic or foreign;

and is registered or qualified as required under Maryland Law. I further affirm that the above
business is in good standing both in Maryland and (IF APPLICABLE) in the jurisdiction where it is
presently organized, and has filed all of its annual reports, together with filing fees, with the
Maryland State Department of Assessments and Taxation. The name and address of its resident
agent (IF APPLICABLE) filed with the State Department of Assessments and Taxation is:
Name and Department ID
Number:_____________________________Address:_______________________________
and that if it does business under a trade name, it has filed a certificate with the State Department
of Assessments and Taxation that correctly identifies that true name and address of the principal or
owner as:
Name and Department ID Number: ____________________________________________
Address:__________________________________________________.
1068

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


2 of 5
C.

FINANCIAL DISCLOSURE AFFIRMATION

I FURTHER AFFIRM THAT:


I am aware of, and the above business will comply with, the provisions of State Finance and
Procurement Article, 13-221, Annotated Code of Maryland, which require that every business that
enters into contracts, leases, or other agreements with the State of Maryland or its agencies during a
calendar year under which the business is to receive in the aggregate $100,000 or more shall, within
30 days of the time when the aggregate value of the contracts, leases, or other agreements reaches
$100,000, file with the Secretary of State of Maryland certain specified information to include
disclosure of beneficial ownership of the business.
D.

POLITICAL CONTRIBUTION DISCLOSURE AFFIRMATION

I FURTHER AFFIRM THAT:


I am aware of, and the above business will comply with, Election Law Article, 14-101 14108, Annotated Code of Maryland, which requires that every person that enters into contracts, leases,
or other agreements with the State of Maryland, including its agencies or a political subdivision of
the State, during a calendar year in which the person receives a contract with a government entity in
the amount of $200,000 or more shall file with the State Board of Elections a statements disclosing:
(a) any contributions made during the reporting period to a candidate for elective office in any
primary or general election; and (b) the name of each candidate to whom one or more contributions
in a cumulative amount of $500 or more were made during the reporting period. The statements
shall be filed with the State Board of Elections.
E.

DRUG AND ALCOHOL FREE WORKPLACE

(Applicable to all contracts unless the contract is for a law enforcement agency and the agency
head or the agency heads designee has determined that application of COMAR 21.11.08 and this
certification would be inappropriate in connection with the law enforcement agencys undercover
operations.)
I CERTIFY THAT:
(1) Terms defined in COMAR 21.11.08 shall have the same meanings when used in this
certification.
(2) By submission of its bid or offer, the business, if other than an individual, certifies and
agrees that, with respect to its employees to be employed under a contract resulting from this
solicitation, the business shall:
1069

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


3 of 5
(a) Maintain a workplace free of drug and alcohol abuse during the term of the contract;
(b) Publish a statement notifying its employees that the unlawful manufacture,
distribution, dispensing, possession, or use of drugs, and the abuse of drugs or alcohol is
prohibited in the business' workplace and specifying the actions that will be taken against
employees for violation of these prohibitions;
(c) Prohibit its employees from working under the influence of drugs or alcohol;
(d) Not hire or assign to work on the contract anyone who the business knows, or in the
exercise of due diligence should know, currently abuses drugs or alcohol and is not actively
engaged in a bona fide drug or alcohol abuse assistance or rehabilitation program;
(e) Promptly inform the appropriate law enforcement agency of every drug-related crime
that occurs in its workplace if the business has observed the violation or otherwise has reliable
information that a violation has occurred;
(f) Establish drug and alcohol abuse awareness programs to inform its employees about:
(i)
(ii)
(iii)
(iv)

The dangers of drug and alcohol abuse in the workplace;


The business's policy of maintaining a drug and alcohol free workplace;
Any available drug and alcohol counseling, rehabilitation, and employee
assistance programs; and
The penalties that may be imposed upon employees who abuse drugs and
alcohol in the workplace;

(g) Provide all employees engaged in the performance of the contract with a copy of the
statement required by E(2)(b), above;
(h) Notify its employees in the statement required by E(2)(b), above, that as a condition
of continued employment on the contract, the employee shall:
(i)
(ii)

Abide by the terms of the statement; and


Notify the employer of any criminal drug or alcohol abuse conviction for an
offense occurring in the workplace not later than 5 days after a conviction;

(i) Notify the procurement officer within 10 days after receiving notice under E(2)(h)(ii),
above, or otherwise receiving actual notice of a conviction;
(j) Within 30 days after receiving notice under E(2)(h)(ii), above, or otherwise receiving
actual notice of a conviction, impose either of the following sanctions or remedial measures on
any employee who is convicted of a drug or alcohol abuse offense occurring in the workplace:
1070

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


4 of 5
(i)
(ii)

Take appropriate personnel action against an employee, up to and including


termination; or
Require an employee to satisfactorily participate in a bona fide drug or alcohol
abuse assistance or rehabilitation program; and

(k) Make a good faith effort to maintain a drug and alcohol free workplace through
implementation of E(2)(a)(j), above.
(3) If the business is an individual, the individual shall certify and agree as set forth in E(4),
below, that the individual shall not engage in the unlawful manufacture, distribution, dispensing,
possession, or use of drugs or the abuse of drugs or alcohol in the performance of the contract.
(4) I acknowledge and agree that:
(a) The award of the contract is conditional upon compliance with COMAR 21.11.08 and
this certification;
(b) The violation of the provisions of COMAR 21.11.08 or this certification shall be cause
to suspend payments under, or terminate the contract for default under COMAR 21.07.01.11 or
21.07.03.15, as applicable; and
(c) The violation of the provisions of COMAR 21.11.08 or this certification in connection
with the contract may, in the exercise of the discretion of the Board of Public Works, result in
suspension and debarment of the business under COMAR 21.08.03.

F.

CERTAIN AFFIRMATIONS VALID


I FURTHER AFFIRM THAT:

To the best of my knowledge, information, and belief, each of the affirmations, certifications, or
acknowledgements contained in that certain Bid/Proposal Affidavit dated July 8, 2015 and executed
by me for the purpose of obtaining the contract to which this Exhibit is attached remains true and
correct in all respects as if made as of the date of this Contract Affidavit and as if fully set forth
herein.

1071

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


5 of 5

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: ______________
By: __________________________ (printed name of Authorized Representative and Affiant)
_ _________________________ (signature of Authorized Representative and Affiant)

1072

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


1 of 2
Vendor Electronic Funds Transfer (EFT)
Registration Request Form

Please submit this form to:


Maryland Transportation Authority
Attn: Finance Division
2310 Broening Hwy.
Baltimore, MD 21224

Company name and address


Company Name

Tax ID:

Address 1
Do you want to receive your
payments electronically?

