Maryland Department of Transportation - BidNet

192
Maryland Department of Transportation State Highway Administration Baltimore, Maryland Invitation for Bids Disadvantaged/ Minority Business Enterprises are encouraged to respond to this Solicitation Notice. The State Highway Administration will only be responsible for the completeness of documents, including all addenda, obtained directly from posting on eMaryland Marketplace and BidX.com. Failure to complete the Addendum Receipt Verification Form may cause the bid to be irregular. VENDOR I.D. NUMBER S.H.A. USE ONLY Contract No. XX1635F80 PRESERVATION AND MINOR REHABILITATION OF FIXED BRIDGES, CULVERTS AND RETAINING WALLS STATEWIDE

Transcript of Maryland Department of Transportation - BidNet

Maryland Department of Transportation

State Highway Administration

Baltimore, Maryland

Invitation for Bids

Disadvantaged/ Minority Business Enterprises are encouraged to respond to this Solicitation

Notice.

The State Highway Administration will only be responsible for the completeness of documents,

including all addenda, obtained directly from posting on

eMaryland Marketplace and BidX.com.

Failure to complete the Addendum Receipt Verification Form may cause the bid to be irregular.

VENDOR I.D. NUMBER

S.H.A. USE ONLY

Contract No. XX1635F80

PRESERVATION AND MINOR REHABILITATION

OF FIXED BRIDGES, CULVERTS

AND RETAINING WALLS

STATEWIDE

Maryland Department of Transportation

State Highway Administration

Baltimore, Maryland

Invitation for Bids

NOTICE TO BIDDERS

A “Pre-Bidding Session” will not be held for this contract.

Contract No. XX1635F80

PRESERVATION AND MINOR REHABILITATION

OF FIXED BRIDGES, CULVERTS

AND RETAINING WALLS

STATEWIDE

CONTRACT NO. XX1635F80

NOTICE TO CONTRACTORS

Online Training Resources for Electronic Bidding

If you are a Contractor who is new to Maryland or are unfamiliar with the electronic

bidding process, please visit Bid Express at https://www.bidx.com/site/trainingcenter and

review the training materials first.

The Training Center offers a variety of videos and transcripts that include step-by-step guidance

on topics such as; setting up a Bid Express account, creating a Digital ID, utilizing

AASHTOWare Project Bids™ Bidding Component, downloading contract documents, bid

submissions, and more.

Please note that the Maryland Department of Transportation State Highway Administration

(MDOT SHA) does not use Trns*Port Expedite and also does not use Small Business Network

for our electronic bidding.

After visiting the Training Center, if you have additional questions or concerns, please see our

Frequently Asked Questions Notice to Contractors or contact MDOT SHA’s Bid Express Team

by phone at (410) 545-8840 or by email at [email protected].

CONTRACT NO. XX1635F80

06-18-18

NOTICE TO CONTRACTORS

How to obtain potential bidder’s list?

A Bidder’s List (or Solicitation Holder’s List) for this solicitation is available on the eMaryland

Marketplace (eMM) website, (https://emaryland.buyspeed.com/bso/). To view this:

• Visit the eMM website listed above;

• Click Open Bids on the login screen (Do NOT log into eMM but if you are logged in then

logout);

• 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 “List;”

• When the solicitation is found, click the “List” link to view.

If you need additional assistance, please contact the eMM Help Desk at (410) 767-1492.

A Bidder’s List for this solicitation is available on the Bid Express website,

(https://www.bidx.com/site/home). To view this:

• Visit the BidX website listed above;

• Under the “SELECT A U.S. AGENCY:” tab, select “Maryland Department of

Transportation”;

• In the top left corner, click on the “Lettings” tab;

• Click on the desired Letting Date from the List of Lettings;

• Click on the desired Proposal;

• On the right-hand side, click on “Plan Holders / Eligible Bidders.”

• Only those contractors who have volunteered to list their names on the Plan Holders List

are available here. Inclusion on the list is at the sole discretion of the individual bidder.

Non-subscribers to the Bid Express services also have the option to add themselves to the

Voluntary Plan Holders list by clicking the green ADD button. If you wish to see any other

potential bidders at this time, you may access the Plan Holders List on eMM by following

the instructions listed above.

Note: Since bidders have a choice of obtaining contract documents either from www.bidx.com

or from eMM, the Plan Holders List obtained from these sources may not match.

CONTRACT NO. XX1635F80

06-05-18

NOTICE TO CONTRACTORS

Frequently Asked Questions - General

Q1: Whom should I contact for technical issues related to eMM or BidX?

A1: Contact eMaryland Helpdesk at (410) 767-1492 for questions regarding eMaryland

Marketplace website. Contact Bid Express at (888) 352-2439 or at

[email protected] for questions about “.ebsx” files or electronic bidding.

Q2: Will the quantities file be provided for projects that advertise on BidX?

A2: The quantities file (“qty.z”) will no longer be provided. The information from the

“.ebsx” file can be exported from the AASHTOWare Project Bids™ Bid Component

software to csv or tab separated format.

Q3: What is my vendor-id/ bidder-id to register on BidX?

A3: In most cases, the vendor-id is the letter ‘V’ followed by your firm’s FEIN without

any dashes or spaces. Before requesting to bid in Maryland, please contact us at (410)

545-8840 or [email protected] to reconfirm your vendor-id/bidder-id.

Q4: Whom do I contact for billing and subscription questions?

A4: Please contact Bid Express Customer Support by phone at (888) 352-2439 or by email

at [email protected].

Frequently Asked Questions – Accessing Materials

Q5: Where can I retrieve the contract documents?

A5: All contract documents may be downloaded from eMaryland Marketplace free of

charge. The same documents are provided on Bid Express for subscribed vendors as

well. However, if you wish to bid on a contract, you must be registered with Bid

Express and have a basic subscription that allows you to submit bids.

Q6: How can I view the “.ebsx” file?

A6: You may download the free AASHTOWare Project Bids™ Bid Component software

from https://bids.cloverleaf.net/. This software must be installed locally on your

computer. Please note that MDOT SHA does not use Trns*Port Expedite® for

bidding purposes.

Q7: How do I save the .ebsx and .00#x files?

CONTRACT NO. XX1635F80

06-05-18

A7: Please select the .ebsx and .00#x files, or the Zip File for the proposal. The files must

be saved in the same location (i.e., folder) and saved locally on your computer, not on

a network drive.

Q8: Where do I find the Proposal Form Packet and Schedule of Prices?

A8: The Schedule of Prices and Proposal Form Packet are now condensed into a single

file that ends with “.ebsx”, this is posted as a contract document at advertisement.

For example, a contract PG6185170, the Proposal Form Packet and the Schedule of

Prices file would be in a file titled PG6185170.ebsx.

Q9: How are contract addenda changes posted for electronic bidding projects?

A9: Every contract addendum will have an accompanying addendum letter and a file that

is named ContractNumber.00#x where 00# refer to the number of addenda or

amendments. Prior to submitting your bid, ALL addenda files must be downloaded.

These amendment file(s) is (are) to be stored in the same location as the “.ebsx” file.

The changes due to addendum are described in the accompanying addendum letter.

Using the AASHTOWare Project Bids™ Bid Component software you can open the

ContractNumber.ebsx file and the software will automatically compile all the

addenda changes.

Q10: What do I do when the file has a “~” in the filename?

A10: Occasionally the “.ebsx” file posted on eMM will have ‘~’ in the filename; if this

occurs, you must download the file to the computer and rename it to

“ContractNumber.ebsx” for it to work properly. For example, if you encounter a

filename titled PG6185170~2.ebsx on eMM, then download the file and rename it to

PG6185170.ebsx. Similarly, if you encounter a file name titled PG6185170~1.003x on

eMM, then download the file and rename it to PG6185170.003x.

Frequently Asked Questions – Bidding

Q11: Do I need an account with Bid Express to bid?

A11: Yes, Bid Express requires at a minimum a basic subscription. For more

information regarding subscription packages and fee, please visit

https://bidx.com/site/static?page=fees.

Q12: How and where do we submit bids?

A12: Please refer to the project advertisement on where to submit bids.

Bids are filled out and submitted via the AASHTOWare Project Bids™ Bid

Component software, using the Bid Express service. Please completely fill out the

CONTRACT NO. XX1635F80

06-05-18

Proposal Form Packet and Schedule of Prices in the software to submit the bid. Once

the bid is complete, please click on the lightning bolt button at the top of the page or

select Submit Bid from the Tools menu, and start the Bid Submission Wizard to

submit the bid.

More information on submitting bids electronically is available at the following

location: https://www.bidx.com/site/trainingcenter where tutorial videos are

available.

Q13: Can I revise a bid I have already submitted it? If so, how can I revise my bid?

A13: Yes, you may revise a bid that has been previously submitted. However, you may

only revise bids prior to noon of the letting date. Once noon on the letting date has

passed, bids may no longer be revised or withdrawn and will be processed as

submitted.

If you wish to revise your bid, simply open the proposal using the AASHTOWare

Project Bids™ Bid Component software and make your revisions. Please note when

resubmitting your bid, you must re-attach all attachments. Re-attaching attachments

means navigating to EVERY attachment location in the “.ebsx file” and re-selecting

the attachment using the ‘Browse’ button, prior to re-submission.

Q14: If I am not the apparent low bidder, am I required to deliver the original proposal guaranty/

bid security to MDOT SHA?

A14: Yes, unless the bid security is electronically verifiable, all bidders must submit the

original bid security per GP-2.08.

Q15: Is it acceptable to use a paper bid bond as a bid security?

A15: No.

Q16: Must I submit bid security for every project?

A16: Yes, unless specified otherwise.

CONTRACT NO. XX1635F80 1 of 4

TABLE OF CONTENTS LATEST PAGE

DATE NUMBER

i 06-18-18

Title Sheet ------------------------------------------------------------------------------------ Notice to Contractors – Online Training Resources for Electronic Bidding ------ 12-20-17 N/A Notice to Contractors – How to Obtain Potential Bidder’s List --------------------- 12-20-17 N/A Notice to Contractors – Frequently Asked Questions -------------------------------- 12-20-17 N/A Location and Signature Sheet (for Contracts without Plans) ------------------------- 05-30-17 N/A Table of Contents --------------------------------------------------------------------------- 06-18-18 i-iv Instructions and Requirements for Electronic Bidding -------------------------------- 06-11-18 1 Notice To All Holders Of This Contract Document- National Cooperative Highway Research Program (NCHRP) Report 350 Implementation Schedule For Devices Used In The Maintenance Of Traffic ------------------------------------------------- 06-11-18 3 Notice To All Holders Of This Contract Document- Manual on Uniform Traffic Control Devices (MUTCD) Requirements ----------------------------------------------------------------------------- 06-05-18 5 Occupying Wetlands ----------------------------------------------------------------------- 06-11-18 6 Affirmative Action Requirements Utilization of Minority Business Enterprises for Straight State Contracts ----------------------- 06-11-18 7 Notice to Contractors MBE/DBE -------------------------------------------------------- 06-11-18 17 MBE Dual Certification ------------------------------------------------------------------- 06-11-18 18 Apprenticeship Training Fund ------------------------------------------------------------ 06-11-18 19 MBE/DBE Compliance Field Meeting -------------------------------------------------- 06-11-18 24 Traffic Control Plan Certification -------------------------------------------------------- 06-11-18 25 Contractor and Railroad Public Liability and Property Damage Insurance -------- 06-11-18 26 AMTRAK and/or CONRAIL Railroad -------------------------------------------------- 06-11-18 27 Prevailing Wage Instructions for the Contractor --------------------------------------- 06-11-18 28 Wage Rate Determination ----------------------------------------------------------------- 06-08-18 32

CONTRACT NO. XX1635F80 2 of 4

TABLE OF CONTENTS LATEST PAGE

DATE NUMBER

ii 06-18-18

Contractor Affirmative Action Program ------------------------------------------------- 06-05-18 33 High Visibility Safety Apparel Policy --------------------------------------------------- 06-05-18 41 PROJECT DESCRIPTION SP-Project Description, Specifications, Employment Agency (As required for the Project) -------------------------------- 06-05-18 43 SP-NOTICE TO CONTRACTOR – Request for Information, etc. ----------------- 06-05-18 46 Minor Programmatic Categorical Exclusion ------------------------------------------- 09-13-17 53 SP- Best Management Practices ---------------------------------------------------------- 06-05-18 55 SP- BILLING - Billing Requirements, examples etc. --------------------------------- 06-06-18 60 SP- Conditions of Authorization --------------------------------------------------------- 06-08-18 68 GENERAL PROVISIONS TERMS AND CONDITIONS SP-TC Section 2-Bidding Requirements and Conditions TC-2.05 Delivery of Bids ------------------------------------------------------------- 06-07-18 71 SP-TC Section 4-Control of Work TC-4.02 Failure to Adequately Maintain Project ----------------------------------- 05-30-17 73 CATEGORY 100 PRELIMINARY SP-Section 104-Maintenance of Traffic 104.01 Traffic Control Plan (TCP) --------------------------------------------------- 06-07-18 74 CATEGORY 200 GRADING SP-Section 203-Borrow Excavation ----------------------------------------------------- 06-08-18 80 CATEGORY 300 DRAINAGE SP-Section 308-Erosion and Sediment Control General Notes ---------------------------------------------------------------------------- 05-30-17 83 CATEGORY 400 STRUCTURES

CONTRACT NO. XX1635F80 3 of 4

TABLE OF CONTENTS LATEST PAGE

DATE NUMBER

iii 06-18-18

SP-Section 420- Portland Cement Concrete Structures ------------------------------- 07-27-17 86 SP- Section 430-Metal Structures -------------------------------------------------------- 06-08-18 87 SP-Section 432-Bearings ------------------------------------------------------------------ 06-08-18 89 SP-Section 460-Expansion Joints in Structures ---------------------------------------- 08-10-17 91 SP-Section 475-Removal and Replacement of Hot Mix Asphalt (HMA) ---------- 06-08-18 98 SP-Section 476-Protection for Scour and Undermined Areas ------------------------ 06-08-18 101 SP-Section 477-Trowel Grade Mortar for Bridge Repairs ---------------------------- 06-08-18 103 SP-Section 478-Nonshrink Grout for Bearing Repairs -------------------------------- 06-08-18 104 SP-Section 479-Repointing Existing Masonry ----------------------------------------- 07-05-17 105 SP-Section 480-Jacking Beam Operations ---------------------------------------------- 06-08-18 106 SP-Section 481-Pressure Injected Epoxy Crack Repair ------------------------------- 06-08-18 109 SP-Section 482-Turbidity Curtain -------------------------------------------------------- 06-08-18 112 SP-Section 483-Removing Existing Scuppers and Downspouts --------------------- 06-08-18 114 SP-Section 486-Invert Paving of Structures -------------------------------------------- 06-08-18 115 SP-Section 400-Coal Tar Epoxy Coating ----------------------------------------------- 06-08-18 118 SP-Section 400-Conrete Protective Coating System ---------------------------------- 06-12-18 120 SP-Section 400-Fiber Reinforced Polymer Protective and Strengthening Systems ----------------------------------------------------------------- 06-12-18 123 SP-Section 400-Labor for Structure Rehabilitation ------------------------------------ 06-11-18 128 SP-Section 400- Equipment for Structure Rehabilitation ----------------------------- 06-11-18 134 SP-Section 400- Materials for Structure Rehabilitation ------------------------------- 06-11-18 138 SP-Section 400- Specialized Equipment for Structure Rehabilitation -------------- 06-11-18 139 SP-Section 400- Subcontractors for Structure Rehabilitation ------------------------ 07-27-17 142

CONTRACT NO. XX1635F80 4 of 4

TABLE OF CONTENTS LATEST PAGE

DATE NUMBER

iv 06-18-18

CATEGORY 500 PAVING CATEGORY 600 SHOULDERS CATEGORY 700 LANDSCAPING CATEGORY 800 TRAFFIC UTILITIES SP-Section 875-Utility Statement -------------------------------------------------------- 06-08-18 143 CATEGORY 900 MATERIALS SP-Section 902-Portland Cement Concrete and Related Products ------------------ 07-05-17 176 SP-Section 911-Joints ---------------------------------------------------------------------- 08-11-17 177 SPI-Section 900-Metal Reinforced Epoxy Filler --------------------------------------- 06-08-18 180 MISCELLANEOUS CONTRACT DETAILS

CONTRACT PROVISIONS CONTRACT NO. XX1635F80

INSTRUCTIONS AND REQUIREMENTS FOR ELECTRONIC BIDDING 1 of 2

06-11-18

ELECTRONIC BIDDING INSTRUCTIONS AND REQUIREMENTS FOR ELECTRONIC BIDDING

Electronic Bidding Documents All bidding documents for XX1635F80 referred herein that discuss paper or hardcopy submittals are to be construed to mean electronically submitted. Contract Documents The Administration will continue to advertise projects on the eMaryland Marketplace (eMM) website. The address for this website is https://emaryland.buyspeed.com/bso/. The eMaryland Marketplace is an electronic commerce system administered by the Maryland Department of General Services. Members of the public, bidders, subcontractors and suppliers may continue to access the project contract documents through this website at no charge. All associated materials, the solicitation, the summary of pre-bid meetings, bidder’s questions and the Procurement Officers responses, Addenda, and other solicitation related information will be provided on eMM. In order to obtain updates and contract addenda, bidders must register on eMM. The registration on eMM is free. Should you have any questions regarding registration, please call the eMM Help Desk at 410-767-1492. The project contract documents are also available on the Bid Express website located at https://www.bidx.com/maryland/main for a subscription fee. Bidders must use the electronic bid forms provided by the Administration to submit bids. The forms are available on the appropriate sections of the eMM and on Bid Express websites. Paper bids will not be accepted for this contract. It is the bidder’s responsibility to ensure that they download the complete official Bid Proposal Form (‘.ebsx’ file) and any amendment files (‘.NUMx’) associated with that specific Bid Proposal Form. Amendment files (‘.NUMx’) are posted to the Bid Express and eMM websites when there is a change to the Bid Proposal Form, including a letting date change. The Administration is not liable for the bidder’s failure to download the complete contract documents, the official Bid Proposal Form (‘.ebsx’ file) or the amendment files (‘.NUMx’). Bid Preparation AASHTOWare Project Bids™ Bid Component software is required to view, prepare and submit the bid (proposal form packet). The AASHTOWare Project Bids™ Bid Component is available at https://bids.cloverleaf.net/ for download and use at no charge. The AASHTOWare Project Bids™ Bid Component detailed instructions for set up and installation are available at: https://www.infotechfl.com/downloads/bidx/Quick_Start_bidding_w_AASHTOWare_Project_Bids_Bid.pdf. Bid Submittal – Registration and Paid Subscription is Required In order to submit bids, bidders must: designate an individual to submit bids on behalf of the bidding entity, register with Bid Express, during registration select Maryland Department of Transportation as the referring Agency, have a paid subscription to Bid Express’ Internet Bidding Service, obtain an Info Tech Digital ID and request to bid in Maryland. The designated individual must be authorized, pursuant to the effective legal documents of the bidding entity, to sign and submit binding legal documents on behalf of the bidding entity.