Address 2
City

State

Yes
No

ZIP

Financial institution information:


Please enter the information below or attach a voided check
Please retain a copy of this form for your records.
Allow 30 days for us to process your request. Be sure
to notify us of any changes to your banking information

Bank Name
Bank Address

City

State

ZIP
Checking
Money Market

ABA Number

Savings
Account No.

1073

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


2 of 2
I am authorized by this company to make the representations contained in this document. This company authorizes the
Maryland Transportation Authority to register it for electronic funds transfer (EFT) using the information contained in and attached
to this registration form. This company agrees to receive all funds from the Maryland Transportation Authority by electronic funds
transfer according to the terms of the EFT program. This company agrees to return to the Maryland Transportation Authority any EFT
payment incorrectly disbursed by the Maryland Transportation Authority to this company's account. This company agrees to hold
harmless the State of Maryland and its agencies and departments for any delays or errors caused by inaccurate or outdated
registration information or by the financial institution listed above. Initiate all disbursements via EFT to the above account.

Signature of individual, company treasurer, controller, or chief


financial officer

Date
Remittance advice email addresses:

Printed Name

Telephone Number

MdTA Dept of Finance 6/4/2008

1074

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


1 of 4

Agency Control Number

MARYLAND
DEPARTMENT OF HUMAN RESOURCES
HIRING AGREEMENT

This Hiring Agreement (Agreement) is effective this


day of
,
and is entered into
by and between the Maryland Department of Human Resources (Department) and
(the
Contractor) pursuant to State Finance Procurement Article, 13-224, Annotated Code of Maryland,
arising out of a Contract for services between Contractor and
(Entity), contract number
(Procurement Contract).
WITNESSETH:
WHEREAS, the Department has identified the Procurement Contract as eligible for execution of this
Agreement; and,
WHEREAS, the Contractor and the Entity, have discussed and reviewed an inventory of job openings
that exists or the Contractor is likely to fill during the term of the Procurement Contract in the State of
Maryland; and
WHEREAS, the Contractor, Department and the Entity have discussed and reviewed the job
descriptions, locations, and skill requirements for those positions; and
WHEREAS, the Department and the Entity have identified and discussed with the Contractor the
workforce related benefits and support services available to the Contractor as a result of the Agreement
including:

Medicaid coverage for the employee and the employees dependents for up to one year
after placement in the job;

Maryland Childrens Health Program (MCHP) medical coverage for the employees
dependents after one year of employment for as long as eligibility is met;

Food Stamps for the employee and the employees dependents for as long as eligibility
requirements are met;

Child Care subsidies for the employees dependents for up to one year after
employment as long as eligibility requirements are met;
1075

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


2 of 4

Transportation subsidies for the employee for a period of time after employment;

Other Retention services including counseling on an as needed basis; and

Assistance with claiming tax credits for hiring Candidates.

WHEREAS, the Contractor and Department agree to work cooperatively to develop responses to the
workforce development requirements faced by the Contractor and to promote the hiring of the
Departments current and former Family Investment Program (FIP) recipients, their children, foster
youth, and child support obligors (Candidates) by the Contractor.
NOW THEREFORE, upon valuable consideration received, the Contractor and the Department
specifically agree as follows:
A. The CONTRACTOR shall:
1. Notify the Department of all job openings that exists or result from the Procurement Contract.
2. Declare the Department the first source in identifying and hiring Candidates for those
openings.
3. Work with Department to develop training programs that will enable Candidates to qualify for
and secure employment with the Contractor.
4. Give first preference and first consideration, to the extent permitted by law and any existing
labor agreements, to Candidates the Department refers.
5. Agree to give Candidates referred to the Contractor by the Department priority in the filling of
a job opening so long as the Candidate meets the qualifications of the position and the
Department refers qualified Candidates within three (3) working days.
6. Submit biannual reports (for the duration of the Contract) listing the number of all job openings
and the total number of individuals interviewed and hired under the Procurement Contract. The
report shall also include feedback regarding the disposition of referrals made, to include an
explanation of why any such Candidate was not hired or considered qualified.

1076

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


3 of 4
7. Designate this individual to be the specific contact person:

Name
Address
Telephone #

Fax #

e-Mail

who will:

provide additional information regarding first source jobs and clarify their requirements;
receive Department referrals, and
provide feedback to a Department account representative upon request regarding the
dispositions of those referrals as well as the progress/employment status of those
Candidates hired by the Contractor.

B. The Department will designate an account representative who will:


1. Process all the Contractors job notices in accordance with this Agreement.
2. Refer screened and qualified Candidates to the Contractors designated contact person.
3. Make referrals in a timely manner, that is, within three (3) working days after receiving the
Contractors job opening notices.
4. Assist in the development of any mutually agreed upon training and/or internship programs that
will better prepare Candidates for employment with the Contractor.
4. Provide follow-up and post hire transitional/supportive services, (e.g. Medicaid, MCHP, Food
Stamps, child care, transportation, retention counseling, and access to tax credits) as necessary
and appropriate.
6. Insure that the Contractor is advised of available subsidies and provide any assisted to the
Contractor to obtain those subsidies.
7. Report the Contractor to the procurement Entity if the Contractor does not fulfill its
responsibilities in accordance with this Agreement.
8. Review and evaluate the effectiveness of this undertaking with the Contractor and make
modifications as necessary and appropriate.
1077

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


4 of 4
C. DISCLAIMERS
Nothing in this Agreement shall cause the Contractor, except as explicitly provided in Section A
above, to alter existing hiring practices or to hire an individual into a position for which he/she is not
qualified.
D. NON-DISCRIMINATION:
The Contractor agrees that there shall be no discrimination against any employee or Candidate for
employment because of race, color, sex, religion, national origin, age, sexual preference, disability or
any other factor specified in Title VI of the Civil Rights Act of 1964, Section 504 of the Rehabilitation
Act of 1983 and subsequent amendments and that they will comply with all other pertinent federal and
State laws regarding discrimination.
E. MARYLAND LAW PREVAILS
The place of performance of this Agreement shall be the State of Maryland. This Agreement shall be
construed, interpreted, and enforced according to the laws and regulations of the State of Maryland,
including approval of the Board of Public Works where appropriate.
F. EFFECTIVE DATE:
This Agreement shall take effect on the date of the aforementioned Procurement Contract, which is for
the period
through
, and it shall remain in effect for the duration of the Procurement
Contract, including any option periods or extensions.
IN WITNESS, WHEREOF, the Contractor and the Department have affixed their signatures below:
FOR THE CONTRACTOR:

FOR THE DEPARTMENT

___________________________________
SIGNATURE

__________________________________

SIGNATURE
Type Title Here
TITLE

Program Administrator
TITLE

______________________
DATE

______________________
DATE

Approved for form and Legal Sufficiency by the


Department Attorney Generals Office

1078

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


1 of 3
SMALL BUSINESS RESERVE AFFIDAVIT
I,_________________________(type or print your name legibly), affirm to the State of Maryland that:
1. I am the _____________________________(type or print legibly your title, office, or capacity) of
________________(type or print legibly the correct and complete company name) hereinafter
referred to as the "Business."
2. The Business is:
(a) a for-profit enterprise;
(b) not a broker, as defined in COMAR 21.01.02.01B(13-1);
(c) independently owned and operated;
(d) not a subsidiary of another business; and
(e) not dominant in its field of operation.
(f) With respect to employees, either:
(i) The wholesale operations of the Business did not employ more than 50 persons in its most
recently completed 3 fiscal years;*
(ii) The retail operations of the Business did not employ more than 25 persons in its most recently
completed 3 fiscal years; *
(iii)The manufacturing operations of the Business did not employ more than 100 persons in its
most recently completed 3 fiscal years; *
(iv) The service operations of the Business did not employ more than 100 persons in its most
recently completed 3 fiscal years; *
(v) The construction operations of the Business did not employ more than 50 persons in its most
recently completed 3 fiscal years; and *
(vi) The architect and engineering services of the Business did not employ more than 100 persons,
in its most recently completed 3 fiscal years; or*
(g) With respect to gross sales:
(i) The gross sales of its wholesale operations did not exceed an average of $4,000,000 in its most
recently completed 3 fiscal years; *
(ii) The gross sales of its retail operations did not exceed an average of $3,000,000 in its most
recently completed 3 fiscal years; *
1079

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


2 of 3
(iii) The gross sales of its manufacturing operations did not exceed an average of $2,000,000 in its
most recently completed 3 fiscal years; *
(iv) The gross sales of its service operations did not exceed an average of $10,000,000 in its most
recently completed 3 fiscal years; *
(v) The gross sales of its construction operations did not exceed an average of $7,000,000 in its
most recently completed 3 fiscal years; and *
(vi) The gross sales of its architectural and engineering operations did not exceed an average of
$4,500,000 in its most recently completed 3 fiscal years. *
Note: * If a business has not existed for 3 years, the employment and gross sales average or
averages shall be the average(s) for each year or part of year during which the business has been in
existence.
3. For small businesses claiming an additional percentage preference for being veteran-owned (2%) or
disabled-veteran-owned (3%), initial next to the applicable statement:
The business is at least 51% owned and controlled by one or more individuals who are veterans as
efined in 38 U.S.C. 101(2) and who are domiciled in Maryland.
Or
The business is at least 51% owned and controlled by one or more individuals who are disabled
veterans domiciled in Maryland and who have been certified by the U.S. Department of Veterans
Affairs as having a service-connected disability regardless of the disability rating.
4. I am fully authorized by the Business to provide this Affidavit.
5. Upon request of the State of Maryland, the Business promises to provide the State promptly with
copies of the complete federal and state (all states in which the Business filed returns) income tax
returns for the most recently completed 3 fiscal years of the Business.
6. I understand that the State of Maryland may rely upon this affidavit and that if the information
provided by me in this certification is false I may be subject to criminal prosecution for perjury,
procurement fraud, and other crimes and any contract awarded to the Business in reliance upon this
Affidavit may be void or subject to termination for default.
UNDER PENALTIES OF PERJURY, I hereby swear that the matters stated in this Affidavit are true.
_______________________________(Date) _______________________________ Signature
Type or print name legibly _________________________________________

1080

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


3 of 3

Penalties for Submitting False Information. If information provided by the business in the affidavit or
by other means is materially false, the bidder or offeror and the individual providing the false
information may be subject to criminal prosecution for perjury, procurement fraud, and other crimes
and may be subject to debarment, and all contract awards to the business in reliance upon the
inaccurate affidavit or other information may be void or subject to termination for default.
SMALL BUSINESS CERTIFICATION NUMBER __________
Date of Most Recent Qualification

__________

1081

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


1 of 3
VETERAN-OWNED SMALL BUSINESS ENTERPRISE (VSBE) FORM

Veteran-Owned Small Business Enterprise (VSBE) Utilization Affidavit


(Submit with bid or offer)

This document MUST BE included with the bid. If the Bidder fails to complete and submit this form
with the bid, the Procurement Officer may determine that the bid is non-responsive.
In conjunction with the bid submitted in response to Solicitation No.
BB-2829-000-006, I affirm the following:
1.

I acknowledge and intend to meet the overall verified VSBE participation goal of One
Percent (1%). Therefore, I will not be seeking a waiver.
OR

I conclude that I am unable to achieve the VSBE participation goal. I hereby request a
waiver, in whole or in part, of the overall goal. Within ten (10) business days of receiving
notice that our firm is the apparent awardee, I will submit all required waiver
documentation in accordance with COMAR 21.11.13.07.

2. I understand that if I am notified that I am the apparent awardee, I must submit the following
additional documentation within ten (10) working days of receiving notice of the apparent award or
from the date of conditional award (per COMAR 21.11.13.06), whichever is earlier.

VSBE Participation Statement; and


Any other documentation, including waiver documentation, if applicable, required by the
Procurement Officer to ascertain bidder responsibility in connection with the VSBE
participation goal.

I understand that if I fail to return each completed document within the required time, the
Procurement Officer may determine that I am not responsible and therefore not eligible for contract
award. If the contract has already been awarded, the award is voidable.
3. In the solicitation of subcontract quotations or offers, VSBE subcontractors were provided not less
than the same information and amount of time to respond as were non-VSBE subcontractors.
4.

Set forth below are the (i) verified VSBEs I intend to use and (ii) the percentage of the total
contract amount allocated to each VSBE for this project. I hereby affirm that the VSBE firms are
only providing those products and services for which they are verified.

1082

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


2 of 3

Prime Contractor:
(Firm Name, Address, Phone)

Project Description:

Project number:

Name of Veteran-Owned Firm Percentage DUNS Number


of Total Contract
Name of Veteran-Owned Firm
Percentage of Total Contract

DUNS Number

Name of Veteran-Owned Firm


Percentage of Total Contract

DUNS Number

Name of Veteran-Owned Firm


Percentage of Total Contract

DUNS Number

Name of Veteran-Owned Firm


Percentage of Total Contract

DUNS Number

Continue on a separate page, if needed.