1

CONTRACT PROVISIONS CONTRACT NO. XX1635F80

INSTRUCTIONS AND REQUIREMENTS FOR ELECTRONIC BIDDING 2 of 2

06-11-18

Payment of a Bid Express subscription is required to submit a bid. For current fee schedules please visit https://www.infotechfl.com/legal/fee_schedule. All fees are payable to Bid Express. Potential bidders are encouraged to register in advance with Bid Express as the registration process and the Digital ID creation at least 7 business days. For more information about Bid Express registration and subscription, please visit https://www.bidx.com/site/registration. Bidders may call or email the Bid Express Customer Support Team at 888-352-BIDX (2439) or at [email protected] for assistance with registration. All bids must be submitted to https://www.bidx.com/maryland/main. A bid extension will not be granted for delays in registration, for errors in submission of electronic bids or for unsuccessful or incomplete transmission of bids to Bid Express. Bid submittal shall be in accordance with TC-2.05. Bid Completeness and Accuracy Bidders are solely responsible to review, understand and adhere to all bid instructions, requirements and specifications. Due to inherent limitations, the AASHTOWare Project Bids™ Bid Component software cannot identify all bid proposal errors and omissions. Bidders shall not rely on this software or the Bid Express website to identify errors and omissions in their bid proposal. Any feedback from the AASHTOWare Project Bids™ Bid Component software including, but not limited to, the green check marks and red exclamation marks does not validate, or otherwise indicate completeness or responsiveness of the bid proposal. Transmission of the bid proposal and MBE/ DBE forms to Bid Express does not imply that the submitted bid package is free of errors and omissions or that the submitted bid is susceptible to award. Bidders are responsible for completeness and accuracy of their bid proposals and MBE/ DBE forms. Bid Security / Proposal Guaranty – Electronic Verification Bid Express permits bidders to have electronic bid bond verification. The Administration will accept electronic bid bond verification. The two companies that provide electronic bid bond verification are Insure Vision and Surety 2000. For information on Insure Vision please visit http://web.insurevision.com. For information on Surety 2000 please visit http://surety2000.com. For additional information see GP-2.07. Bid Opening and Requirements. Bid Opening shall be in accordance with GP-2.13.

2

CONTRACT PROVISIONS CONTRACT NO. XX1635F80

(NCHRP) REPORT 350 AND MASH COMPLIANCE 1 of 2

06-11-18

NOTICE TO ALL HOLDERS OF THIS CONTRACT DOCUMENT

NATIONAL COOPERATIVE HIGHWAY RESEARCH PROGRAM (NCHRP)

REPORT 350 AND THE MANUAL FOR ASSESSING SAFETY HARDWARE (MASH)

COMPLIANCE FOR DEVICES USED IN THE MAINTENANCE OF TRAFFIC AND

TRAFFIC CONTROL Except as otherwise specified in this section, all items for the temporary traffic control, including those listed under the following categories and permanent roadside hardware such as concrete barriers, W-beam barriers, cable barriers, end terminals, crash cushions, sign supports and all other breakaway hardware, shall be crashworthy in conformance with the appropriate test level as required by 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, provide the Engineer with the manufacturers’ certifications that the devices comply with the specified criteria. All temporary and permanent roadside devices shall comply with MASH 2016 criteria by the relevant dates in accordance with the Joint Implementation Agreement memorandum dated January 7, 2016 between the American Association of State Highway and Transportation Officials (AASHTO) and Federal Highway Administration (FHWA). This document may be downloaded from: https://safety.fhwa.dot.gov/roadway_dept/policy_guide/road_hardware/docs/memo_joint_implementation_agmt.pdf Unless specifically waived in the Contract Documents, only devices approved by the Administration may be used. Category 1 Devices These devices include cones, tubular markers, flexible delineator posts, and drums, none of which have any accessories or attachments, and are used for channelization and delineation. Category 2 Devices These devices include Type I, II, and III barricades, portable sign supports with signs, intrusion alarms, drums, vertical panels, and cones, any of which having 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.

3

CONTRACT PROVISIONS CONTRACT NO. XX1635F80

(NCHRP) REPORT 350 AND MASH COMPLIANCE 2 of 2

06-11-18

(c) Temporary End Treatments. Category 4 Devices These devices include area lighting supports, arrow panels, and portable variable message signs that may be portable or trailer-mounted. Category 1, 2 and 3 devices shall always conform to NCHRP Report 350 or MASH Criteria. The

AASHTO/FHWA Joint Implementation Agreement for MASH states that temporary work zone

devices including category 4 devices manufactured after 12/31/2019 must be successfully tested

to the 2016 edition of MASH before 12/31/2019 and relevant devices manufactured on or before

12/31/2019 and successfully tested to NCHRP 350, the 2009 edition of MASH, or otherwise

authorized may continue to be used throughout their normal service life. Use of Category 4 devices

shall comply with the provisions of Part 6 of the MD MUTCD.

4

CONTRACT PROVISIONS CONTRACT NO. XX1635F80

MARYLAND MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES

(MdMUTCD) REQUIREMENTS 1 of 1

06-05-18

NOTICE TO ALL HOLDERS OF THIS CONTRACT DOCUMENT

MARYLAND MANUAL ON UNIFORM TRAFFIC CONTROL

DEVICES (MdMUTCD) REQUIREMENTS

The 2011 Maryland Manual on Uniform Traffic Control Devices (MdMUTCD) is the legal State

standard for traffic control devices. All traffic control devices (temporary or permanent) utilized

on Administration projects shall be in conformance with the requirements provided in the 2011

Edition of the Administration’s MdMUTCD for Streets and Highways.

5

CONTRACT PROVISIONS CONTRACT NO. XX1635F80

OCCUPYING WETLANDS 1 of 1

06-11-18

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

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

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

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

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

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

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

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

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

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

6

CONTRACT PROVISIONS CONTRACT NO. XX1635F80

MBE FOR STRAIGHT STATE CONTRACTS 1 of 10

06-11-18

AFFIRMATIVE ACTION REQUIREMENTS UTILIZATION OF MINORITY BUSINESS ENTERPRISES

FOR STRAIGHT STATE CONTRACTS (Where the Contractor’s bid exceeds $50,000)

A. General

For the purpose of these requirements, the following terms as defined below shall apply: Administration Representative – A Minority Business Enterprise (MBE) Officer of an Administration who enforces the laws and regulations pertaining to minority business enterprise and Contract compliance. Affirmative Actions – Specific steps taken to eliminate discrimination and its effects, to ensure nondiscriminatory results and practices in the future, and to involve minority businesses fully in contracts and programs. Business Enterprises – A legal entity which is organized in any form other than as a joint venture (e.g., sole proprietorship, partnership, corporation, etc.) to engage in lawful commercial transactions. Certified Business – A business which by order of the Chair/MBE Advisory Council or his/her designee, has been certified as a bona fide MBE. Director, Office of Equal Opportunity – The individual designated for the Administration’s overall MBE compliance. Joint Venture – An association of a MBE firm and one or more other firms to carry out a single, for profit business enterprise, for which the parties combine their property, capital, efforts, skills and knowledge, and in which the MBE is responsible for a distinct, clearly defined portion of the work of the Contract and whose share in the capital contribution, control, management, risks, and profits of the joint venture are commensurate with its ownership interest. Minority Business Enterprise (MBE) – Any legal entity, other than a joint venture, organized to engage in commercial transactions which is at least 51 percent owned and controlled by one or more minority persons, or a nonprofit entity organized to promote interests of the physically or mentally disabled. MBE Directory – A compilation of businesses certified by MDOT as minority or socially and economically disadvantaged businesses. The directory will be published annually with quarterly supplements. It will also be provided in automated format and on the Internet to be updated as changes are made. MBE Program – A program developed by MDOT to implement the requirements of Title 14, Subtitle 3 of the State Finance Procurement Article, Annotated Code of Maryland and Title 10, Subtitle 3 of the State Finance Procurement Article of the Annotated Code of Maryland for Leases of State-Owned Property.

MBE Participation Packet – The documents submitted by the bidder or proposer pursuant to the appropriate special bid provisions. The MBE Participation Packet shall consist of the MBE Utilization Affidavit and the MBE Participation Schedule, both of which must be submitted with your bid or initial price proposal. The MBE Participation Packet also includes

7

CONTRACT PROVISIONS CONTRACT NO. XX1635F80

MBE FOR STRAIGHT STATE CONTRACTS 2 of 10

06-11-18

the following documents which are submitted after bids or proposals are opened: MDOT Outreach Efforts Compliance Statement (Form MDOT-OP-014-2), the MDOT MBE Subcontractor Project Participation Affidavit (Form MDOT-OP-015-2), the MDOT Joint Venture Disclosure Affidavit (Form D-EEO-006) and the Minority Contractor Unavailability Certificate (Form OOC46). Minority or Minority Person for Straight State Contracts - Member of one of the following socially and economically disadvantaged groups: 1. African American – An individual having origins in any of the Black racial groups of

Africa; 2. American Indian/Native American – An individual having origins in any of the original

peoples of North America and who is a documented member of a North American tribe, band, or otherwise organized group of native people who are indigenous to the continental United States or who otherwise have a special relationship with the United States or a state through treaty, agreement, or some other form of recognition. This includes an individual who claims to be an American Indian/Native American and who is regarded as such by the American Indian/Native American community of which he/she claims to be a part, but does not include and individual of Eskimo or Aleutian origin;

3. Asian – An individual having origins in the far East, Southeast Asia, or the Indian

Subcontinent and who is regarded as such by the community of which the person claims to be a part;

4. Hispanic – An individual of Mexican, Puerto Rican, Cuban, Central or South American,

Portuguese or other Spanish culture or origin regardless of race, and who is regarded as such by the community or which the person claims to be a part;

5. Women – This category shall include all women, regardless of race or ethnicity, although

a woman who is also a member of an ethnic or racial minority group may elect that category in lieu of the gender category; or

6. Physically or Mentally Disabled – An individual who has an impairment that substantially

limits one or more major life activity, who is regarded generally by the community as having such a disability, and whose disability has substantially limited his or her ability to engage in competitive business.

B. MBE and Good Faith Effort Requirements

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 Certified MBE Utilization and Fair Solicitation Affidavit and MBE Participation Schedule. The failure of a bidder to complete and submit the Certified MBE Utilization and Fair Solicitation Affidavit and MBE Participation Schedule shall result in a determination that the bid is not responsive. The failure of an offeror to complete and submit the Certified MBE Utilization and Fair Solicitation Affidavit and MBE Participation Schedule shall result in a determination that the proposal is not susceptible of being selected for award.

2. In making a good faith effort to achieve the MBE goal, prior to completing the Certified MBE Utilization and Fair Solicitation Affidavit and MBE Participation Schedule and prior

8

CONTRACT PROVISIONS CONTRACT NO. XX1635F80

MBE FOR STRAIGHT STATE CONTRACTS 3 of 10

06-11-18

to submitting a bid or initial proposal bidders (or offerors) including those bidders or offerors that are certified MBEs must: a. Identify specific work categories within the scope of the procurement appropriate for

subcontracting and/or procurement of materials and/or services; b. Solicit certified MBEs in writing at least 10 days before bids or initial proposals

are due, describing the identified work categories and providing instructions on how to bid on the subcontracts and/or procurement of materials and/or services;

c. Attempt to make personal contact with the certified MBEs solicited and to document

these attempts; d. Assist certified MBEs to fulfill, or to seek waiver of, bonding requirements; and e. Attend prebid or other meetings the procurement agency schedules to publicize

contracting opportunities to certified MBEs.

3. The bidder shall seek commitments from minority business enterprises by subcontracting and/or procurement of materials and/or services, the combined value of which equals or exceeds the established Contract goal of 5 percent of the total value of the prime Contract. The Administration has further established that, within this Contract goal, there shall be a sub-goal of a minimum of 0 percent participation by firms classified as African American-owned firms, a sub-goal of 0 percent participation by firms classified as Woman-owned firms, a sub-goal of a minimum of 0 percent participation by firms classified as Hispanic American-owned firms, and a sub-goal of a minimum of 0 percent participation by firms classified as Asian American-owned firms. A bidder may count toward its MBE goals expenditures for materials and supplies obtained from MBE regular dealers and/or manufactures provided that the MBE assume the actual and contractual responsibility for the provision of the materials and supplies. The bidder may count its entire expenditure to a MBE manufacturer (i.e., a supplier that produces goods from raw materials or substantially alters them before resale). The bidder may count sixty (60) percent of its expenditures to a MBE regular dealer, that is not a manufacturer, provided that the MBE supplier performs a commercially useful function in the supply process. The apparent low bidder shall submit to the Administration, within ten (10) business days after notification that it is the apparent low bidder, an acceptable Affirmative Action Plan for the utilization of Minority Business Enterprises in this Contract. The Contract will not be awarded without the bidder’s Affirmative Action Plan being approved by the Administration.

4. The Affirmative Action Plan shall include as a minimum: a. The name of an employee designated as the bidder’s Minority Business Liaison Officer. b. A complete MBE Subcontractor Project Participation Affidavit (MDOT-OP 015-2), of

minority business enterprises, from among those whose names appear in the MDOT MBE Directory or who are otherwise certified by MDOT as being minority business enterprises. Except as permitted by law and approved by the Administration, the MBE Subcontractor Project Participation Affidavit (MDOT-OP 015-2) submitted after the opening of bids or proposals shall include all MBE firms identified on the MBE participation schedule submitted with the bid or initial proposal with a percentage of participation that meets or exceeds the percentage of participation indicated in the bid or initial proposal. The MBE Subcontractor Project Participation Affidavit (MDOT-

9

CONTRACT PROVISIONS CONTRACT NO. XX1635F80

MBE FOR STRAIGHT STATE CONTRACTS 4 of 10

06-11-18

OP 015-2) shall be completed and signed by the Bidder and MBE for each business listed in the MBE Participation Schedule.

c. A completed Outreach Efforts Compliance Statement (MDOT-OP 014-2).

5. When a bidder intends to attain the appropriate goal for minority business enterprise participation by use of a joint venture, the bidder shall submit a Joint Venture Disclosure Affidavit (MDOT D-EEO-006-A) showing the extent of the MBE participation. If a bidder intends to use a joint venture as a subcontractor to meet its goal, the affidavit shall be submitted through the bidder by the proposed subcontractor and signed by all parties.

6. When the proposed MBE participation does not meet the MBE Contract goals, information sufficient to demonstrate that the bidder has made good faith efforts to meet these goals shall be required.