SUMMARY
Total VSBE Participation: _____ %
I solemnly affirm under the penalties of perjury that the contents of this Affidavit are true to the best of
my knowledge, information, and belief.
_____________________________________
Bidder Name

_______________________________
Signature of Affiant

(PLEASE PRINT OR TYPE)

NAME: _____________________________
TITLE: _____________________________
DATE: ______________________________
1083

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


3 of 3

VSBE Participation Schedule

Please complete and submit one form for each verified VSBE listed on the VSBE Utilization Affidavit within 10
working days of notification of apparent award.
_________________________ (prime contractor) has entered into a contract with _________________________
(subcontractor) to provide services in connection with the Solicitation described below.

Prime Contractor Address and Phone

Project Description

Project Number

Total Contract Amount $

Name of Veteran-Owned Firm

DUNS Number

Work To Be Performed

Percentage of Total Contract

The undersigned Prime Contractor and Subcontractor hereby certify and agree that they have fully
complied with the State Veteran-Owned Small Business Enterprise law, State Finance and
Procurement Article, Title 14, Subtitle 6, Annotated Code of Maryland.
PRIME CONTRACTOR SIGNATURE SUBCONTRACTOR SIGNATURE

By:

________________________________
Name, Title

By:

Date

_________________________________
Name, Title
Date

1084

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


1 of 5
DEPARTMENT OF LABOR, LICENSING AND REGULATION DIVISION OF LABOR
AND INDUSTRY PREVAILING WAGE SECTION

1085

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


2 of 5

1086

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


3 of 5
PREVAILING WAGE SERVICE
1100 N. EUTAW STREET, ROOM 607
BALTIMORE, MD 21201
E-mail: dldliprevailingwage-dllr@maryland.gov

ATTENTION IMPORTANT CHANGE TO


CERTIFIED PAYROLL RECORD SUBMITTAL
Effective November 26, 2012, the Division of Labor and Industry, Prevailing
Wage Unit is requiring that all certified payroll records be submitted electronically.
The regulation addressing this change can be found at COMAR 21.11.11.02. Please
note that paper copies of certified payroll records will no longer be accepted.
For more information, go online to http://www.dllr.maryland.gov/labor/prev/
and follow the instructions for registering and start submitting certified payroll records.
In addition, enclosed are step by step instructions how to register and how to
submit. If you have further questions, please contact Mr. Edward Poarch, Director of
Maryland Apprenticeship and Training, Administrator of Prevailing Wage Unit, at
410.767.2342 or via email at edward.poarch@marylandgov or Mrs. Katrina Williams,
Prevailing Wage Unit, at 410.767.2365 or via email at katrina.williams@maryland.gov.

PHONE: 410.767.2342
LARRY HOGAN, GOVERNOR

FAX: 410-767-2986
.

BOYD RUTHERFORD, LT. GOVERNOR


1087

www.dllr.maryland.gov/labor/prev
.

KELLY M. SCHULZ, III, SECRETARY

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


4 of 5

Instructions for Registering and Submitting Certified Payroll Records


I. REGISTRATION
NOTE: YOU MUST HAVE YOUR FEIN OR EIN, EMAIL ADDRESS AND COMPANY
INFORMATION BEFORE YOU START THE REGISTRATION PROCESS
Follow these steps to register:
Go to: www.dllr.state.md.us/PrevWage/PWRequestRates.aspx
Click on Register
Choose the correct link for registration, either Contractor Registration or Subcontractor Registration
Insert FEIN or EIN. (No symbols or dashes)
Click Submit
Fill in all required boxes and create your own username
Click Submit
**Successful REGISTRATION will be indicated in GREEN at the top of the screen.
To set your password:
Locate temporary password in the email account given during registration
Highlight and copy the password
Return to the Prevailing Wage Homepage
Click Log-In
Insert Username
Paste password
Click on Log-in
***NOTE: If you forget your password, click on the link: I forgot my password and you will be emailed another
temporary password. (Repeat above steps)
The Homepage will now have additional links in the menu column
Click Personnel
Click My Details
Change your password
Re-enter new password
Click Update
**Successful submission will be indicated in GREEN at the top of the screen

II.

SUBMITTAL OF CERTIFIED PAYROLL RECORDS

Once you have successfully registered, you can proceed with the submittal of payroll
records electronically by following these steps:
1. Sign-In

Log In with Username and Password


Select certified payroll
Click: Manual Payroll Submit
(FEIN already entered) Select Type
Choose Certified Payroll Entry or Amended Payroll Entry if a change to a previous submittal
Enter Determination Number
Click Submit
Enter Payroll Week Start Date and Week Ending Date (mm/dd/yyyy format)
Click Submit
Choose Yes if there is a payroll to submit for the week
Click Log Payroll Session

1088

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


5 of 5
2. Enter Worker Data

Enter employees full social security number (No dashes or spaces)


Enter employees complete name and address
Choose Yes if the employee is an apprentice or Foreman/Superintendent
Click on classification drop box
Choose the correct classification for the employee
Click submit

3. Enter Payroll Hours on Prevailing Wage Work Sites Only


Enter all straight time (ST) and overtime (OT) hours worked.
Enter Hourly Fringes
Enter Gross Pay
Click Submit
***NOTE: If the employer does not have a bona fide benefit package for employees, the fringe amount MUST be added to
the wages and ENTER in column for Cash in Lieu of Fringe Benefit

4. Enter Deductions

Enter all deductions for employee


Enter Net Pay
Choose 1099 if the employee does not have deductions.
Click Submit

5. Enter Fringe Benefits

Enter all fringe benefits for the employee

6. Prepare to Submit

Choose Back to Edit this Payroll Record if there are corrections to be made to the completed payroll record.
Choose Add Next Payroll Record if there are other employees to enter
FINALLY, choose Submit Payroll Data if you have completed payroll session.

NOTE: This is a reporting system for compliance with the States prevailing wage law. IT IS
NOT AN ACCOUNTING SYSTEM, IT IS A REPORTING SYSTEM.

1089

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


1 of 1
STATE OF MARYLAND
NOTICE TO VENDORS/CONTRACTORS
In order to help us improve the quality of State solicitations, and to make our procurement
process more responsive and business friendly, we ask that you take a few minutes and provide
comments and suggestions regarding the enclosed solicitation. Please return your comments
with your proposals. If you have chosen not to bid on this contract, please email this completed
form to INSERT EMAIL ADDRESS.
Project No. BB-2829-000-006
Project Title: BAY BRIDGE FACILITY HVAC REPLACEMENT

1. If you have responded with a "no bid", please indicate the reason(s) below:
( ) Other commitments preclude our participation at this time.
(
(
(
(
(

)
)
)
)
)

(
(
(
(
(

)
)
)
)
)

( )
( )
( )
( )

The subject of the solicitation is not something we ordinarily provide.


We are inexperienced in the work/commodities required.
Specifications are unclear, too restrictive, etc. (Explain in REMARKS section.)
The scope of work is beyond our present capacity.
Doing business with Maryland Government is simply too complicated. (Explain in
REMARKS section.)
We cannot be competitive. (Explain in REMARKS section.)
Time allotted for completion of the bid is insufficient.
Start-up time is insufficient.
Bonding/Insurance requirements are restrictive. (Explain in REMARKS section.)
Bid requirements (other than specifications) are unreasonable or too risky.
(Explain in REMARKS section.)
MBE requirements. (Explain in REMARKS section.)
Prior State of Maryland contract experience was unprofitable or otherwise unsatisfactory.
(Explain in REMARKS section.)
Payment schedule too slow.
Other:___________________________________________________________

2. If you have submitted a bid, but wish to offer suggestions or express concerns, please use the
Remarks section below. (Use reverse or attach additional pages as needed.)
REMARKS: ________________________________________________________________________
Contractors Name: ___________________________________ Date: ________________
Contact Person: _____________________________________ Phone: (____) _____ - ______
Address:_____________________________________________________________________
1090

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


1 of 6
CONTRACT PROVISIONS
APPRENTICESHIP TRAINING FUND
Effective July 1, 2013 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 State Apprenticeship Training Fund requires contractors and some subcontractors on public
work contracts to make contributions to: (1) a registered apprenticeship program, (2) an
organization that operates registered programs, or (3) the State Apprenticeship Training Fund.
The following information concerning the requirements of the apprenticeship training fund
program are being provided for informational purposes only. It is the contractors
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.
Hourly Contribution Rate.
(a) If a contractor participates in an apprenticeship training program for each covered craft, the
contractor satisfies their obligation under State Finance and Procurement Article, 17603(a)(1), Annotated Code of Maryland, by making contributions of at least 25 cents per
person per hour.
05-07-13
1091

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


2 of 6
(b) If a subcontractor participates in an apprenticeship training program for each covered craft, the
subcontractor satisfies their obligation under State Finance and Procurement Article, 17604(a)(1), Annotated Code of Maryland, by making contributions of at least 25 cents per
person per hour.
(c) Contractors and subcontractors that do not participate in an apprenticeship training program
shall pay at least 25 cents per person per hour for each employee in each covered craft on the
prevailing wage project to a registered apprenticeship program, an organization that has a
registered apprenticeship program, or the Fund.
(d) Contractors and subcontractors who make contributions to the Fund shall do so on a monthly
basis.
(e) Contractors and subcontractors who make contributions to a registered apprenticeship
program or an organization that has a registered apprenticeship program shall make
contributions on a monthly basis or consistent with a collective bargaining agreement or other
contractual arrangement.
(f) If there is a prevailing wage determination that includes a fringe benefit contribution for
apprenticeship that exceeds 25 cents per hour, a contractor or subcontractor that makes
contributions to the Fund shall pay to the employee wages in the amount that the fringe benefit
contribution for apprenticeship exceeds 25 cents per hour.
Contractor and Subcontractor Registration.
(a) Contractors performing work on a prevailing wage project shall complete the registration
process
at
the
Division
of
Labor
and
Industrys
website
at
https://www.dllr.state.md.us/prevwage.
(b) Subcontractors who are performing work valued at $100,000 or more on a prevailing wage
project shall complete the registration process at the Division of Labor and Industrys website
at https://www.dllr.state.md.us/prevwage.
(c) Prior to the commencement of work, a registered contractor or registered subcontractor shall
log
onto
the
Division
of
Labor
and
Industrys
website
at
https://www.dllr.state.md.us/prevwage and complete the required project log information
including:
(1) The prevailing wage project number;
05-07-13
1092

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


3 of 6
(2) Contract value;
(3) Identification of subcontractors to perform work on the project and subcontract value
amount;
(4) Designation of the program or Fund where the contractor or subcontractor will make
contributions; and
(5) Any other information that the Commissioner requires.
Contractor and Subcontractor Notification to Subcontractors.
(a) Contractors and subcontractors who hire subcontractors performing work valued at $100,000
or more on a public work contract subject to the Maryland Prevailing Wage Law shall provide
the subcontractors with written notice of the following requirements:
(1) Subcontractors shall complete the registration process at the Division of Labor and
Industrys website at https://www.dllr.state.md.us/prevwage;
(2) Prior to the commencement of work, a subcontractor shall log onto the Division of Labor
and Industrys website at https://www.dllr.state.md.us/prevwage and complete the
required project log information including:
(a) The prevailing wage project number;
(b) Contract value;
(c) Identification of all subcontractors to perform work on the project and subcontract
value amount;
(d) Designation of the program or Fund where the subcontractor will make
contributions; and
(e) Any other information that the Commissioner requires; and
(f) 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 each employee employed in classifications listed on the prevailing wage
determination.
05-07-13
1093

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


4 of 6
(b) Contractors and subcontractors shall retain a copy of the written notice required in A of this
regulation that was provided to covered subcontractors for inspection and review by the
Commissioner for 3 years after the completion of their work on a public work project.
Contractor and Subcontractor Obligations Related to Contributions.
Contractors and subcontractors are required to:
(a) Indicate on their prevailing wage payroll record their contributions under State Finance and
Procurement Article, 17-603 or 17-604, Annotated Code of Maryland; and
(b) Certify that the contributions were received by an approved apprenticeship program or the
Fund.
Notification to Division of Labor and Industry of Changes to Designated Approved
Apprenticeship Programs or Fund.
(a) Contractors and subcontractors shall log onto the Division of Labor and Industrys website
at https://www.dllr.state.md.us/prevwage and indicate each approved apprenticeship
program or the Fund to which it will make contributions.
(b) If a contractor or subcontractor intends to change a designation, it shall log onto the Division
of Labor and Industrys website at https://www.dllr.state.md.us/prevwage to indicate the
change in designation 30 days prior to that change.
Approved Apprenticeship Program Obligations.
(a) Upon notice from the Division of Labor and Industry that the approved apprenticeship
program has been designated for contributions by a contractor or subcontractor, an approved
apprenticeship program shall register on the Division of Labor and Industrys website at
https://www.dllr.state.md.us/prevwage.
(b) An approved apprenticeship program shall complete the requested information on
contributions received from contractors and subcontractors for each covered craft for each
prevailing wage project at the Division of Labor and Industrys website at
http://www.dllr.state.md.us/prevwage on or before the last day of the month immediately
following each calendar quarter.
(c) Certify that all funds received are used solely for the purpose of improving or expanding
apprenticeship training in the State.
05-07-13
1094