7. Request for Exception to the MBE Goal If the bidder is unable to secure from MBEs by subcontracting and/or by procurement of materials and/or services, commitments which at least equal the appropriate percent of the value of the prime Contract at time of bid, the bidder shall request, in writing, waiver of the unmet portion of the goal. This request must be initiated by checking the appropriate box on the Certified MBE Utilization and Fair Solicitation Affidavit submitted with the bid or initial proposal. The waiver may be granted by the Administrator. To obtain approval of a waiver, the bidder shall submit the following: a. A detailed statement of efforts made prior to bid to contact and negotiate with MBEs

including the dates, names, addresses, and telephone numbers of MBEs who were contacted; a description of the information provided to the MBEs regarding the work to be performed, anticipated schedule for portions of the work to be performed; and a detailed statement of the reasons why additional prospective agreements with MBEs were not reached;

b. A detailed statement of the efforts made to select portions of the work proposed to be

performed by MBEs in order to increase the likelihood of achieving the stated goals; c. For each MBE that the Contractor considers not qualified, but from which a bid has

been received, a detailed statement of the reasons for the bidder’s conclusion; and d. For each MBE contacted but unavailable, a Minority Contractor Unavailability

Certificate, (OOC46), signed by the minority business enterprise, or a statement from the bidder stating that the MBE refused to sign the Certificate.

8. Guidance concerning good faith efforts The following is a list of the types of actions and factors that will be used to determine the

bidder's or offeror’s good faith efforts to obtain MBE participation. It is not intended to be a mandatory checklist, nor is it intended to be exclusive or exhaustive. Other factors or types of efforts may be relevant in appropriate cases.

(1) Soliciting through all reasonable and available means (e.g. attendance at pre-bid

10

CONTRACT PROVISIONS CONTRACT NO. XX1635F80

MBE FOR STRAIGHT STATE CONTRACTS 5 of 10

06-11-18

meetings, advertising and/or written notices) the interest of certified MBEs who have

the capability to perform the work of the contract. The bidder must solicit this interest

within sufficient time to allow the MBEs to respond to the solicitation. The bidder must

determine with certainty if the MBEs are interested by taking appropriate steps to

follow up initial solicitations.

(2) Selecting portions of the work to be performed by MBEs in order to increase the

likelihood that the MBE goals will be achieved. This includes, where appropriate,

breaking out contract work items into economically feasible units to facilitate MBE

participation, even when the bidder or offeror might otherwise prefer to perform these

work items with its own forces.

(3) Providing interested MBEs with adequate information about the plans, specifications,

and requirements of the contract in a timely manner to assist them in responding to a

solicitation.

(4) (a) Negotiating in good faith with interested MBEs. It is the bidder's or offeror’s

responsibility to make a portion of the work available to MBE subcontractors and

suppliers and to select those portions of the work or material needs consistent with the

available MBE subcontractors and suppliers, so as to facilitate MBE participation.

Evidence of such negotiation includes the names, addresses, and telephone numbers of

MBEs that were considered; a description of the information provided regarding the

plans and specifications for the work selected for subcontracting; and evidence as to

why additional agreements could not be reached for MBEs to perform the work.

(b) A bidder using good business judgment would consider a number of factors in

negotiating with subcontractors, including MBE subcontractors, and would take a

firm's price and capabilities as well as contract goals into consideration. However, the

fact that there may be some additional costs involved in finding and using MBEs is not

in itself sufficient reason for a bidder's failure to meet the contract MBE goal, as long

as such costs are reasonable. Also, the ability or desire of a prime contractor to perform

the work of a contract with its own organization does not relieve the bidder of the

responsibility to make good faith efforts. Bidders and offerors are not, however,

required to accept higher quotes from MBEs if the price difference is excessive or

unreasonable.

(5) Not rejecting MBEs as being unqualified without sound reasons based on a thorough

investigation of their capabilities. The contractor's standing within its industry,

membership in specific groups, organizations, or associations and political or social

affiliations (for example union vs. non-union employee status) are not legitimate causes

for the rejection or non-solicitation of bids in the contractor's efforts to meet the project

goal.

(6) Making efforts to assist interested MBEs in obtaining bonding, lines of credit, or

insurance as required by the recipient or contractor.

11

CONTRACT PROVISIONS CONTRACT NO. XX1635F80

MBE FOR STRAIGHT STATE CONTRACTS 6 of 10

06-11-18

(7) Making efforts to assist interested MBEs in obtaining necessary equipment, supplies,

materials, or related assistance or services.

(8) Effectively using the services of available minority/women community organizations;

minority/women contractors' groups; local, state, and Federal minority/women

business assistance offices; and other organizations as allowed on a case-by-case basis

to provide assistance in the recruitment and placement of MBEs.

(9) In determining whether a bidder or offeror has made good faith efforts, the

Administration may take into account the performance of other bidders or offerors in

meeting the contract goal. For example, when the apparent successful bidder or offeror

fails to meet the contract goal, but others meet it, the Administration may reasonably

raise the question of whether, with additional reasonable efforts, the apparent

successful bidder or offeror could have met the goal. If the apparent successful bidder

or offeror fails to meet the goal, but meets or exceeds the average MBE participation

obtained by other bidders or offerors, the Administration may view this, in conjunction

with other factors, as evidence of the apparent successful bidder or offeror having made

good faith efforts.

9. Bidder Use of MBE Special Services

The bidder shall consider, whenever possible, utilizing the services of minority-owned banks. Most minority banks are full-service corporations that can provide an array of financial services such as Treasury and Tax Loan fund accounts, time and demand deposit accounts, payroll services and if needed, organization investment counseling. It is the policy of MDOT to encourage its Contractors to utilize, on a continuing basis, MBE banks.

10. Bidder Records

The bidder shall maintain records showing actions which have been taken to comply with procedures set forth herein.

11. Bidders Cooperation

The bidder shall cooperate with the Administration representative in any review of the Contractor’s procedures and practices, with respect to the MBEs, which the Administration’s representative may, from time to time, conduct.

12. Bidder MBE Modifications During the life of the Contract, all plans to modify the approved MBE participation program will require the approval of the Administrator or his authorized representative. This will include any changes to items of work to be sublet or materials and services to be obtained which differs from those in the original MBE participation program. All requests for revisions shall be directed to the appropriate District Engineer for disposition.

The low bidder’s failure to participate in any of the above proceedings or failure to furnish information after written request may result in rejecting the bid and non-award of the Contract.

12

CONTRACT PROVISIONS CONTRACT NO. XX1635F80

MBE FOR STRAIGHT STATE CONTRACTS 7 of 10

06-11-18

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 monthly on the 15th calendar day of each month. If the Contractor cannot submit their report on time, the Contractor shall notify the Administration’s representative and request additional time to submit the report. Failure of the Contractor to report in a time manner may result in a finding of noncompliance. Additional report may be required by the Administration upon request.

3. To insure compliance with the certified MBE Contract participation goal, the Contractor shall: a. Submit monthly reports listing all unpaid invoices over 30 days, from certified MBE

subcontractors, and the reason payment has not been made.

b. Include in its agreement, with certified MBE subcontractors a, requirement that MBE subcontractors are to submit monthly, to the Administration, a report identifying the prime Contractor and listing the following: (1) Payment received from the prime Contractor, in the proceeding 30 days; (2) Invoices for which the subcontractor has not been paid.

4. All such records and reports shall be retained for a period of three years following acceptance of final payment and shall be available for inspection by the Maryland Department of Transportation and this Administration.

13

CONTRACT PROVISIONS CONTRACT NO. XX1635F80

MBE FOR STRAIGHT STATE CONTRACTS 8 of 10

06-11-18

D. ADMINISTRATIVE PROCEDURES FOR ENFORCEMENT

1. Whenever the Administration believes the prime Contractor or any subcontractor may not be operating in compliance with the terms of these provisions, the Administration’s representative will conduct an investigation. If the Administration representative finds the prime Contractor or any subcontractor is not in compliance with these provisions, the representative will make a report of noncompliance and notify such Contractor in writing of the steps that will, in the judgement of the Administration, bring the Contractor into compliance. If the Contractor fails or refuses to comply fully with such steps, the Administration’s representative will make a final report of the noncompliance to the Administrator, who may direct the imposition of one or more of the sanctions listed below: a. Suspension of work on the project, pending correction; b. Withholding payment or a percentage thereof, pending correction; c. Referral of MBEs to the MDOT office of MBE, for review for decertification, for

review/referral to the Attorney General’s Office for review/initiation of debarment or for review for criminal prosecution through the MDOT Office of General Counsel;

d. Initiation of suspension in accordance with COMAR regulations; e. Referral to the Attorney General’s Office for review for debarment or for criminal

prosecution through the MDOT Office of General Counsel; f. Any other action as appropriate, within the discretion of the Administrator.

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 Administrator’s approval.

3. Liquidated Damages. This contract requires the contractor to make good faith efforts to

comply with the Minority Business Enterprise (“MBE”) Program and contract provisions.

The State 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.

Therefore, upon a determination by the State that the Contractor failed to make good faith

efforts to comply with one or more of the specified MBE Program requirements or contract

provisions, the Contractor agrees to pay liquidated damages to the State at the rates set

14

CONTRACT PROVISIONS CONTRACT NO. XX1635F80

MBE FOR STRAIGHT STATE CONTRACTS 9 of 10

06-11-18

forth below. The Contractor expressly agrees that the State 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 calendar 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 week 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 Contractor’s 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 State reserves the right to terminate the

contract and exercise all other rights and remedies provided in the contract or by law. E. SUBCONTRACTING.

Subcontracting by the Prime Contractor. Form B Request for Approval of Subcontractor shall be used by the Prime Contractor to request approval of a Subcontractor and also to ensure that a formal Subcontract has been or will be written and kept on file by the Prime Contractor. Completion and submittal of the form by the Prime Contractor acknowledges that the Administration’s Contracting Officer may require the submission of the written Subcontract for review by the Administration and/or FHWA. Lower Tier Subcontracting by an Approved Subcontractor. Form B Subcontractor’s Request for Approval of Lower Tier Subcontractor shall be used by an Approved Subcontractor to request approval of a Lower Tier Subcontractor and also to ensure that a formal Subcontract has been or will be written and kept on file by the Subcontractor. Completion and submittal of the form by the Subcontractor acknowledges that the Administration’s Contracting Officer may require the submission of the written Subcontract for review by the Administration and/or FHWA. Form Acquisitions. Maryland State Highway Administration Form B may be acquired through the Administration’s Contracts Award Team or District Office. All questions should be directed to the Office of Construction, Contracts Award Team.

15

CONTRACT PROVISIONS CONTRACT NO. XX1635F80

MBE FOR STRAIGHT STATE CONTRACTS 10 of 10

06-11-18

It is the Administration’s intention to randomly select during each calendar quarter a representative sample of written Subcontracts for review. This review will be conducted by the Office of Construction's Contracts Award Team.

16

CONTRACT PROVISIONS CONTRACT NO. XX1635F80

NOTICE TO CONTRACTORS MBE/DBE GOAL 1 of 1

06-11-18

NOTICE TO CONTRACTORS

CONCERNING THE MBE/DBE GOAL ON THIS CONTRACT

The Maryland Department of Transportation is committed to providing the maximum amount of

contracting opportunities to certified Minority Business Enterprises (MBEs) and Disadvantaged

Business Enterprises (DBEs). The previously established policy excluded consideration of the

cost of supplying structural steel for MBE/DBE participation since there were no structural steel

manufacturers certified by MDOT. This exemption is no longer applicable since MBE/ DBE firms

have been certified under this category.

The Administration reserves the right to verify the accuracy of the dollar value included on the

Contractor’s Affirmative Action Plan, including the value associated with the manufacture, supply,

and installation of structural steel.

17

CONTRACT PROVISIONS CONTRACT NO. XX1635F80

MBE DUAL CERTIFICATION 1 of 1

06-11-18

CONTRACT PROVISIONS

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 woman-

owned 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/DBE 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/DBE 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/DBE Directory with both the gender and

ethnic/racial categories in order for a contractor to have the option of selecting which of those

categories it will use for the firm on a State contract.

(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.

Maryland’s MBE/DBE Directory will reflect the dual certification status beginning October 1,

2009. You can access the MBE/DBE Directory at http://mbe.mdot.state.md.us.

18

CONTRACT PROVISIONS CONTRACT NO. XX1635F80

APPRENTICESHIP TRAINING FUND 1 of 5

06-11-18

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 contractor’s responsibility

to contact the Maryland Department of Labor, Licensing and Regulation (DLLR), prior to

commencement of any work, to determine how these provisions are being implemented and

enforced by DLLR.

Definitions. The following terms have the meanings indicated.

(a) Terms Defined.

(1) “Approved apprenticeship program” means an apprenticeship program or an

organization with an apprenticeship program which has been registered with, and

approved by, the Maryland Apprenticeship and Training Council or the United States

Department of Labor.

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

(3) “Covered craft” means a classification of workers listed in the prevailing wage

determination applicable to a prevailing wage project.

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

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, §17-

603(a)(1), Annotated Code of Maryland, by making contributions of at least 25 cents per

person per hour.

19

CONTRACT PROVISIONS CONTRACT NO. XX1635F80

APPRENTICESHIP TRAINING FUND 2 of 5

06-11-18

(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, §17-

604(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 Industry’s 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 Industry’s 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 Industry’s website at

https://www.dllr.state.md.us/prevwage and complete the required project log information

including:

(1) The prevailing wage project number;

(2) Contract value;

(3) Identification of subcontractors to perform work on the project and subcontract value

amount;

20

CONTRACT PROVISIONS CONTRACT NO. XX1635F80

APPRENTICESHIP TRAINING FUND 3 of 5

06-11-18

(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

Industry’s 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 Industry’s 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.

(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

21

CONTRACT PROVISIONS CONTRACT NO. XX1635F80

APPRENTICESHIP TRAINING FUND 4 of 5

06-11-18

(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 Industry’s 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 Industry’s 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 Industry’s

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 Industry’s 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.

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 Commissioner’s own initiative;

(2) On receipt of a written complaint; or

(3) On referral from another State agency.

22

CONTRACT PROVISIONS CONTRACT NO. XX1635F80

APPRENTICESHIP TRAINING FUND 5 of 5

06-11-18

(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.

(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.

23

CONTRACT PROVISIONS CONTRACT NO. XX1635F80

MBE/DBE COMPLIANCE FIELD MEETING 1 of 1

06-11-18

MBE/DBE COMPLIANCE FIELD MEETING A MBE/DBE compliance Field Meeting will be conducted to review the responsibilities of the Administration and the Contractor’s personnel relative to MBE/DBE Compliance and documentation. The meeting will be held within two weeks after starting work on the project. The Construction Project Engineer, 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. (1) Director, Office of Equal Opportunity or Designee (2) District Equal Opportunity Officer (3) Regional Constructional Engineer (4) Construction Project Engineer (5) Construction Inspection Division Inspector (b) Contract Representatives. (1) Superintendent - Prime Contractor (2) Equal Opportunity Officer - Prime Contractor (3) Owner/Superintendent/Foreman MBE/ DBE - Subcontractor The Construction Project Engineer and Equal Opportunity Representative will jointly conduct the meeting. The Contractor shall notify the appropriate subcontractors and ensure their attendance.

24

CONTRACT PROVISIONS CONTRACT NO. XX1635F80

TRAFFIC CONTROL PLAN CERTIFICATION

1 of 1

06-11-18

TRAFFIC CONTROL PLAN CERTIFICATION PRIOR TO THE COMMENCEMENT OF WORK ON THIS PROJECT, THE SUCCESSFUL BIDDER WILL BE REQUIRED TO COMPLETE A TRAFFIC CONTROL PLAN CERTIFICATION, CONTAINING THE INFORMATION SHOWN BELOW. THE CERTIFICATION FORM WILL BE PROVIDED TO THE SUCCESSFUL BIDDER UPON AWARD OF THE CONTRACT. The Administration's Traffic Control Plan (TCP) has been reviewed and the following course of action shall be followed: Option 1 The TCP is accepted and shall be used on this project. Option 2 The TCP is accepted; however, revisions and/or additions shall be submitted for approval in

conformance with the Administration's Specifications 104.01. Option 3 The TCP is not accepted and revision shall be submitted for approval in accordance with the

Administration's Specifications 104.01. It is understood that the effective implementation of the approved TCP is the responsibility of the Contractor. Minor modifications may be made by the Traffic Manager if field conditions warrant and prior concurrence is obtained from the Engineer. Significant changes to the TCP will be submitted to the Engineer in writing, for approval, in conformance with the Administration's Specifications 104.01. (DATE) (SIGNATURE) (PRINT SIGNATURE) (TITLE)

25

CONTRACT PROVISIONS CONTRACT NO. XX1635F80

CONTRACTOR AND RAILROAD PUBLIC LIABILITY 1 of 1

06-11-18

CONTRACTOR AND RAILROAD PUBLIC LIABILITY

AND PROPERTY DAMAGE INSURANCE INCLUDED In addition to other forms or bonds required under the terms of the Contract and/or specifications, the Contractor shall obtain, furnish and keep in force insurance policies as follows: (A) CONTRACTOR'S PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE Limits not less than $2,000,000 for Bodily Injury and/or Death and Property Damage, per

occurrence, within an aggregate limit of $6,000,000 for the term of the policy. (B) CONTRACTOR'S PROTECTIVE PUBLIC LIABILITY AND PROPERTY DAMAGE

INSURANCE If any part of the work is to be performed by a subcontractor the prime Contractor shall carry

in his own behalf insurance in the same limits as set forth in paragraph (A). (C) RAILROAD PROTECTIVE PUBLIC LIABILITY AND PROPERTY DAMAGE

LIABILITY INSURANCE This policy shall name the appropriate Railroad as "The Insured" to comply with the Standard

Uniform Policy for Railroad Protective Liability and Property Damage Insurance developed and adopted in 1958 by AASHTO-AAR and by Federal Aid Policy Guide 646A Subchapter G, Subpart A, Sections 646.101 through 646.111. Limits in the following amounts:

Bodily Injury and/or Death and Property Damage Liability limit not less than $2,000,000 per

occurrence within an aggregate limit of $6,000,000 for the term of the policy. GENERAL The original of policy (C) shall be furnished to and approved by the Railroad. For (A) and (B), the certificates shall be furnished to the Administration's Engineer and to the Railroad on request. In all instances, the Contractor shall furnish evidence to the Administration's Engineer and Railroad that the insurance has been purchased and is in force until the Contract is completed and accepted. The Contractor is prohibited from entering Railroad Property until the Insurance Policies have been approved. Policies, certificates, notices of cancellation or changes, etc., shall be sent by the Contractor direct to the Engineering Officer of the Railroad. The Contractor and his insurance representative shall reconcile all policy requirements to the satisfaction of the Railroad and the Administration's Engineer. For the Contractor's insurance broker's information, it is estimated that 5 percent of value of the subject Contract will be performed within 50 ft of the rails of the Railroad's track. The cost for the insurance will not be measured but will be incidental to the Contract lump sum price for Mobilization, Section 108. If an item for Mobilization is not provided, the cost of the insurance will be incidental to the other items specified in the Contract Documents.

26

CONTRACT PROVISIONS CONTRACT NO. XX1635F80

AMTRAK and/or CONRAIL RAILROADS 1 of 1

06-11-18

AMTRAK and/or CONRAIL RAILROADS Whenever a Contract requires bridge erection, demolition or other hoisting operations over the tracks of either of the above-named railroads, the Contractor shall be aware that the following information shall be submitted for approval to the Office of the Chief Engineer of that railroad. (a) Plan view showing locations of cranes, operating radii, with delivery or disposal location

shown. (b) Crane rating sheets showing cranes to be adequate for 150 percent of the lift. Crane and

boom nomenclature shall be indicated. (c) Plans and computations showing weight of pick. (d) Location plan showing obstructions and indicating that the proposed swing is possible. (e) Data sheet listing number, type, size and arrangement of slings or other connecting

equipment. Include copies of catalog or information sheets of specialized equipment. (f) A complete procedure shall be included, indicating the order of lifts and any repositioning or

rehitching of the crane or cranes. (g) Temporary support of any components or intermediate stages shall be shown. (h) A time schedule of the various stages shall be shown, as well as a schedule for the entire

lifting procedure. Additional information, other than that listed above, may be requested by the railroad and shall be provided by the Contractor. All negotiations necessary to receive the railroad's approval of this phase of the work are between the Contractor and the railroad. The Contractor shall furnish copies to the Administration's Engineer of all pertinent information as it pertains to agreements or approvals between the Contractor and the railroad that affects the Contract. Authority to proceed with this phase of the schedule or operations will not be granted by the Engineer until a copy of the railroad's written approval has been furnished to the Engineer. The cost to furnish the above data, required by the railroad, will not be measured for payment but will be incidental to the related pay items specified in the Contract Documents.

27

CONTRACT PROVISIONS CONTRACT NO. XX1635F80

PREVAILING WAGE INSTRUCTIONS 1 of 4

06-11-18

PREVAILING WAGE

INSTRUCTIONS FOR THE CONTRACTOR

PAYROLLS.

Non-Federally Funded Contracts. The Division of Labor and Industry, Prevailing Wage Unit is

requiring that all certified payroll records be submitted electronically. For instructions on how to

register and submit go online to www.dllr.state.md.us/prevwage and follow the instructions for

registering. The regulation addressing this change can be found at COMAR 21.11.11.02. For

Non-Federally funded projects, which include prevailing wage rates, the prime Contractor and each

subcontractor, shall submit the certified payroll electronically and provide one hard copy to the

Project Engineer. All wages shall be paid in conformance with the State Finance and Procurement

Article, Section 17-201-17-226 of the Annotated Code of Maryland and the Fair Labor Standards

Amendments of 1974 (P.L. 93259). If the award amount of a Non-Federally funded job is less than

$500,000, the project will be exempt from prevailing wage requirements.

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 conformance with the law. It shall be the responsibility of the Contractor to fully comply

with the law and to contact the Office of the Commissioner of Labor and Industry for interpretation

of the provisions of the law.

Federally Funded Contracts. For Federally funded projects, the prime Contractor and each

subcontractor shall submit one copy of the certified payroll to the Project Engineer.

General Requirements for Federally and Non-Federally Funded Contracts. All payrolls are

subject to the following requirements:

(a) All payrolls shall be numbered, beginning at No. 1, and consecutively numbered through the

end of the Contract.

(b) Contract and FAP numbers shall be shown on all payrolls (as applicable).

(c) All payroll submissions shall include:

(1) Federally Funded – employees’ full name, classification, and Individual Identifying

Number (IIN) e.g. (last four digits of social security number). Refer to FHWA 1273

(IV),(3),(b)1) for further requirements related to weekly payrolls.

(2) Non-Federally Funded – employees’ full name, classification, address and social security

number.

28

CONTRACT PROVISIONS CONTRACT NO. XX1635F80

PREVAILING WAGE INSTRUCTIONS 2 of 4

06-11-18

(d) All payrolls shall show the employee’s basic hourly wage rate, overtime rate (if applicable),

and the number of hours worked (tabulated both daily and weekly).

(e) When fringe benefits are required, indicate separately the amount of employer contributions

to fringe benefit funds and/or programs. The fringe benefits shall be individually identified,

but may be tabulated on a separate sheet. When required fringe benefits are paid in cash, add

the required fringe benefit amount to the basic hourly rate to obtain the total prevailing wage

rate for the employee.

(f) The employee’s net pay and the itemized deductions shall be included in all payrolls.

(g) A Contractor may make deductions that are required by law or required by a collective

bargaining agreement (between the Contractor and a bona fide labor organization).

Deductions are also permitted if they are identified in a written agreement between the

employee and employer that was made at the beginning of employment, provided that the

Contractor presents the agreement to the Administration before the employee begins working

on the Contract. Each payroll shall also include the U.S. Department of Labor and Hour

Public Contracts Division Statement of Compliance Form WH-347 (or its equivalent), signed

by an appropriate official of the Contractor/subcontractor. The Contractor’s name, address,

and telephone number shall also be shown.

(h) On Non-Federally funded projects, all apprentices shall be registered with the Maryland

Apprenticeship and Training Council.

(i) Contractors employing a classification of worker for which a wage rate was not included on

the original wage decision, shall submit to either the Wage and Hour Team (Federally Funded)

or Department of Labor and Licensing (DLLR), (Non-Federally Funded), a request for an

additional classification and rate prior to the employee’s employment at the project.

(j) Payrolls for Non-Federally Funded projects shall be submitted within 14 calendar days after

the end of each payroll period.

(k) Payrolls for Federally Funded projects shall be submitted within 7 calendar days after the end

of each payroll period.

(l) Contractors and Subcontractors are required to maintain complete social security numbers

and home addresses for employees. Government agencies are entitled to request or review

all relevant payroll information, including social security numbers and addresses of

employees. Contractors and Subcontractors are required to provide such information upon

request.

29

CONTRACT PROVISIONS CONTRACT NO. XX1635F80

PREVAILING WAGE INSTRUCTIONS 3 of 4

06-11-18

OVERTIME.

Non-Federally Funded Contracts. Overtime rates shall be paid by the prime Contractors and

subcontractors under their Contracts and agreements with their employees, which in no event shall

be less than time and a half the prevailing hourly rate of wages for all hours worked in excess of

ten hours in any one calendar day or forty hours in any one calendar week and work performed on

Sundays and legal holidays.

Fringe benefits shall be paid for all hours worked, including the overtime hours. However, the

fringe benefit amounts may be excluded from the half time premium due as overtime compensation.

Federally Funded Contracts. Overtime rates shall be paid as specified in Form FHWA 1273.

Fringe benefits shall be paid for all hours worked, including the overtime hours. However, the

fringe benefit amounts may be excluded from the half time premium due as overtime compensation.

PENALTIES.

Non-Federally Funded Contracts. When the Contractor is delinquent in submitting payroll

records, processing of partial payment estimates will be held in abeyance, pending receipt of the

records. The Contractor shall be liable to the Administration for liquidated damages in the amount

of $10.00 for each calendar day the records are late.

The Contractor shall be liable to the Administration for liquidated damages in the amount of

$20.00 for each day that an employee is paid less than the prevailing wage.

Federally Funded Contracts. When the Contractor is delinquent in submitting payroll records,

processing of partial payment estimates will be held in abeyance pending receipt of the records.

ADDITIONAL CLASSIFICATIONS.

Federally Funded Contracts. If the wage determination lacks a necessary classification the Prime

Contractor is responsible to submit the request for the additional classification, with a proposed

rate, to the State Highway Administration’s Wage and Hour Team. The request is to include a copy

of the projects wage determination.

Non-Federally Funded Contracts. If the wage determination lacks a necessary classification the

Prime Contractor is responsible to submit the request for the additional classification, with a

proposed rate, to the Department of Labor and Licensing (DLLR).

30

CONTRACT PROVISIONS CONTRACT NO. XX1635F80

PREVAILING WAGE INSTRUCTIONS 4 of 4

06-11-18

INQUIRIES.

Request for information or questions shall be addressed to:

Maryland State Highway Administration

Office of Construction

Wage and Hour Team

7450 Traffic Drive, Building #4

Hanover, MD 21076

or

Email: [email protected]

31

CONTRACT PROVISIONS CONTRACT NO. XX1635F80

WAGE RATE DETERMINATION 1 of 1

06-08-18

Predetermined minimum wages (“wage rates”) for various labor classifications are not specified

or required for this Contract. The Contractor shall, however, conform to the Federal Fair Labor

Standards Act pertaining to the payment of the minimum wage. Prevailing wage rates may be

required on lump sum jobs of $500,000.00 or more.

32

CONTRACT PROVISIONS CONTRACT NO. XX1635F80

CONTRACTOR AFFIRMATIVE ACTION PROGRAM 1 of 8

06-05-18

CONTRACTOR AFFIRMATIVE ACTION PROGRAM

1. GENERAL a. The Contractor shall cooperate with the Maryland Department of Transportation in carrying

out its equal opportunity obligations and in the Department's review of the Contractor's activities performed under this contractual agreement.

b. All contractors shall comply with the Governor's Code of Fair Practices, Promulgated July,

1976. 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. 2. 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 Department of Transportation.

b. The Maryland Department of Transportation Minority Business Enterprise Program

requirements are applicable to construction contracts in excess of $100,000. 3. DEFINITIONS a. Affirmative Actions - The efforts exerted toward achieving equal employment opportunity

through positive, aggressive and continuous results-oriented measures to correct past and present discriminating practices and their effects on the conditions and privileges of employment.

b. Contractor/Subcontractor - The individual, partnerships, firm or corporation undertaking the

execution of work under the terms of a contract and acting directly or through his agents or employees.

c. 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. d. Discrimination - A distinction in treatment, whether intentional or unintentional, based on

political or religious opinion or affiliation, race, color, creed or national origin or sex, physical or mental handicap or age, except where sex, handicap or age involves a bona fide job requirement.

e. Equal Employment Opportunity Officer - A designated employee of the Contractor whose

responsibility it shall be to implement and maintain the Affirmative Action Plan. f. "Good Faith Effort" - A results-oriented positive action designed to achieve Affirmative

Action objectives or goals.

33

CONTRACT PROVISIONS CONTRACT NO. XX1635F80

CONTRACTOR AFFIRMATIVE ACTION PROGRAM 2 of 8

06-05-18

g. 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.

4. LEGAL MANDATES a. Title VI, Civil Rights Act of 1964 prohibits discrimination based on race, color, or national

origin in all programs and activities which receive Federal Financial Aid. 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 by the Equal Employment Opportunity Act

of 1972). Title VII prohibits discrimination because of race, color, religion, sex or national origin, in any term, condition, or privilege of employment.

c. Executive Order 11246 (as amended). This order, issued by the President in 1965, requires

Equal Employment Opportunity/Affirmative Action Programs by all Federal contractors and subcontractors. 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 Federal Office of Contract Compliance. Specific requirements for such result oriented programs are identified in the Revised Order # 4 issued by the Federal Office of Contract Compliance, U.S. Department of Labor. 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 Act of 1967 prohibits employers of 25 or more persons from

discriminating against persons 40-65 years of age in any area of employment due to their age. e. National Labor Relations Act of 1935. Discrimination on the basis of race, religion, sex, or

national origin constitutes an unfair labor practice. It shall be unlawful under this Act for employers to participate with unions in the commission of any discriminatory practices 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 of 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.

f. Governor's Code of Fair Practices for the State of Maryland (Amended). The Governor of

Maryland issued a revised Code of Fair Practices which was promulgated March 3, 1988, in recognition of the State's responsibility to root out the evils of discrimination on the basis of race, color, creed, national origin, sex and age. This Code was amended so as to be in compliance with Federal mandates regulating laws pertinent to Equal Employment Opportunity/Affirmative Action.

34

CONTRACT PROVISIONS CONTRACT NO. XX1635F80

CONTRACTOR AFFIRMATIVE ACTION PROGRAM 3 of 8

06-05-18

g. Rehabilitation Act of 1973 (Public Law 93-112). 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. Article 78A, Section 7A, Annotated Code of Maryland provides for nondiscrimination 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 race, creed, color, 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. Action under these laws on behalf of individuals or groups may be taken by individuals, private organizations, trade unions, or other groups.

5. ASSIGNMENT OF RESPONSIBILITIES a. The Contractor will designate an Equal Employment Opportunity Officer. He/she will have

the responsibility of implementing our Affirmative Action Plan. He/she will coordinate, advise 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 relative to the state of progress and make appropriate recommendations along these lines to the executives of this project.

b. 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 on all job sites.

6. DISSEMINATION OF POLICY a. The Contractor will take appropriate steps to insure that all employees are advised of its policy

of nondiscrimination of its interest in actively and affirmatively providing equal employment opportunity for all citizens. The steps include:

(1) Periodic meetings of supervisory and personnel office employees to be conducted at least

every six months so that our EEO policy and plan may be revised and explained. (2) All new supervisory and personnel office employees to be made aware of our EEO policy

and plan as soon as practicable, but certainly within thirty (30) days following the date the first reporting for duty.

(3) Making our 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) Notices and posters setting forth our EEO policy will be placed in areas readily

accessible to employees and applicants for employment. (b) Our EEO policy and the procedure for implementing the EEO policy will be brought

to the attention of employees through meetings, employee handbooks, or other appropriate means.

35

CONTRACT PROVISIONS CONTRACT NO. XX1635F80

CONTRACTOR AFFIRMATIVE ACTION PROGRAM 4 of 8

06-05-18

7. RECRUITMENT a. The Contractor will include in all advertising the following notation: "An Equal Opportunity

Employer." We will insert all such advertisements in newspapers or other publications having large circulation among minorities and females in the area from which the project work is derived.

b. We 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, we shall identify sources of potential minority/female employees and establish with such sources procedures whereby minority/female applicants may be referred to us for employment consideration.

c. We will develop procedures for promoting the employment of minority/female youth on an

after-school, summer and vacation basis. d. We will encourage our 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.

8. PERSONNEL ACTIONS a. To avoid discrimination in any of our personnel actions, the following procedures will be

followed: (1) We will conduct periodic inspections of projects sites to insure that working conditions

and employee facilities do not indicate discriminatory practices. (2) We will periodically evaluate the spread of wages paid within each classification to

determine any evidence of discriminatory wage practices. (3) We will periodically review personnel actions in depth to determine whether there is any

evidence of discrimination. Where evidence is found, we will promptly take corrective action.

(4) We will investigate all complaints of alleged discrimination and shall attempt to resolve

such complaints. Additionally, if the investigation indicates that the discrimination may affect persons other than the complainant, appropriate corrective actions will include other persons. Upon completion of each investigation, we will inform every complainant of all avenues of appeal.

9. TRAINING AND PROMOTION a. To eliminate any discrimination in training and promotion, the following actions will be taken: (1) We will assist in locating, qualifying, and increasing the skills of minority/female

employees and applicants for employment.