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


5 of 6
Audit of an Approved Apprenticeship Program. The Commissioner may require an independent
audit by a certified public accountant of an approved apprenticeship program to verify that
contributions received are used consistent with this subtitle.
Enforcement Procedures.
(a) The Commissioner may investigate whether State Finance and Procurement Article, Title
17, Subtitle 6, Annotated Code of Maryland, has been violated:
(1) On the Commissioners 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 State
Finance and Procurement Article, Title 17, Subtitle 6, Annotated Code of Maryland, or a
regulation adopted to carry out the title, the Commissioner shall issue an administrative
charge that shall:
(1) Describe in detail the nature of the alleged violation;
(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 administrative charge, the
Commissioner shall send a copy of the administrative charge to the alleged violator by
certified mail with notice of the opportunity to request a hearing.
05-07-13
1095

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


6 of 6
(f) Within 15 days after the alleged violator receives the administrative charge, the employer
may submit a written request for a hearing on the administrative charge and proposed
penalty.
(g) If a hearing is not requested within 15 days, the administrative charge, 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 State Government Article, Title 10, Subtitle
2, 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; or
(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 I of this regulation, with or without a hearing
on the record, the Commissioner shall issue an order that affirms, modifies, or vacates the
proposed decision.

05-07-13

1096

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


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 L 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.
Living Wage Law:
Maryland law requires that contractors meeting certain conditions pay a living wage to covered
employees on State service contracts over $100,000. Maryland Code, State Finance and
Procurement, 18-101 et al. The Commissioner of Labor and Industry at the Department of Labor,
Licensing and Regulation requires that a contractor subject to the Living Wage law submit payroll
records for covered employees and a signed statement indicating that it paid a living wage to
covered employees; or receive a waiver from Living Wage reporting requirements. See COMAR
21.11.10.05.
If subject to the Living Wage law, Contractor agrees that it will abide by all Living Wage law
requirements, including but not limited to reporting requirements in COMAR 21.l1.10.05.
Contractor understands that failure of Contractor to provide such documents is a material breach of
the terms and conditions and may result in Contract termination, disqualification by the State from
participating in State contracts, and other sanctions.
If a Contractor subject to the Living Wage law fails to submit all records required under COMAR
21.11.10.05 to the Commissioner of Labor and Industry at the Department of Labor, Licensing and
Regulation, the agency may withhold payment of any invoice or retainage. The agency may require
certification from the Commissioner on a quarterly basis that such records were properly submitted.
1097

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

1098

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

1099

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

1100

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

1101

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

1102

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

1103

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

MARYLAND TRANSPORTATION AUTHORITY


CONTRACTOR AFFIRMATIVE ACTION PROGRAM

1104

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


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
1105

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


3 of 17
Contractor Affirmative Action/Equal Employment
Opportunity Program - Records and Reports................................16
Contractor Affirmative Action/Equal Employment
Opportunity Monitoring.....................................................17

1106

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


4 of 17
MARYLAND TRANSPORTATION AUTHORITY
CONTRACTOR AFFIRMATIVE ACTION PROGRAM
I. General

II.

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.

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.

1107

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


5 of 17

CONTRACTOR AFFIRMATIVE ACTION PROGRAM

1108

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


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; religion; creed; marital status; national origin; sex;
ancestry; 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.

1109

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


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
Labors 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 resultoriented 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.

1110

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


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 subcontracts. 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.

1111

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


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.

1112

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


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.

1113

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


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.

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.

The Contractor will develop procedures for promoting the employment of minority/female
youth on an after-school, summer and vacation basis.

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.

1114

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


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.

Periodic evaluations of the spread of wages paid within each classification to determine
whether there is any evidence of discriminatory wage practices.

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.
1. Investigations of all complaints of alleged discrimination attempts in 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.

1115

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


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.

Consistent with Contractors 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.

Contractor will advise both employees and applicants for employment of available training
programs and entrance requirements for the program.

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.

1116

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


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.

1117

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


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.

The Contractor will use good faith efforts to assure that all subcontractors comply with
equal employment obligations as defined in the amended Governors Code of Fair
Employment Practices. (Exec. Order No. 01.01.2007.16; COMAR 01.01.2007.16)

1118

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


16 of 17
RECORDS AND REPORTS
In accordance with the Governors 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:
a

The number of minority/female and other persons employed in each work classification of
the project.

The progress and efforts being made in cooperation with unions, if any, to increase
minority/female employment opportunities.

The progress and efforts being made in locating, hiring, training, qualifying, and upgrading
minority/female employees.

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 every month 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.

1119

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


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.

1120

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


1 of 12
AFFIRMATIVE ACTION REQUIREMENTS UTILIZATION OF MINORITY BUSINESS
ENTERPRISES FOR STRAIGHT STATE CONTRACTS
(Where the Contractors 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.
Broker An agent of a buyer who sells stocks, bonds, commodities, or services, usually on a
commission basis.
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.
Commercially Useful Function as per COMAR 21.11.03.12-1 a certified MBE performs a
commercially useful function when it is responsible for execution of the work of the contract
and is carrying out its responsibilities by actually performing, managing, and supervising the
work involved: and with respect to materials and supplies used on the contract, for negotiating
price, determining quality and quantity, ordering the material, and installing (where applicable)
and paying for the material itself.
Director, Division of Civil Rights and Fair Practices The individual designated for the
Administrations 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.
Manufacturer A firm that produces a product from raw materials or substantially alters a
previously manufactured product by operating or maintaining a factory or establishment that
produces or alters on the premises.