36

CONTRACT PROVISIONS CONTRACT NO. XX1635F80

CONTRACTOR AFFIRMATIVE ACTION PROGRAM 5 of 8

06-05-18

(2) Consistent with our employment requirements and as permissible under State regulations, we will make full use of training programs, i.e., preapprenticeship, apprenticeship, and on-the-job training programs for the geographical area of contract performance.

(3) We will advise employees and applicants for employment of available training programs

and entrance requirements for the programs. (4) We will periodically review the training and promotional potential of minority/female

employees and shall encourage eligible employees to apply for such training and promotions.

10. UTILIZATION OF UNIONS a. In carrying out our Affirmative Action Plan, we will use good faith efforts to obtain the

cooperation from unions we rely on, in whole or part, as a source of employees to increase opportunities for minority/female groups. We, either directly or through a contractor's association acting as our agent, will include the procedures set forth below:

(1) 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.

(2) Incorporate an Equal Employment Opportunity clause into all union agreements so that

they shall be contractually obligated not to discriminate in the referral of job applicants. 11. UTILIZATION OF SUBCONTRACTORS a. We 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 population, or owned by minority/female.

b. We will use good faith efforts to assure that all subcontractors comply with equal employment

obligations as defined in the amended Code of Fair Practices.

12. RECORDS AND REPORTS a. In accordance with the Governor's Code, Article III, Section A and C (2), we will keep such

records as are necessary to determine compliance with our equal opportunity obligations. The records kept shall be designed to indicate:

(1) The number of minority/female and other persons employed in each work classification

of the project.

(2) The progress and efforts being made in cooperation with unions, if any, to increase minority/female employment opportunities.

(3) The progress and efforts being made in locating, hiring, training, qualifying and upgrading

minority/female employees. (4) The progress and efforts being made in securing the services of minority/female

subcontractors.

37

CONTRACT PROVISIONS CONTRACT NO. XX1635F80

CONTRACTOR AFFIRMATIVE ACTION PROGRAM 6 of 8

06-05-18

b. All such records will be retained for a period of three years following completion of the contract work and shall be available at reasonable times and places for inspection by authorized representatives of the Department of Transportation.

c. We will submit to the Administration a monthly report for the first three months after

construction begins 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.

3. MONITORING a. We will periodically evaluate our Affirmative Action Plan and the results achieved to insure

that the plan is in compliance with our commitments.

SUGGESTED GOALS FOR TIMETABLES

FOR

MINORITY WORKHOUR UTILIZATION

For all trades, the following goals and timetables, as appropriate, for minority-workhour utilization

shall be applicable:

(1) Baltimore Metropolitan SMSA - this area (Region 1) includes Anne Arundel, Baltimore,

Carroll, Harford, Howard Counties and Baltimore City. The total distribution of work hours

(actual work hours performed on the job) for minorities and females shall be consistent with

the following utilization goals for minorities and females, respectively, and shall apply to all

trades.

UTILIZATION:

MINORITIES

From January 1, 1980 to October 3, 1980 23.5% - 27.5%

After October 3, 1980 23.0%

FEMALES

From August 16, 1979 to August 15, 1980 6.9%

After August 16, 1980 6.9%

(2) Eastern Shore Maryland NON-SMSA - this area (Region II) includes Caroline, Dorchester,

Kent, Queen Anne’s, Somerset, Talbot, Wicomico, and Worcester Counties. The total

distribution of work hours (actual work hours performed on the job) for minorities and

females, respectively, and shall apply to all trades.

38

CONTRACT PROVISIONS CONTRACT NO. XX1635F80

CONTRACTOR AFFIRMATIVE ACTION PROGRAM 7 of 8

06-05-18

UTILIZATION:

MINORITIES

From January 1, 1980 to October 3, 1980 21% - 24%

After October 3, 1980 23.8%

FEMALES

From August 16, 1979 to August 15, 1980 6.9%

From August 16, 1980 6.9% (3)

(3) Southern Maryland NON-SMSA - this area (Region III) includes Calvert, Frederick,

Washington and St. Mary’s Counties. The total distribution of work hours (actual work hours

performed on the job) for minorities and females shall be consistent with the following

utilization goals for minorities and females, respectively, and shall apply to all trades.

UTILIZATION:

MINORITIES

From January 1, 1980 to October 3, 1980 25%

After October 3, 1980 25.2%

FEMALES

From August 16, 1979 to August 15, 1980 6.9%

After August 16, 1980 6.9%

(4) Washington, D.C. Metropolitan SMSA - this area (Region IV) includes Charles,

Montgomery and Prince Georges Counties. The total distribution of work hours (actual work

hours performed on the job) for minorities and females shall be consistent with the following

utilization goals for minorities and females, respectively, and shall apply to all trades.

UTILIZATION:

MINORITIES

After October 3, 1980 28.0%

FEMALES

From August 16, 1979 to August 15, 1980 6.9%

After August 16, 1980 6.9%

39

CONTRACT PROVISIONS CONTRACT NO. XX1635F80

CONTRACTOR AFFIRMATIVE ACTION PROGRAM 8 of 8

06-05-18

(5) Western Maryland NON-SMSA - this area (Region V) includes Allegany and Garrett

Counties. The total distribution of work hours (actual work hours performed on the job) for

minorities and females shall be consistent with the following utilization goals for minorities

and females, respectively, and shall apply to all trades.

UTILIZATION:

MIN0RITIES

From January 1, 1980 to October 3, 1980 3.0%

After October 3, 1980 4.8%

FEMALES

From August 16, 1979 to August 15, 1980 6.9%

After August 16, 1980 6.9%

(6) Wilmington Delaware SMSA - this area (Region VI) includes Cecil County only. The total

distribution of work hours (actual work hours performed on the job) for minorities and

females shall be consistent with the following utilization goals for minorities and females,

respectively, and shall apply to all trades.

UTILIZATION:

MINORITIES

From January 1, 1978 thru October 3, 1980 15% - 18.5%

After October 3, 1980 12.3%

FEMALES

From August 16, 1979 to August 15, 1980 6.9%

After August 16, 1980 6.9%

40

CONTRACT PROVISIONS CONTRACT NO. XX1635F80

HIGH VISIBILITY SAFETY APPAREL POLICY 1 of 2

06-05-18

NOTICE TO ALL HOLDERS OF THIS CONTRACT DOCUMENT

HIGH VISIBILITY SAFETY APPAREL POLICY

BACKGROUND. Research indicates that high visibility garments have a significant impact on the

safety of employees who work on highways and rights-of-way. In addition, high visibility garments

may help to prevent injuries and accidents and to make highway workers more visible to the motoring

public, which ultimately improves traffic safety.

STATEMENT OF POLICY.

(a) The High Visibility Safety Apparel Policy provides a standardized apparel program.

(b) The program seeks to improve the visibility of all persons who work on Administration

highways and rights-of-way.

(c) All apparel shall contain the appropriate class identification label.

(d) Compliance with this policy is retroactive and becomes effective immediately. All affected

employees shall receive high visibility apparel awareness training.

APPLICABILITY. This policy applies to all Administration employees and all other persons who

work on Administration highways and rights-of-way. All workers shall wear, at a minimum, Class 2

ANSI/ISEA 107/2004 apparel.

(a) For Administration employees, this apparel shall have a fluorescent yellow-green background

material color and be the outermost garment worn.

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

be visible at a minimum distance of 1,000 feet. The retro-reflective safety apparel shall be

designed to clearly recognize and differentiate the wearer from the surrounding work

environment. The retro-reflective material may be contrasted by fluorescent orange

background material not exceeding one and one half inches on either side of the retro-reflective

material.

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

fluorescent yellow-green background material color and be the outermost garment worn.

(d) Retro-reflective material color for non-Administration employee apparel shall either be orange,

yellow, white, silver, yellow-green, or a fluorescent version of these colors, and be visible at a

minimum distance of 1,000 feet. The retro-reflective safety apparel shall be designed to clearly

recognize and differentiate the wearer from the surrounding work environment.

41

CONTRACT PROVISIONS CONTRACT NO. XX1635F80

HIGH VISIBILITY SAFETY APPAREL POLICY 2 of 2

06-05-18

REFERENCES.

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

Equipment Association

(b) MUTCD 2009 – 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.

42

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

PROJECT DESCRIPTION 1 of 3

06-05-18¶

PROJECT DESCRIPTION

The majority of work included in this Invitation for Bids will be located in all the counties of Maryland as shown on the Location Map and the contract is for providing materials, labor, equipment, etc. necessary to perform preservation and minor rehabilitation on Administration structures. Some examples of work are as follows:

a) Preservation and minor rehabilitation of piers, pier caps, and abutments. b) Jacking beams under traffic and restoring bearings on piers and abutments of fixed spans.

c) Preservation and minor rehabilitation or replacement of deteriorated, damaged or cracked

beams, girders, heat straightening and other structural steel including cleaning and painting of replaced areas.

d) Construct temporary bents and rehabilitate existing bents, piers and abutments.

e) Construct sheet pile end walls and wing walls.

f) Underpin of piers and abutment footings.

g) Preservation and minor rehabilitation of damaged stringers.

h) Preservation and minor rehabilitation or replacement of timber bridge components.

i) Splicing of timber piles.

j) Preservation and minor rehabilitation of piers in water and install pile protective devices.

k) Placement of riprap and grout filled bag scour protection.

l) Removal and replacement of various structures such as pipes, culverts and bridges.

m) Preservation and minor rehabilitation of retaining walls.

n) Investigations such as test piles, utility test pits, checking bridge decks for shear

reinforcement and any other tests required to determine existing unknown conditions. o) Working in conjunction with engineering consultants, fabricators, and suppliers to design

and construct major and complex upgrades to electrical and structural bridge components. p) Destructive and non-destructive testing as necessary to determine existing condition of

structures. q) Wrapping pier columns with fiber reinforced polymer protective system.

r) Applying a protective coating to concrete substructures as directed by the engineer.

43

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

PROJECT DESCRIPTION 2 of 3

06-05-18¶

Portions of this work may have to be performed on an emergency basis rather than as a routine

project. If an emergency situation arises, the Contractor hereby agrees to give the emergency situation

first priority until the emergency is resolved, even though this may be at the expense of other projects

for which the Contractor is responsible.

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 1, 2018 revisions thereof, or additions thereto, and the Special Provisions

included in this Invitation for Bids.

PAYMENT

Lump Sum and Unit Price items described in these Special Provisions and other Contract

Documents shall not apply unless the item appears in the Schedule of Prices.

If requested by the Engineer, the Contractor shall submit a lump sum cost proposal or a cost

proposal based on a list of items supplied by the Engineer, which will include all labor, materials,

equipment, tools, and subcontractors required to complete the project. If an agreement on prices

for these projects cannot be reached, the work will be performed by time and materials using the

prices for the bid items included in this Contract.

BONDS AND INSURANCE

Premiums for all insurance required for this Contract will not be measured but the costs shall be included in other pertinent Contract items. This includes all insurance specifically mandated in these Contract Documents and all other insurance required to comply with local, State, and Federal laws and regulations. This insurance may include, but not be limited to, property damage, liability, workman’s compensation, unemployment, and pollution control insurance. The costs for any other specialized insurance that is required (as approved by the Engineer), such as AMTRAK or other railroad insurance and Longshoreman’s insurance, shall be submitted by invoice and will be paid by the Administration. NO mark ups on insurance premiums will be allowed. Bond premiums for materials, and costs for Social Security, supervision, and other costs for which no specific allowance is provided will not be measured but the costs shall be included in other pertinent Contract items.

CONTACTS AND RESPONSE TIME

The Contractor shall furnish the Engineer the names, addresses, phone numbers, email, etc. of at

least two individuals who can be contacted by the Engineer and are authorized to provide

construction services in the event of an emergency. One of these individuals shall be available at

all times to be contacted within a maximum time period of two hours. This contact information

shall be provided by the contractor at time of pre-construction meeting.

44

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

PROJECT DESCRIPTION 3 of 3

06-05-18¶

TERM OF CONTRACT

The Administration reserves the right to terminate the Contract for any reason, including its own

convenience, by giving prior written notice to the Contractor. Work shall be performed as directed

by the Engineer and may not be on a continual basis.

PERMIT REQUIREMENTS

All work on this project shall abide by the Best Management Practices -- Road, Bridge, and Culvert

Activities article included in these Special Provisions, as well as any permits and additional

requirements that may be included with each project assignment.

EMPLOYMENT AGENCY

County: Baltimore

Address: 500 North Calvert Street

Baltimore, MD 21202

Department of Labor and Licensing & Regulation (DLLR)

Division of Employment & Training

Maryland Job Training www.dllr.state.md.us/county

45

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

NOTICE TO CONTRACTOR 1 of 7

06-05-18

NOTICE TO CONTRACTOR

PROJECT SCHEDULE. Section 109 shall only apply when a CPM Project Schedule item is included in the Schedule of Prices. Otherwise, all Project Schedules shall conform to Section 110. The Engineer will provide a list and priority of projects to the Contractor monthly. Within two

weeks of a new assignment, the Contractor shall supply the following information:

(a) The estimated time to receive all materials.

(b) For individual project assignments that are expected to last 30 working days or more, an

Activities Chart Project Schedule based on working days shall be developed by the foreman

and superintendent, reviewed by the inspector and submitted to the office for review and

approval prior to beginning any work.

(c) The estimated cost to complete the project. This estimated cost shall utilize the appropriate

bid prices established in this Contract. The estimate shall be itemized to include all

anticipated labor, equipment, materials, and subcontractors.

(d) When requested by the Engineer, a lump sum cost proposal or a cost proposal based on a

list of items supplied by the Engineer shall be submitted that will include all labor,

materials, equipment, and subcontractors required to complete the project. The

Administration may request a cost proposal for a specific project from multiple contractors

under this and similar contracts to determine the lowest cost proposal. The contractor with

the lowest responsible cost proposal will be awarded that specific project. If an agreement

on prices cannot be reached, the work will be performed using the prices for the bid items

included in this Contract.

The preparation of these estimates and proposals will not be measured, but the cost will be

incidental to other pertinent items specified in the Contract Documents. NOTICE TO BIDDERS. The Proposal Form Packet in this Invitation for Bids requires the following information be submitted for the Bidder and each firm quoting or considered as subcontractors: (a) Name of firm. (b) Address of firm. (c) MBE, Non-MBE, DBE, or Non-DBE. (d) Age of firm. (e) Annual gross receipts per last calendar year. Note that there are provisions for submitting copies for additional subcontractors, and that an “X” is required to indicate whether additional copies have been submitted.

46

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

NOTICE TO CONTRACTOR 2 of 7

06-05-18

AFFIRMATIVE ACTION PLAN (AAP) CONTRACT GOALS. In order to be in compliance with the revised MBE/DBE laws effective September 27, 2011 or later, the bidder is required to complete the AAP information within the MDOT MBE/DBE Form A and Form B (Parts 2 and 3) of the Proposal Form Packet for State, Federal, and State Small Business Reserve Procurements. Failure to complete the information may be grounds for the bid to be declared non-responsive. BOOK OF STANDARDS. The Book of Standards for Highway and Incidental Structures is only available on the Administration’s Internet Site at www.roads.maryland.gov. The Book of Standards can be located by clicking on Business, Business Center, Business Standards and Specifications; and Book of Standards for Highway and Incidental Structures. 2018 STANDARD SPECIFICATION FOR CONSTRUCTION AND MATERIALS BOOK. The 2018 Standard Specifications for Construction and Materials Book is now only available on the Administration’s Internet Site at www.roads.maryland.gov. The 2018 Specification Book can be located by clicking on Business, Business Center, Business Standards and Specifications; and Standard and Supplemental Specifications for Construction and Materials. PAYMENT OF STATE OBLIGATIONS. Electronic funds transfer will be used by the

State to pay Contractor for this Contract and any other State payments due Contractor

unless the State Comptroller's Office grants Contractor an exemption. By submitting a response to this solicitation, the Bidder/Offeror agrees to accept payments by electronic funds transfer unless the State Comptroller's Office grants an exemption. The selected Bidder/Offeror shall register using the attached form COT/GAD X-10 Vendor Electronic Funds (EFT) Registration Request Form. Any request for exemption must be submitted to the State Comptroller's Office for approval at the address specified on the COT/GAD X-10 form and must include the business identification information as stated on the form and include the reason for the exemption. An electronic form and additional information can be found at http://comptroller.marylandtaxes.com/Vendor_Services/Accounting_Information/Electronic_Funds_Transfer/ BRIDGE UNDER-CLEARANCE. The minimum underclearances shall be maintained whenever resurfacing a roadway. This may require grinding the existing pavement prior to placing the resurfacing material. Immediately after completing the resurfacing operation and when the lane closures are still in the effect, the Contractor, in the presence of the Engineer, shall measure the minimum vertical under-clearance. The Engineer will submit results to the Office of Structures. The cost of these measurements will be incidental to other pertinent items specified in the Contract Documents. TRAFFIC MANAGERS. Multiple Traffic Managers shall be required for this Contract. Each

work crew shall include at least two approved Traffic Managers one of which will be the foreman

on site whenever Maintenance of Traffic is required in conformance with 104.18. This information

is to be provided at the pre-construction meeting.

EROSION AND SEDIMENT CONTROL MANAGERS. Multiple Erosion and Sediment

Control Managers shall be required for this Contract. Each work crew shall include at least one

approved Erosion and Sediment Control Manager on site whenever erosion and sediment control

activities are required. Each Manager will be required to have an up to date Yellow and Green

card for Sediment and Erosion Control issued by SHA. This information is to be provided at the

47

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

NOTICE TO CONTRACTOR 3 of 7

06-05-18

pre-construction meeting. Listed below is the website to schedule training.

http://www.sha.maryland.gov/Index.aspx?PageId=56

TRAFFIC CONTROL DEVICES PAYMENT. Traffic control devices bid on a rental per day

basis (Arrow Panel, Signs for Maintenance of Traffic, Traffic Cones, Drums, Portable Variable

Message Sign and Protection Vehicle) will be paid for only once per unit day, regardless of how

many times they are relocated, or how long they are used during the unit day. A unit day shall

consist of any approved usage within a 24 hour calendar day period.

MEASUREMENT AND PAYMENT. Special Provisions, Special Provisions Inserts, and

referenced Sections are for specifying the materials and work to be performed. Lump sum and

unit price items described in these Contract Documents shall not apply unless the item appears in

the Schedule of Prices.

MINIMUM REQUIREMENTS FOR BIDDERS. The Contractor shall establish a home base

located within the State of Maryland. This location will be agreed to by the Contractor and

Engineer upon award of Contract. This Contract requires each person serving as a Bridge Repair

Foreman to have a minimum of three years’ experience. It is anticipated that multiple Bridge Repair

Foremen will be required for this Contract. Therefore, the Contractor shall submit, at the pre-

construction meeting, two qualified Bridge Repair Foremen meeting the specified experience criteria.

This documentation shall include the names and pertinent work history, including locations of

representative bridge projects, a detailed description of the work performed, and the date work was

performed. Failure to comply with these minimum requirements for bidders, or failure to provide the

necessary documentation to establish the required experience, may be grounds for rejection of the bid.

SPECIAL BIDDING INSTRUCTIONS. The Contractor is alerted that a minimum cost has been

established for some bid items in this Contract. The Contractor’s bids shall be greater than or equal

to this minimum cost. If a bid price is below the minimum cost established for any item, the bid will

be considered non-responsive, and the Contractor’s bid will be rejected. The minimum cost appears

below applicable bid items in the schedule of prices.

LIQUID DAMAGES. Liquid Damages have been introduced in this contract for lack of crew

members in a normal crew size of one foreman and 5 skilled laborers or if any essential equipment

is unavailable that has the potential to delay the project. The liquid damages charges will be

charged on a daily basis and the crew will be shut down for that day. (Refer to sections on Labor

and Specialized Equipment).

CELL PHONE POLICY. While on the worksite only the foreman or superintendent shall be

permitted to have a cellular phone with them. If any non-supervisory laborer has a cell phone it

shall be left in one of the work vehicles. If a laborer is observed using a cell phone they will be

given a verbal warning by the Engineer on the first occurrence in the presence of the foreman. Any

subsequent occurrences shall result in the laborer not being paid for the hour(s) during which he

or she used the phone. Repeated violation of this policy shall be grounds for removal of an

individual from this contract.

48

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

NOTICE TO CONTRACTOR 4 of 7

06-05-18

SMALL TOOLS. All small tools shall be included in the hourly rate for Bridge Foreman and

Skilled Labor. Small tools are considered to be any equipment with a new purchase price under

fifteen hundred dollars ($1500.00), refer to TC-7.03. The Engineer reserves the right to pay rental

on small tools. In addition, each of the following pieces of equipment will be considered to be a

small tool, regardless of the new purchase price:

(a) Hand held Cut-Off Saws, all sizes.

(b) Chain Saws, all sizes.

(c) Magnetic Drills, all sizes and types up to four (4).

(d) Impact Wrenches, up to 1-inch nominal drive shaft.

(e) Hammer Drills, all sizes.

(f) Up to Four (4) 100 tons maximum low profile Hydraulic Jacks including necessary

manifolds, hand pumps, gauges, hoses, etc. necessary to use the jacks individually or

simultaneously.

(g) 2 inches diameter or less Concrete Vibrators.

(h) Core Drill, including extensions, capable of drilling 6 inches diameter holes.

(i) Hand held Vibratory Plate Compactors.

(j) Jumping Jack Tampers/Rammers.

(k) Up to Four (4) Air Hand Held Pavement Breakers, Chipping Hammers, 90 lbs. or under.

(l) Up to Twelve (12) Air Hand Held Chipping Hammers or Rivet Busters, 30 lbs. or under.

(m) Up to 350 lb. pressure blast unit including all hoses, guns, etc.

(n) Scaffold all types up to Ten (10) sections including four (feet, pads, and plates) with each

section. One section of scaffold is to include 2 x bucks, 2 x braces and planked fully with

hand rails and toe rails. To avoid discrepancies, the information as to which crew or crews

are using the ten scaffolding per day shall be made available on request by the Engineer to

the superintendent. Failure will result in discrepancies and no payment will be made for

any scaffolding used by any crew(s) for that day.

(o) 4,000 psi and under Pressure washer including all guns, hoses, tips, etc. to perform the

needed pressure washing.

(p) Work floats up to Four (4) if needed. Work floats shall be wood or aluminum with a

minimum size of 8 ft. by 16 ft.

49

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

NOTICE TO CONTRACTOR 5 of 7

06-05-18

(q) Oxygen Acetylene Torch, oxygen and acetylene pressure regulators, 400 LF of hose,

cutting/welding torch handle with #0 and #2 cutting tips, and striker. *

(r) Electrical Generator, 5 kW to 6.5 kW. *

(s) 2 inches or less diameter submersible water pump. *

* - Indicates items (q), (r) and (s) that must be on each flatbed and the cost of these

equipment will be incidental to the flatbed.

USE OF SKIDMORE EQUIPMENT FOR HIGH STRENGTH BOLTS TESTING. The

contractor will have available to the foreman Skidmore-Wilhelm bolts tester to measure fastener

performance when required. Pre-Installation Verification Tension Testing & Rotational Capacity

Testing of structural fasteners per AISC/RCSC specifications. General fastener testing to

determine torque/tension relationships. The types of components to be tested include but are not

limited to Hex Bolts, Tension Control Bolts, Anchor Bolts, Studs, Lock Nuts, Direct Tension

Indicating Washers, etc. At least two foremen shall be fully trained to operate such equipment

and be able identify and record readings on the attached form. (see Form A)

USE OF MANPOWER AND EQUIPMENT. The Engineer will approve the equipment and

manpower that shall be utilized on a project to obtain the most cost-effective work force. Only

Maintenance of Traffic equipment and items that are necessary to meet administration standards

for Maintenance of Traffic set ups will be paid. Any equipment or items used beyond that which

is required by administration standards will not be measured for payment. Listed below is the

estimated number of equipment that may possibly be needed on this contract for all crews on daily

basis. Any additional units above this list shall be paid for at the blue book rate or rental price as

applicable.

Item Description Maximum Number at Bid Price

Arrow Panel 7

Portable Variable Message Sign 6

Protection Vehicle 5

Air Compressors 160-185 CFM, or Under 6

Flatbed Truck, 18'-20' Bed 6

Hydraulic Excavator (10 Ton to 35 Tons) 2

Mini Hydraulic Excavator (1 Ton to 10 Tons) 2

Portable Light Tree- 4 Lamp Min., 25' Min. Height 7

Vacuum Shrouded Power Tool 8

Deck Crane 2

50

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

NOTICE TO CONTRACTOR 6 of 7

06-05-18

BID EQUIPMENT AND SPECIALIZED EQUIPMENT. For payment of third party rental

equipment, refer to TC-7.03. The actual invoice amount will be paid when these rates are

reasonably in line with established rental rates for equipment in question and approved by the

Engineer. No additional administrative allowances will be allowed.

Should specialized equipment be required, Contractors who have subsidiary equipment rental

companies may not rent equipment from those companies unless their prices are competitive with

prevailing equipment rental rates being paid in the area where the work is being performed. Should

the Contractor desire to rent from his associated company the Engineer will require the Contractor

to provide cost justification documentation that the prices paid for the equipment rental are

competitive with the equipment rental industry.

This cost justification documentation shall include at least three price quotations from unaffiliated

rental companies. All documentation shall be presented to the Engineer for approval before the

equipment is delivered to the job site.

The Contractor shall have at his disposal, for use on this Contract, all bid items contained herein.

Should the Contractor elect to rent from a third party any bid item, the administration will only

pay the bid price for that item. Should specialized equipment, agreed to and specified by the

Engineer, be obtained through a third-party rental, the Contractor will be reimbursed for third party

rental rates plus 5 percent for overhead and profit for specialized equipment specified by the

engineer. All third-party rentals, including delivery charges, rates, must be approved by the

Engineer prior to the use of the equipment.

SALVAGED MATERIALS. All material salvaged from structure repairs shall remain the property

of the Administration and disposition shall be at the discretion of the Engineer. Any material

determined by the Engineer to have no salvage value shall be removed and disposed of by the

Contractor at the direction of the Engineer.

EQUIPMENT AND MATERIAL ON BRIDGE. Refer to TC-6.14 and 436.03.28(g).

TOXIC METALS. The Contractor is alerted to the fact that the existing paint systems on bridges

where work is to be performed may contain “Toxic Metals”. Take precautionary measures to ensure

protection of workers, work area and environment as specified under section 436.

Work on or around existing structural steel may include but is not limited to concrete deck removal,

addition, extension or modification of shear-studs developers, addition of deck pans, welding or

cutting, modifying existing structural connections, cleaning for painting etc. Activities involving

removal or disturbance of coatings containing toxic metals shall be performed by using

MOSHA/OSHA approved techniques, equipment and safeguards for all workers and environment.

Dispose of removed material in accordance with EPA requirements. For more information refer to

section 436.

Before placing new concrete deck clean top of flanges of the existing steel that were originally

encased in concrete as specified in 436.03.10 (d). For areas that require welding, like for steel

51

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

NOTICE TO CONTRACTOR 7 of 7

06-05-18

studs shear developers or stay in place forms perform cleaning as specified in 436.03.10 (f) using

vacuum shrouded power tools. The requirements of SSPC QP-1 and QP-2 are waived.

Work on or around existing structural steel with coatings containing toxic metals will not be

measured but the cost will be included in pertinent labor or equipment items found elsewhere in this

Invitation for Bids.

REQUEST FOR INFORMATION. Any information regarding the requirements or the

interpretation of any provision of the Contract Documents shall be requested, in writing, per the

requirement of GP-2.09. Responses to questions or inquiries having any material effect on the

bids shall be made by written addenda sent to all prospective bidders. The Administration will not

respond to telephone requests for information concerning this invitation for bids that would

materially affect the bid. Written requests for information or questions shall be addressed to:

Mr. Glenn Vaughn

Director, Office of Structures

Attention: Mr. Chaudhry Shakoor

707 North Calvert Street

Baltimore, MD 21202

Or FAX at (410) 209-5002 Each request for information or questions shall include the Contract number and the name and address of the originator. RIGHT-OF-WAY STATUS. No Right-Of-Way is required for this project. REQUIRED ENVIRONMENTAL PERMITS, APPROVALS AND AUTHORIZATIONS.

The Administration will obtain all required permits, approvals, or authorizations which are

within the project scope and limits set forth in the contract documents. The Contractor shall

comply with the requirements of all permits, approvals, or authorizations required for this project.

All the indicated permits, approvals, and authorizations should be kept on-site unless indicated

otherwise. Proposed changes to the project may require additional permits, approvals, and

authorizations and/or modifications.

52

CONTRACT NO. XX1635F80

53

CONTRACT NO. XX1635F80

54

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

BEST MANAGEMENT PRACTICES

06-05-18

1 of 5

BEST MANAGEMENT PRACTICES

Road, Bridge, and Culvert Activities

(a) Avoidance and Minimization. All regulated activities within nontidal wetlands, stream

channels, and 100 year floodplains that are undertaken pursuant to a Regional Letter of

Authorization for installation, repair, and maintenance of activities related to roads, bridges,

and culverts shall be limited to the minimum necessary to conduct the activity.

(b) Consideration of Natural Functions during Construction. Authorized activities shall be

conducted so as not to:

(1) Restrict or impede the movement of wildlife indigenous to the nontidal wetlands or

adjacent water.

(2) Restrict or impede the passage of normal and expected high water flows.

(3) Disturb breeding areas for migratory waterfowl.

(4) Degrade wetland capabilities to maintain predisturbance baseflow characteristics.

(c) Maintenance of Surface and Subsurface Flow Characteristics. All activities within

vegetated nontidal wetland areas shall be conducted so as to avoid changing surface and

subsurface drainage patterns and characteristics. Measures include but are not limited to:

avoidance of compaction; use of onsite backfill materials; and restoration to

preconstruction grades where a permanent change has not been approved.

(d) Preservation of Woody Vegetation. Within nontidal wetlands and nontidal wetlands

buffers, trees and shrubs shall only be selectively removed as necessary to operate

equipment and install, repair, or maintain the authorized activity. Trees to be removed shall

be marked in the field and on any plans required prior to conducting the activity.

(e) Restoration of Hydraulic Capacity. If accreted material is excavated from a waterway to

restore hydraulic capacity of a structure, the channel bottom shall be shaped so that low

flow is concentrated (e.g. V-shaped) and, in the case of multicell pipes or culverts, the

excavation shall be deeper at the approach to one cell such that low flow is directed and

concentrated to that cell.

(f) Free Passage of Fish. To assure free passage of fish, replacement culverts and culvert

extensions shall have at least one cell placed at least 1 ft below the invert of the stream.

Where bedrock foundation is present, other fish passage techniques shall be provided and

shall be approved by the Department.

55

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

BEST MANAGEMENT PRACTICES

06-05-18

2 of 5

(g) Installation of Storm and Under Drain Outfalls. Storm and under drain outfalls eligible

for approval under the Regional Letter of Authorization shall conform to the following

conditions:

(1) Not present a permanent obstruction to floodwaters.

(2) Shall be installed with adequate protection to prevent erosion under designed outfall

discharge velocities.

(3) Total area of outfall and scour protection shall be less than 100 ft2

(4) The end of new outfall pipes shall be located at least 25 ft from the banks of waterways

unless incorporated into an existing structure.

(h) Preferred Erosion Protection Methodology. To minimize impacts on instream aquatic

resources, erosion protection at existing bridge abutments, culvert inlets and outfalls, and

disturbed streambanks and channels shall be selected and installed, in order of the

following preference:

(1) The cause of erosion shall be investigated to determine the most effective way to

minimize or eliminate it.

(2) Biostabilization (root wads, sprigging, etc.).

(3) Riprap (installed with geotextile, depressed to match adjacent elevations or inverts,

shaped to provide low flow enhancement, and placed to create nooks and crannies for

aquatic habitat).

(4) Grout bags (installed to create original stream invert, scour holes filled prior to

placement).

(5) Gabions (justification and installation specifications shall be approved by the

Department).

(6) Any discharge of riprap across the entire stream bottom shall be depressed below

natural stream invert so that the top of riprap is at least 1 ft below normal stream

bottom. At culverts, it is understood that riprap shall rise to match the culvert invert.

Scour holes shall not be filled by riprap, but may be lined with riprap to maintain

depressions.

(i) Construction Access. Existing access roads within existing rights-of-way shall be utilized

wherever practicable. Construction of access roads outside of existing rights-of-way shall

be submitted to the Department for individual review and approval.

56

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

BEST MANAGEMENT PRACTICES

06-05-18

3 of 5

(j) Construction Access Stream Crossing. Temporary construction access crossings shall be

installed in conformance with Maryland Standards & Specifications for Sediment and

Erosion Control (latest version). If required for more than seven days, culverts shall be

utilized and fish passage shall be ensured.

(k) Clearing and Grubbing. Vegetative matter, including tree waste, root mats, etc., removed

during site preparation, shall not be deposited in nontidal wetlands, nontidal wetlands

buffers, or 100 year floodplains.

(l) Preservation of Surface Soil. Within authorized disturbances in nontidal wetlands or

nontidal wetlands buffers, the top 6 in. of soil material shall be stripped, stockpiled, and

maintained separate from other fill materials. This surface soil shall be used as the top

layer of backfilled material during final site restoration.

(m) Quality of Fill Material. In nontidal wetlands, soil material excavated onsite shall be the

preferred source of fill material. If additional soil material is required, backfill and other

fill material obtained from other sources shall be clean and free of waste metal products,

unsightly debris, toxic material, or other deleterious substances. Fill material that increases

hydraulic conductivity (sand, gravel, crushed stone, etc.) which alters subsurface drainage

shall not be used.