1121

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


2 of 12
Manufacturer Representative A business that transfers title of a product from a
manufacturer to an ultimate purchaser (e.g., a sales representative who invoices a product from
the producing company to the contractors).
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.
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 MDOT
MBE Form A, MBE Utilization Affidavit and MDOT MBE Form B, MBE Participation
Schedule, both of which must be submitted with your bid or initial price proposal if there is an
required participation MBE goal set for the solicitation. The MBE Participation Packet also
includes the following documents which are submitted after bids or proposals are opened:
MDOT MBE Form C, Outreach Efforts Compliance Statement, MDOT MBE Form D,
Subcontractor Project Participation Affidavit; MDOT MBE Form E, Good Faith Efforts
Guidance and Documentation; and the Minority Contractor Unavailability Certificate (Form D005).
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;
1122

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

3 of 12
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.
Regular Dealer - A firm that owns, operates, or maintains a store, warehouse, or other
establishment in which the materials or supplies required for the performance of the contract are
bought, kept in stock, and regularly sold to the public in the usual course of business.
To be a regular dealer, the firm must engage in, as its principal business, and in its own name, the
purchase and sale of the products in question. A regular dealer in such bulk items as cement, gravel,
stone and petroleum need not keep such products in stock, if it owns or operates distribution
equipment. Brokers and packagers shall not be regarded as manufacturers or regular dealers within
the meaning of this section.
A regular dealer must be engaged in selling the product in question to the public. This is important
in distinguishing a Regular Dealer, which has a regular trade with a variety of customers, from a
firm which performs supply-like functions on an ad-hoc basis or for only one or two contractors
with whom it has a special relationship.
A business that simply transfer title of a product from manufacturer to ultimate purchaser (e.g.
broker or sales representative who re-invoices a product from the producing company to the
recipient or contractor) or a firm that puts a product in a container for deliver would not be
considered a Regular Dealer.
A supplier of bulk goods may qualify as a regular dealer if it either maintains an inventory or owns
or operates distribution equipment. With respect to the distribution equipment (e.g. a fleet of
trucks), the term operates is intended to cover a situation in which the supplier leases the
equipment on a regular basis for its entire business. It is not intended to cover a situation in the firm
simply provides drivers for trucks owned or leased by another party, (e.g., a prime contractor) or
leases such as partys trucks on an ad-hoc basis for a specific job.
Supplier A regular dealer, who owns, operates, or maintains a store, warehouse, or other
establishment in which the material or supplies required for the performance of a contract are
placed, kept in stock, and regularly sold to the public in the usual course of business.
1123

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006

4 of 12
The supplier must perform a commercially useful function consistent with normal industry
practices. To be a regular dealer, the firm must engage in, as its principal businesses, and in its own
name, the purchase and sale of the products in question.
A supplier of bulk goods (Cement, gravel, stone, and petroleum products) may qualify as a regular
dealer if it either maintains an inventory or owns or operates distribution equipment. With respect
to the distribution equipment (A fleet of trucks), the term operates is intended to cover a situation
in which the supplier leases the equipment on a regular basis for its entire business. It is not
intended to cover a situation in which the firm simply provides drivers for trucks owned or leased
by another party, (such as a prime contractor) or leases such a partys trucks on an ad-hoc basis for
a specific job.
Third Tier Contracting The process in which a prime contractor subcontracts a portion of an
original contract to a subcontractor who in turn subcontracts a portion of a subcontract to a third
party. This latter action is termed entering into a third tier contract agreement.
B. MBE and Good Faith Effort Requirements
1. 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 MDOT MBE Form A, Certified
MBE Utilization and Fair Solicitation Affidavit and MDOT MBE Form B, MBE
Participation Schedule. The failure of a bidder to complete and submit MDOT MBE Form
A, Certified MBE Utilization and Fair Solicitation Affidavit and MDOT MBE Form B,
MBE Participation Schedule shall result in a determination that the bid is not responsive.
The failure of an offeror to complete and submit MDOT MBE Form A, Certified MBE
Utilization and Fair Solicitation Affidavit and MDOT MBE Form B, MBE Participation
Schedule shall result in a determination that the proposal is not susceptible of being selected
for award.
2. In Accordance to COMAR 21.11.03.10;C(2) In making a good faith effort to achieve the
MBE goal, prior to completing MDOT MBE Form A, Certified MBE Utilization and Fair
Solicitation Affidavit and MDOT MBE Form B, 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;

1124

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


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

1125

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


5 of 12
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 Zero percent (0%) 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 Zero_ percent (0%) participation by firms classified as
African American-owned firms, a sub-goal of Zero percent (0%) participation by firms
classified as Woman-owned firms, a sub-goal of a minimum of Zero percent (0%)
participation by firms classified as Hispanic American-owned firms, and a sub-goal of a
minimum of Zero percent (0%) 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 bidders Affirmative Action
Plan being approved by the Administration.
4. The Affirmative Action Plan shall include as a minimum:
a. The name of an employee designated as the bidders Minority Business Liaison Officer.
b. A complete MDOT MBE Form D, MBE Subcontractor Project Participation Affidavit,
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, MDOT
MBE Form D MBE Subcontractor Project Participation Affidavit submitted after the
opening of bids or proposals shall include all MBE firms identified on MDOT MBE
Form B, 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. MDOT MBE Form D, MBE Subcontractor
Project Participation Affidavit shall be completed and signed by the Bidder and MBE
for each business listed in MBE Form B, MBE Participation Schedule.
c. A completed MDOT MBE Form C, Outreach Efforts Compliance Statement.

1126

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


6 of 12
5. 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.
6. 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
MDOT MBE Form A, Certified Utilization and Fair Solicitation Affidavit, submitted with
the bid or initial proposal. To obtain approval of a waiver, the bidder shall submit a
complete MDOT MBE Form E, Good Faith Efforts Guidance and Documentation, and any
other supporting documentation.
7. 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.
8. Bidder Records
The bidder shall maintain records showing actions which have been taken to comply with
procedures set forth herein.
9. Bidders Cooperation
The bidder shall cooperate with the Administration representative in any review of the
Contractors procedures and practices, with respect to the MBEs, which the
Administrations representative may, from time to time, conduct.
10. Bidder MBE Modifications
During the life of the Contract, all plans to modify the approved MBE participation program
will require the approval of the Executive Director 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 Director of Civil Rights and Fair Practices.
The low bidders 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.

1127

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


7 of 12
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 monthly 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 reports shall be due on the 15th calendar day of every month. If the
Contractor cannot submit their report on time, the Contractor shall notify the
Administrations representative and request additional time to submit the report. Failure of
the Contractor to report in a time manner may result in a 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. Consent to provide such documentation as reasonably requested and to provide right-ofentry at reasonable times for purposes of the States representatives verifying compliance
with the MBE participation obligations.
5. At the option of the procurement agency, upon completion of the contract and before final
payment and/or release of retainage, submit a final report in affidavit form and under penalty
of perjury, of all payments made to, or withheld from MBE subcontractors.

1128

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


8 of 12
6. Upon request for the procuring agency or MBE Compliance Office, the bidder/contractor
will submit copies of cancelled checks, if those documents are needed to resolve payment
disputes.
7.