(n) Operation of Equipment. Equipment shall not be operated within stream channels or in a

manner that breaks down streambanks. Hand operated equipment shall be used wherever

possible to minimize impacts on nontidal wetlands. Motorized equipment shall be operated

from existing roads where possible, or shall be placed on mats or otherwise designed and

operated to prevent damage to nontidal wetlands.

(o) No Direct Contact with Water. Discharge of dredged or fill material shall be performed

so that it will not come into direct contact with water during placement. Discharges shall

occur in the dry, with the work area separated from water by tightly sealed forms,

cofferdams, or stream diversion devices. Excavation shall not result in direct discharge of

earthen material into water.

(p) Stream Diversion. Nonerodible stream diversion devices or methods shall be used for

stream diversion, in order of the following preference:

(1) For small stream crossings, clear water diversions shall be used where allowed by

slopes and when trees do not have to be removed for installation.

(2) If clear water diversions are not feasible, portable dams shall be used where practicable,

or sandbags, Jersey barriers, sheet piling, etc., shall be placed upstream and downstream

of the crossing and the stream flow pumped past the impact area using a pump rated to

handle the entire stream flow.

57

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

BEST MANAGEMENT PRACTICES

06-05-18

4 of 5

(3) Diversions required for work on one streambank shall use methods in (b) and pumping

is not required

(4) Other methods of stream diversion shall be approved by the Department.

(5) Earthen or stone cofferdams or causeways shall not be permitted in waterways unless

the cofferdam or causeway site has first been surrounded by a nonerodible stream

diversion device (described above) so there is no possibility of erosion of the cofferdam

or causeway. No diversion of a waterway shall obstruct more than lohalf the width of

the waterway at a time.

(q) Control of Construction Debris. All maintenance and repair activities shall be conducted

to prevent deposition of debris, including concrete and asphalt, in stream channels, 100 year

floodplains, and nontidal wetlands.

(r) Temporary Disturbance and Stabilization. Temporary stockpiles, excavated materials,

and fills shall not be placed in nontidal wetlands for more than 30 days, and shall be

removed in their entirety prior to completion of permitted activities and affected areas

returned to preconstruction grades. Temporary disturbance of nontidal wetlands and

nontidal wetlands buffers shall be the minimum necessary to conduct the authorized

activity, and shall be stabilized within seven days of disturbance (unless otherwise specified

in the Department’s authorization). Disturbed stream beds shall be stabilized at the end of

each workday. Where plans are prepared for authorized activities, areas subject to

temporary disturbance shall be delineated clearly.

Within nontidal wetlands and buffers, temporary stabilization shall be accomplished with

any one or combination of Annual Ryegrass (Lolium multiflorum), Millet (Setaria italica),

barley (Horedum sp.), oats (Uniola sp.), or rye (Secale cereale). Other nonpersistent

vegetation may be acceptable with the Department’s approval. Kentucky 31 fescue shall

not be used in nontidal wetlands and wetland buffers.

(s) Reestablishment of Nontidal Wetland Vegetation. Disturbances to nontidal wetlands

and nontidal wetlands buffers shall be rectified as follows:

(1) For emergent wetlands, appropriate vegetation shall be reestablished by the end of the

growing season following project completion.

(2) For forested and scrub/shrub wetlands, conditions suitable for the reestablishment of the

previous wetland plant community and structure shall be achieved by the end of the

next growing season.

(3) For wetlands or streambanks adjacent to Use III streams, trees or other shade producing

vegetation shall be planted.

58

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

BEST MANAGEMENT PRACTICES

06-05-18

5 of 5

(t) Maintenance of Right-of-Way. The rights-of-way of roads that traverse nontidal wetlands

and nontidal wetlands buffers shall be maintained as follows to minimize fragmentation of

forested wetlands and conversion or alteration of wetland type:

(1) Only trees that are identified as a potential threat to the safety clear zone and sight

distances shall be removed.

(2) If a forested or scrub/shrub community exists adjacent to the right-of-way, vegetation

shall be managed to maintain or establish a scrub/shrub community, and allow

maximum density and height of vegetation through selective maintenance except where

vegetation may impose or create a threat to public safety and welfare.

(u) Use of Herbicides: A Toxic Materials Permit shall be obtained from the Maryland

Department of the Environment for herbicide use in nontidal wetlands or waters, and the

application of herbicides for managing vegetation shall be conducted in conformance with

label requirements.

59

SPECIAL PROVISIONS CONTRACT NO. XX1635F80 BILLING 1 of 8

06-06-18

BILLING By the tenth day of each calendar month, the Contractor shall submit a detailed invoice for labor, equipment, materials, and subcontractors for all work performed in the previous month for each FMIS charge number billed. This invoice shall include:

(a) The invoice cover letter showing Contractor name, Contract number, FMIS charge number, amount spent that month for FMIS charge number and the month.

(b) A General Summary Sheet (example attached).

(c) A Monthly Invoice Summary (example attached). This summary shall show a breakdown of daily costs for bid labor, bid equipment, specialized equipment, subcontractors, and materials. These costs shall be shown per project (by job number) per day. The summary shall show subtotaled costs for each project.

(d) A master invoice list for all materials, specialized equipment, and subcontractors’ invoices that

have been submitted during the duration of this contract. The list shall include the company’s name, company’s invoice number, amount of invoice, description of what is included in the invoice, and the prime contractor’s invoice number that the invoice was paid under.

(e) All supporting documentation including Inspector’s Daily Reports, Force Account Forms,

invoices for specialized equipment, subcontractors, and materials. This documentation shall clearly identify the project (job number) for which the item was used. Materials invoices shall also be summarized per project (by job number) per day and shall show the appropriate markup for each material item.

(f) A monthly Payroll Report (example attached). This chart shall show all persons who worked

on the Contract along with a breakdown of hours worked by each person per day for the entire billing period. Weekly subtotals shall be included. Workers shall be identified by name, classification, and employee identification number.

(g) A Monthly Status Report (example attached). This report shall show each project worked on

(by bridge number), a brief description of the assigned work, a description of the work completed that month, previous billing to date, current monthly billing, total billed to date, percent of job completed to date, and a percent billed to date.

(h) Each monthly invoice shall show a running total of items and quantities used to date.

(i) The prime Contractor and each subcontractor shall submit one copy of the certified payroll with

the monthly invoice. This submission is subject to the following requirements:

1) All payrolls shall be numbered, beginning at No. 1, and consecutively numbered through the end of the Contract.

60

SPECIAL PROVISIONS CONTRACT NO. XX1635F80 BILLING 2 of 8

06-06-18

2) Contract numbers shall be shown on all payrolls.

3) All payrolls shall include the employees’ full name, classification, employee identification number and home address.

4) All payrolls shall show the employee’s number of hours worked (tabulated both daily and

weekly). (j) The tables and charts on the following pages should be legible and readable and shall be of font:

Arial, size 7 or greater. (k) Blue Book Rates – Shall be filled out in conformance with the inserted format found elsewhere

in this Special Provisions. The filled out format shall be submitted to the Chief of Construction 1 month after award of the Contract. These rates shall be updated every year of the Contract by February 15.

(l) Blue Book Rates – Shall be filled out in conformance with the inserted format found elsewhere

in this Special Provisions. The filled out format shall be submitted to the Chief of Construction 1 month after award of the Contract. These rates shall be updated every year of the Contract by February 15.

(m) Any original receipt or invoice submitted as back up for any portion of the bill that is printed on

paper smaller than standard letter size shall be firmly affixed to a sheet of standard letter sized paper.

(n) Each monthly invoice shall include a list of MBE’s with their respective Goal amounts, Running total of MBE’s Goal Monies spent to date and the MBE’s Monies amount Remaining to reach each Goal. On the face of each invoice shall be affixed the Federal Tax Identification Number or Social Security Number assigned to the Contractor. Each monthly invoice shall be labeled as “Progress” and the final invoice shall be labeled as “Final”. Pursuant to Article 21, 3-501 (a), Little Miller Act, the following statement shall be placed on all Progress and Final payment invoices and signed by the Contractor. Failure to do so will result in nonpayment: The Undersigned Contractor does certify that it has made payment proceeds of prior payments, to Labor and Material Men, including lessors of equipment, and subcontractors, all as required by Article 21, Section 3-501 (a) (2) – Procurement, of the Annotated Code of Maryland (Latest Edition) and that it shall statutorily be so required. Signature Approved Date Title

61

SPECIAL PROVISIONS CONTRACT NO. XX1635F80 BILLING 3 of 8

06-06-18

Example - General Summary Sheet (Submit Monthly)

ABC CORPORATION 1234 ANY STREET

ANYTOWN, MD 12345

PHONE: (410) 123-4567, FAX (443) 123-4567

MR. ROD THORNTON, DEPUTY DIRECTOR, OFFICE OF STRUCTURES

INVOICE DATE: MM/DD/YYYY

MD STATE HIGHWAY ADMINISTRATION

INVOICE NO. Progress XX

707 N. CALVERT STREET

CONTRACT NO. XX1635XXX

BALTIMORE, MD 21203

FEDERAL ID: XXXXXXXXX

INVOICE MONTH: MM/YYYY

SUMMARY OF FMIS CHARGES TO CONTRACT:

INVOICE PERIOD: MM/DD - MM/DD

CHARGE # AXxxxAXX

CONTRACT AMOUNT PREVIOUS THIS INVOICE TOTAL TO DATE REMAINING

LABOR BID $ 3,000,000.00 $ 950,000.00 $ 100,000.00 $ 1,050,000.00 $ 1,950,000.00

EQUIPMENT BID $ 500,000.00 $ 120,000.00 $ 12,000.00 $ 132,000.00 $ 368,000.00

Credit

$ (550.00) $ - $ (550.00) $ 550.00

*BLUE BOOK EQUIPMENT $ 300,000.00 $ - $ - $ - $ 300,000.00

*3RD PARTY RENTAL $ - $ 90,000.00 $ 1,250.00 $ 91,250.00 $ (91,250.00)

SUBCONTRACTOR $ 1,500,000.00 $ 150,000.00 $ 4,000.00 $ 154,000.00 $ 1,346,000.00

SUB MARKUP 5% $ - $ 7,500.00 $ 150.00 $ 7,650.00 $ (7,650.00)

LUMP SUM $ - $ - $ - $ - $ -

MATERIALS $ 1,500,000.00 $ 450,000.00 $ 50,000.00 $ 500,000.00 $ 1,000,000.00

Credit $ - $ 50.00 $ - $ 50.00 $ (50.00)

TOTALS $ 6,800,000.00 $ 1,767,000.00 $ 167,400.00 $ 1,934,400.00 $ 4,865,600.00

OTHER FMIS CHARGE NUMBERS: AX744A52

$ 55,000.00 $ 150,000.00 $ 205,000.00

BW900M83

$ 34,000.00 $ - $ 34,000.00 BA123456

$ 12,000.00 $ - $ 12,000.00

AB123456

$ 2,280.00 $ - $ 2,280.00 M0123456

$ 56,000.00 $ 20,000.00 $ 76,000.00

TOTALS

$

6,800,000.00 $ 1,960,280.00 $ 338,400.00 $ 2,298,680.00 $ 4,865,600.00

THE UNDERSIGNED CONTRACTOR DOES CERTIFY THAT IT HAS MADE PAYMENTS FROM PROCEEDS OF PRIOR PAYMENTS, TO LABOR AND MATERIAL MEN, INCLUDING LESSORS OF EQUIPMENT AND SUBCONTRACTORS, ALL AS REQUIRED BY ARTICLE 21, SECTION 3-501(a)(2) - PROCUREMENT OF THE ANNOTATED CODE OF MARYLAND

(LATEST EDITION) AND THAT IT SHALL STATUTORILY BE SO REQUIRED.

PRESIDENT / MANAGER DATE

APPROVED:

CHIEF, CONST. SECTION DATE

INSPECTOR NAME 2 DATE

ASST. AREA ENGINEER DATE

INSPECTOR NAME 3 DATE

TEAM LEADER DATE

INSPECTOR NAME 4 DATE

INSPECTOR NAME 1 DATE

INSPECTOR NAME 5 DATE

62

SPECIAL PROVISIONS CONTRACT NO. XX1635F80 BILLING 4 of 8

06-06-18

ABC GENERAL CONTRACTORS

MONTHLY INVOICE SUMMARY

Period: 10/01/01 - 10/28/01

STRUCTURAL REHABILITATION ON BRIDGES

STATEWIDE

Contract # AX1006114

JOB BRIDGE DATE LABOR EQUIPMENT EQUIPMENT SUB MATERIALS TOTAL

NUMBER NUMBER (BID) (BID) (SPECIALIZED) CONTRACTOR

10101 322903 10/01/2001 $250.00 $650.00 $350.00 $800.00 $2,050.00

10/02/2001 $250.00 $650.00 $900.00 10/03/2001 $300.00 $650.00 $525.00 $1,475.00 10/04/2001 $250.00 $500.00 $200.00 $950.00 10/05/2001 $250.00 $250.00 10/08/2001 $250.00 $650.00 $300.00 $925.00 $2,125.00 10/09/2001 $250.00 $250.00

TOTAL $1,800.00 $3,100.00 $1,175.00 $0.00 $1,925.00 $8,000.00

10103 1500400 10/01/2001 $275.00 $1,100.00 $500.00 $1,500.00 $3,375.00

10/02/2001 $275.00 $1,100.00 $500.00 $1,875.00 10/04/2001 $275.00 $955.00 $700.00 $1,930.00 10/05/2001 $275.00 $1,100.00 $750.00 $2,125.00 10/10/2001 $275.00 $1,100.00 $1,375.00 10/11/2001 $225.00 $1,100.00 $112.00 $1,437.00 10/12/2001 $300.00 $955.00 $1,255.00

TOTAL $1,900.00 $7,410.00 $1,750.00 $0.00 $2,312.00 $13,372.00

10200 1902000 10/10/2001 $275.00 $210.00 $1,200.00 $1,685.00

10/11/2001 $275.00 $210.00 $1,200.00 $1,685.00 10/12/2001 $275.00 $210.00 $1,200.00 $1,685.00 10/13/2001 $275.00 $210.00 $1,200.00 $1,685.00 10/14/2001 $275.00 $210.00 $1,200.00 $1,685.00 10/15/2001 $275.00 $210.00 $1,200.00 $1,685.00 10/16/2001 $275.00 $210.00 $1,200.00 $1,685.00

TOTAL $1,925.00 $1,470.00 $0.00 $8,400.00 $0.00 $11,795.00

9102 2300700 10/15/2001 $300.00 $650.00 $3,000.00 $3,950.00

10/16/2001 $300.00 $650.00 $950.00 10/20/2001 $450.00 $650.00 $1,100.00 10/24/2001 $300.00 $1,450.00 $125.00 $1,875.00 10/25/2001 $300.00 $650.00 $425.00 $1,375.00 10/26/2001 $300.00 $650.00 $1,900.00 $2,850.00 10/27/2001 $300.00 $450.00 $750.00 10/28/2001 $300.00 $650.00 $2,500.00 $3,450.00

TOTAL $2,550.00 $5,800.00 $2,925.00 $0.00 $5,025.00 $16,300.00

750 2302000 10/17/2001 $450.00 $450.00 $350.00 $2,000.00 $3,250.00

10/18/2001 $450.00 $210.00 $660.00 10/19/2001 $450.00 $600.00 $525.00 $2,500.00 $4,075.00 10/22/2001 $450.00 $600.00 $1,050.00 10/26/2001 $450.00 $600.00 $1,050.00 10/27/2001 $450.00 $600.00 $3,120.00 $4,170.00 10/28/2001 $238.50 $600.00 $725.00 $1,563.50

TOTAL $2,938.50 $3,660.00 $1,600.00 $0.00 $7,620.00 $15,818.50

GRAND TOTAL $11,113.50 $21,440.00 $7,450.00 $8,400.00 $16,882.00 $65,285.50

63

SPE

CIA

L P

RO

VIS

ION

S C

ON

TRA

CT

NO

. XX

1635

F80

BIL

LIN

G

5 of

8

06-0

6-18

Ex

ampl

e - M

onth

ly P

ayro

ll In

form

atio

n (S

ubm

it M

onth

ly)