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 Administrations
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 judgment of the Administration, bring the Contractor into
compliance. If the Contractor fails or refuses to comply fully with such steps, the
Administrations 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 Generals 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 Generals 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.
2. 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
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 Administrators approval.

1129

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


9 of 12
3. Liquidated Damages. The Contract that will result from the solicitation will require the
Contractor to make good faith efforts to comply with the Minority Business Enterprise
(MBE) Program and Contract provisions. The MDTA and the Contractor acknowledge
and agree that the State will incur damages, including but not limited to loss of goodwill,
detrimental impact on economic development, and diversion of internal staff resources, if
the Contractor does not make good faith efforts to comply with the requirements of the MBE
Program and MBE contract provisions. The parties further acknowledge and agree that the
damages the State might reasonably be anticipated to accrue as a result of such lack of
compliance are difficult to ascertain with precision and that liquidated damages present a
fair, reasonable, and appropriate estimation of damages.
Therefore, upon a determination by the MDTA that the Contractor failed to make good faith
efforts to comply with one or more of the specified MBE Program requirements or Contract
provisions and without the MDTA being required to present any evidence of the amount or
character of actual damages sustained, the Contractor agrees to pay liquidated damages to
the MDTA at the rates set forth below. Such liquidated damages are intended to represent
estimated actual damages and are not intended as a penalty. The Contractor expressly
agrees that the MDTA may withhold payment on any invoices as a set-off against liquidated
damages owed. The Contractor further agrees that for each specified violation, the agreed
upon liquidated damages are reasonably proximate to the loss the State is anticipated to
incur as a result of such violation.
A.

Failure to submit each monthly payment report in full compliance with COMAR
21.11.03.13B (3): $23.00 per day until the monthly report is submitted as required.

B.

Failure to include in its agreements with MBE subcontractors a provision requiring


submission of payment reports in full compliance with COMAR 21.11.03.13B (4):
$82.00 per MBE subcontractor.

C.

Failure to comply with COMAR 21.11.03.12 in terminating, canceling, or changing


the scope of work/value of a contract with an MBE subcontractor and/or amendment
of the MBE participation schedule: the difference between the dollar value of the
MBE participation commitment on the MBE participation schedule for that specific
MBE firm and the dollar value of the work performed by that MBE firm for the
contract.

D.

Failure to meet the Contractors total MBE participation goal and subgoal
commitments: the difference between the dollar value of the total MBE participation
commitment on the MBE participation schedule and the MBE participation actually
achieved.

Notwithstanding the use of liquidated damages, the MDTA reserves the right to terminate the
contract and exercise all other rights and remedies provided in the contract or by law.
1130

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


10 of 12
E. SUBCONTRACTING
Subcontracting by the Prime Contractor. MDOT MBE Form B, Fair Solicitation Affidavit
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 Administrations Contracting Officer may require the
submission of the written Subcontract for review by the Administration and/or FHWA.
Form Acquisitions. MDOT MBE Form B, Fair Solicitation Affidavit may be acquired through
the Division of Procurement. All questions should be directed to the Compliance Officer or the
Records Specialist.
It is the Administrations intention to randomly select during each calendar quarter a
representative sample of written Subcontracts for review. This review will be conducted by the
MBE Compliance Officer.
F. MBE COMPLIANCE FIELD MEETING
A MBE Compliance Field Meeting will be conducted to review the responsibilities of the
Administration and the Contractors personnel relative to MBE Compliance and documentation.
The meeting will be held within two weeks after starting work on the project.
The Compliance Officer, who will notify the following of the date, time, and location, will
arrange the meeting. At least one week advanced notice will be required.
(a) Administrative Representatives.
(i) MBE Compliance Officer
(ii) MBE Field Compliance Officer
(iii)DLLR Representative
(iv) Construction Project Manager
(b) Contract Representatives.
(i) Superintendent- Prime Contractor
(ii) MBE Liaison Prime Contractor
(iii)Owner/Superintendent/Foreman - MBE Subcontractor
The Compliance Officer and Project Engineer will jointly conduct the meeting.
Contractor shall notify the appropriate subcontractors and ensure their attendance.

1131

The

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


11 of 12
G. STRUCTURAL STEEL POLICY STATEMENT
The Maryland Department of Transportation is committed to providing the maximum
amount of contracting opportunities to certified Minority Business Enterprises (MBEs). The
previously established policy excluded the consideration of the cost of supply structural steel for
MBE participation since there were no structural steel manufacturers certified by MDOT. This
exemption is no longer applicable since MBE firms have been certified under this category.
The Administration reserves the right to verify the accuracy of the dollar value included on
the Contractors Affirmative Action Plan, including the value associated with the manufacture,
supply, and installation of structural steel.
H. MBE DUAL CERTIFICATION
Effective on October 1, 2009, Minority Business Enterprise (MBE) firms may elect to be
dually certified 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 womanowned business or as a business owned by a member of a racial or ethnic minority group, but not
both.
a. A firm must be listed in the MDOT MBE Directory with the gender category in
order to be used to meet the gender subgoal.
b. A firm must be listed in the MDOT MBE Directory with an ethnic/racial category in
order to be used to meet the ethnic/racial subgoal.
c. A firm must be listed in the MDOT MBE 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.
d. 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.
Marylands MBE Directory will reflect the dual certification status beginning October 1,
2009. You can access the MBE Directory at http://mbe.mdot.state.md.us.

1132

Maryland Transportation Authority


BAY BRIDGE FACILITY HVAC REPLACEMENT

Contract No. BB-2829-000-006


12 of 12
I. JOINT VENTURE
In accordance with COMAR 21.11.03.12-1, When a certified MBE performs as a
participant in a joint venture, a procurement agency may count a portion of the total dollar value of
the contract equal to the distinct, clearly defined portion of the work of the contract that the certified
MBE performs with its own forces toward fulfilling the contract goal.
NOTE: New Guidelines Regarding MBE Prime Self-Performance. Please note that when a
certified MBE firm participates as a prime contractor on a contract, a procurement agency may
count the distinct, clearly defined portion of the work of the contract that the certified MBE firm
performs with its own forces toward fulfilling up to fifty-percent (50%) of the MBE participation
goal (overall) and up to one hundred percent (100%) of not more than one of the MBE
participation subgoals, if any, established for the contract. For example, for a construction
contract that has a 27% MBE overall participation goal and subgoals of 7% for African American
firms and 4% for Asian American firms, subject to Section 4 above and this Section 5, a certified
African American MBE prime can self-perform (a) up to 13.5 % of the overall goal and (b) up to
7% of the African American subgoal. The remainder of the overall goal and subgoals would have
to be met with other certified MBE firms or a waiver request.

1133

You might also like