AB

C G

EN

ER

AL

CO

NT

RA

CT

OR

S

PA

YR

OL

L R

EP

OR

T

Peri

od

:10/0

1/1

7 -

10/2

8/1

7

ST

RU

CT

UR

AL

RE

PA

IRS

ON

BR

IDG

ES

ST

AT

EW

IDE

Co

ntr

act

#X

X1635X

XX

Oct

TO

TT

OT

MT

WT

HF

SA

SU

WT

MT

WT

HF

SA

SU

WT

MT

WT

HF

SA

SU

WT

MT

WT

HF

SA

SU

WT

ST

OT

To

tal

BID

To

tal

Em

p #

Em

plo

yee N

am

eC

ls1

23

45

67

89

10

11

12

13

14

15

16

17

18

19

20

21

22

23

24

25

26

27

28

HR

SH

RS

HR

SR

AT

EC

ost

15

John S

mith

BR

F8

12

8

8

8

44

8

10

8

8

8

42

8

8

8

8

8

5

45

8

8

8

8

8

4

8

52

160

23

183

15.0

0$

2,9

17.5

0$

77

Joe J

ohnson

BR

F8

8

8

8

8

40

8

8

8

8

32

- 8

8

8

8

8

40

112

-

112

15.0

0$

1,6

80.0

0$

22

Dave P

alm

er

SL

8

8

8

8

8

40

8

10

8

8

8

42

8

8

8

8

8

5

45

8

8

8

8

4

4

8

48

160

15

175

10.0

0$

1,8

25.0

0$

97

Ste

ve W

ooden

SL

8

8

8

8

8

40

8

10

8

8

8

42

8

8

8

8

8

40

8

8

8

8

4

36

156

2

158

10.0

0$

1,5

90.0

0$

33

Carla J

obe

SL

8

8

8

8

32

8

8

8

8

8

40

8

8

8

8

8

40

8

8

8

8

8

4

44

152

4

156

10.0

0$

1,5

80.0

0$

45

Bill

Bern

ard

SL

8

5

8

8

29

8

8

16

8

5

13

8

8

8

8

8

40

98

- 98

10.0

0$

975.0

0$

98

Wanda P

ort

W12

12

10

10

8

8

8

8

36

2

38

14.0

0$

546.0

0$

- -

-

-

Tota

ls48

48

45

48

48

237

48

48

40

48

40

224

32

40

32

32

40

15

191

48

48

48

48

40

12

24

268

874

46

920

11,1

13.5

0$

BF

R -

Bridge R

epair F

ore

man

WT

- W

eekly

Subto

tal (h

ours

)

SK

- S

kill

ed L

abore

rT

OT

ST

HR

S -

Tota

l S

traig

ht T

ime H

ours

W -

Weld

er

TO

T O

T H

RS

- T

ota

l O

vert

ime H

ours

64

SPE

CIA

L P

RO

VIS

ION

S C

ON

TRA

CT

NO

. XX

1635

F80

BIL

LIN

G

6 of

8

06-0

6-18

Exam

ple

- Con

trac

t Bill

ing

Sum

mar

y Sh

eet (

Subm

it M

onth

ly)

CO

NTR

ACT

BILL

ING

- AB

C CO

MPA

NY

Tues

day,

Janu

ary

01, 2

019

Estim

ate

# XX

/ I

nvoi

ce #

YYY

YY

PRES

ERVA

TIO

N A

ND

MIN

OR

REHA

BILI

TATI

ON

OF

FIXE

D BR

IDG

ES, C

ULV

ERTS

AN

D RE

TAIN

ING

WAL

LS

CON

TRAC

T: X

X163

5XXX

/ C

HARG

E: A

Xxxx

Axx

CO

NTR

ACT

COM

PLET

ED T

HIS

MO

NTH

CO

MPL

ETED

TO

DAT

E BA

LAN

CE T

O C

OM

PLET

E

Item

Co

st

Code

De

scrip

tion

Qty

U

nit

Uni

t Pric

e Am

ount

Q

ty

Amou

nt

%

Qty

Am

ount

%

Q

ty

Amou

nt

1001

18

-560

00

Port

able

Arr

ow p

anel

12

00.0

0 ea

ch

$

0

.01

$

1

2.00

10

.00

$

0

.10

36

%

430.

00

$

4.

30

64%

77

0.00

$

7.70

1002

18

-500

00

Sign

s for

MO

T 11

000.

00

each

$

0.0

1

$

110.

00

253.

00

$

2

.53

43

%

4697

.00

$

46.

97

57%

63

03.0

0 $

63

.03

1003

18

-571

00

Traf

fic C

ones

50

000.

00

each

$

0.0

1

$

5

00.0

0

1020

.00

$

10

.20

45

%

2265

2.00

$

226

.52

55

%

2734

8.00

$

273

.48

1004

15

-570

00

Drum

s 24

000.

00

each

$

4.00

$

96,

000.

00

765.

00

$

3,0

60.0

0

40%

96

35.0

0 $

38,

540.

00

60%

14

365.

00

$

5

7,46

0.00

1005

18

-550

00

Port

able

Var

iabl

e M

essa

ge S

igns

30

0.00

pe

r day

$

0.0

1

$

3.

00

0.00

$

-

24%

72

.00

$

0.

72

76%

22

8.00

$

2.28

1006

18

-530

00

Prot

ectio

n Ve

hicl

e 45

0.00

pe

r day

$

1

,000

.00

$

4

50,0

00.0

0

11.0

0 $

1

1,00

0.00

51

%

231.

00

$

23

1,00

0.00

49

%

219.

00

$

219

,000

.00

4001

40

-400

10

Air C

ompr

esso

r 80

00.0

0 ho

urly

$

0.0

1

$

80.

00

116.

50

$

1.17

51

%

4064

.00

$

40.

64

49%

39

36.0

0 $

39

.36

4002

40

-400

20

Flat

bed

Truc

k 25

000.

00

hour

ly

$

1

.00

$

25,

000.

00

847.

00

$

8

47.0

0

55%

13

693.

91

$

13,6

93.9

1

45%

11

306.

09

$

11,3

06.0

9

4004

40

-400

40

Port

able

Lig

ht T

ree

3500

.00

hour

ly

$

4.

30

$

1

5,05

0.00

7.

00

$

30

.10

21

7%

7595

.00

$

3

2,65

8.50

-

117%

-4

095.

00

$

(1

7,60

8.50

)

4005

40

-400

50

Port

able

Tilt

Dru

m C

onc

Mix

er

1650

.00

hour

ly

$

13.

00

$

2

1,45

0.00

57

.54

$

7

48.0

2

75%

12

43.2

1 $

1

6,16

1.73

25

%

406.

79

$

5,28

8.27

4009

40

-400

90

Vacu

um S

hrou

ded

Pow

er T

ool

500.

00

hour

ly

$

0

.01

$

5.00

0.

00

$

-

0%

0.

00

$

-

10

0%

500.

00

$

5.

00

4010

40

-401

00

Mat

eria

l for

Rep

air

1.00

lu

mps

um

$ 2

,000

,000

.00

$

2,0

00,0

00.0

0

2.59

%

$

51,8

00.0

0

71%

71

.06%

$

1,

421,

200.

00

29%

28

.94%

$

5

78,8

00.0

0

4011

40

-401

10

Spec

ializ

ed E

quip

men

t 1.

00

lum

psum

$

1,0

00,0

00.0

0

$ 1

,000

,000

.00

2.

17%

$

21

,700

.00

6%

6.

22%

$

62,

200.

00

94%

93

.78%

$

9

37,8

00.0

0

4012

40

-401

20

Subc

ontr

acto

rs

1.00

lu

mps

um

$ 1

,500

,000

.00

$

1,5

00,0

00.0

0

2.24

%

$

3

3,60

0.00

80

%

80.3

8%

$ 1

,205

,700

.00

20

%

19.6

2%

$

294

,300

.00

4017

40

-401

70

Fore

man

30

000.

00

hour

ly

$

25.0

0

$

750

,000

.00

81

9.50

$

20,

487.

50

47%

14

015.

50

$

350

,387

.50

53

%

1598

4.50

$

3

99,6

12.5

0

4018

40

-401

80

Wel

der

1500

.00

hour

ly

$

25.0

0

$

3

7,50

0.00

8.

00

$

2

00.0

0

14%

21

3.00

$

5

,325

.00

86

%

1287

.00

$

3

2,17

5.00

4019

40

-401

90

Skill

ed L

abor

50

000.

00

hour

ly

$

35.5

0

$ 1

,775

,000

.00

16

41.0

0 $

58,

255.

50

56%

28

150.

64

$

999

,347

.72

44

%

2184

9.36

$

7

75,6

52.2

8

4022

40

-402

20

Sing

le-A

xle

Dum

p Tr

uck

1000

.00

hour

ly

$

23.0

0

$

2

3,00

0.00

19

0.50

$

4,38

1.50

31

4%

3141

.06

$

7

2,24

4.38

-

214%

-2

141.

06

$

(49

,244

.38)

4023

Supe

rinte

nden

t 20

00.0

0 ho

urly

$

35

.00

$

70,

000.

00

8.00

$

280

.00

11

%

213.

00

$

7,4

55.0

0

89%

17

87.0

0 $

62,

545.

00

JOB

TOTA

LS:

$

7,7

63,7

10.0

0

$

206,

403.

62

$ 4

,456

,232

.89

$

3,

307,

477.

11

65

SPE

CIA

L P

RO

VIS

ION

S C

ON

TRA

CT

NO

. XX

1635

F80

BIL

LIN

G

7 of

8

06-0

6-18

Exam

ple

– M

onth

ly S

tatu

s Rep

ort (

Subm

it A

nnua

lly)

Job

No.

Br

idge

No.

De

scrip

tion

of

Wor

k As

sign

ed to

Da

te

Desc

riptio

n of

W

ork

Com

plet

ed in

Cu

rren

t Mon

th

Prev

ious

Bill

ing

to

Date

M

onth

ly B

illin

g To

tal B

illed

to d

ate

Perc

ent J

ob

Com

plet

ed

Perc

ent

Bille

d

2104

6 15

6060

3 Sl

ope

Prot

ectio

n Sl

ope

Prot

ectio

n $

15

,000

.00

$

2,00

0.00

$

17

,000

.00

10

0%

95%

1120

1 21

1100

3

Grin

d ou

t and

re

wel

d Cr

acks

, re

plac

e se

ctio

n /

Back

wal

l ang

le

arm

ored

join

t

Labo

r wor

k gr

ind

out a

nd re

wel

d cr

acks

$

3,40

0.00

$

1,00

0.00

$

4,40

0.00

90

%

50%

66

SPE

CIA

L P

RO

VIS

ION

S

CO

NTR

AC

T N

O. X

X16

35F8

0 B

ILLI

NG

8

of 8

06-0

6-18

Exam

ple

– Bl

ue B

ook

Rat

es

Cont

ract

or N

ame:

XY

Z Co

ntra

ctin

g

BLU

E B

OO

K S

AM

PLE

Da

te o

f Sub

miss

ion:

02/1

5/20

14

Sour

ce o

f Rat

es:

O

rigin

al S

ourc

e Bl

ue B

ook

M

ake

Mod

el

GVW

Ax

le

Year

Da

ily

Div/

8 Ag

e Ad

just

ed

Regi

onal

Ad

just

ed

Ope

ratin

g Ho

urly

Rate

Ho

ur

Adju

st.

Daily

Rat

e Ad

just

. Da

ily R

ate

Cost

To

tal

Ford

F-

150

7000

4x

2 19

86

$56.

00

$7

0.80

$5

.60

0.

95

$5.3

2

$20.

00

$25.

32

67

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

CONDITIONS OF AUTHORIZATION

06-08-18

1 of 3

CONDITIONS OF AUTHORIZATION

The following conditions of authorization apply to all activities authorized by permits:

(1) Validity. Authorization is valid only for use by Authorized Person. Authorization may be transferred only with prior written approval of the Administration. In the event of transfer, transferee agrees to comply with all terms and conditions of Authorization.

(2) Initiation of Work, Modifications, and Extension of Term. Authorized Person shall

complete authorized activities before expiration of permit or the authorization shall expire. Authorized Person may submit written requests to the Administration for the following: (1) Modification of Authorization, including the Approved Plan. Requests for modifications shall be in conformance with applicable regulations and shall state reasons for changes, and shall indicate the impacts on nontidal wetlands, streams, and floodplain, as applicable.

(3) Responsibility and Compliance. Authorized Person is fully responsible for all work performed and activities authorized by this Authorization shall be performed in compliance with this Authorization and Approved Plan. Authorized Person agrees that a copy of the Authorization and Approved Plan shall be kept at the construction site and provided to its employees, agents and contractors. A person (including Authorized Person, its employees agents or contractors) who violates or fails to comply with the terms and conditions of this Authorization, Approved Plan or an administrative order may be subject to penalties in conformance with §5-514 and §5-911, Environment Article, Annotated Code of Maryland (1996 Replacement Volume).

(4) Failure to Comply. If Authorized Person, its employees, agents or contractors fail to

comply with this Authorization or Approved Plan, the Administration may, in its discretion, issue an administrative order requiring Authorized Person, its employees, agents and contractors to cease and desist any activities that violate this Authorization or the Administration may take any other enforcement action available to it by law, including filing civil or criminal charges.

(5) Suspension or Revocation. Authorization may be suspended or revoked by the

Administration, after notice of opportunity for a hearing, if Authorized Person:

(a) Submits false or inaccurate information in Permit application or subsequently required submittals.

(b) Deviates from the Approved Plan, specifications, terms and conditions. (c) Violates, or is about to violate terms and conditions of this Authorization.

68

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

CONDITIONS OF AUTHORIZATION

06-08-18

2 of 3

(d) Violates, or is about to violate, any regulation promulgated pursuant to Title 5, Environmental Article, Annotated Code of Maryland as amended.

(e) Fails to allow authorized representatives of the Administration to enter the site of

authorized activities at any reasonable time to conduct inspections and evaluations. (f) Fails to comply with the requirements of an administrative action or order issued by the

Administration. (g) Does not have vested rights under this Authorization and new information, changes in

site conditions, or amended regulatory requirements necessitate revocation or suspension.

(6) Other Approvals. Authorization does not authorize any injury to private property, or any

invasion of rights, or any infringement of Federal, State or local laws or regulations, nor does it obviate the need to obtain required authorizations or approvals from other Federal, State, or local agencies as required by law.

(7) Site Access. Authorized Person shall allow authorized representatives of the

Administration access to the site of authorized activities during normal business hours to conduct inspections and evaluations necessary to ensure compliance with this Authorization. Authorized Person shall provide necessary assistance to effectively and safely conduct such inspection and evaluations.

(8) Inspection Notification. Authorized Person shall notify the Administration's Enforcement

Division at least five days before starting authorized activities and five days after completion. Authorized Person shall call the Baltimore office at 410-631-3510. For Carroll, Frederick, and Washington County, Authorized person shall call the Hagerstown office at 301-739-8068. For Allegany and Garrett counties, Authorized Person shall call the Frostburg office at 301-689-8494.

(9) Sediment Control. Authorized Person shall obtain approval from The Department of the

Environment, Water Management Administration for a grading and sediment control plan specifying soil erosion control measures. The approved grading and sediment control plan shall be included in the Approved Plan, and shall be available at the construction site.

(10) Federally Mandated State Authorizations.

(a) Water Quality Certification. Authorized activities shall be performed in

conformance with Maryland Department of the Environment Individual Water Quality Certification.

(b) Coastal Zone Consistency. This Authorization constitutes official notification that

authorized activities are consistent with the Maryland Coastal Zone Management Program, as required by Section 307 of the Federal Coastal Zone Management Act of 1972, as amended. Activities within the following counties are not subject to this requirement: Allegany, Carroll, Frederick, Garrett, Howard, Montgomery, and Washington.

(11) Best Management Practices During Construction. Authorized Person, its employees,

agents and contractors shall conduct authorized activities in a manner consistent with the Best Management Practices specified by the Administration.

69

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

CONDITIONS OF AUTHORIZATION

06-08-18

3 of 3

(12) Disposal of Excess. Unless otherwise shown on the Approved Plan, all excess fill, spoil material, debris, and construction material shall be disposed of outside of nontidal wetlands, nontidal wetlands buffers, and the 100 year floodplain, and in a location and manner that does not adversely impact surface of subsurface water flow into or out of nontidal wetlands.

(13) Temporary Staging Areas. Temporary construction trailers or structures, staging areas

and stockpiles shall not be located within nontidal wetlands buffers, or the 100 year floodplain unless specifically included on the Approved Plan.

(14) Temporary Stream Access Crossings. Temporary stream access crossings shall not be

constructed or utilized unless shown oh the Approved Plan. If temporary stream access crossings are determined necessary prior to initiation of work or at any time during construction, Authorized Person, its employees, agents or contractors shall submit a written request to the Administration and secure the necessary permits or approvals for such crossings before installation of the crossings. Temporary stream access crossings shall be removed and the disturbance stabilized prior to completion of authorized activity or within one year of installation.

(15) Discharge. Runoff or accumulated water containing sediment or other suspended

materials shall not be discharged into waters of the State unless treated by an approved sediment control device or structure.

(16) Instream Construction Prohibition. To protect important aquatic species, motor driven

construction equipment shall not be allowed within stream channels unless on authorized ford crossings. Activities within stream channels are prohibited as determined by the classification of the stream (COMAR 26.08.02.08). Refer to the article entitled Notice to Contractor for restriction dates.

(17) Instream Blasting. Authorized Person shall obtain prior written approval from the

Administration before blasting or using explosives in the stream channel. (18) Minimum Disturbance. All disturbed areas shall be stabilized vegetatively no later than

seven days after construction is completed or in conformance with the approved grading or sediment and erosion control plan.

(19) Restoration of Construction Site. Authorized Person shall restore the construction site

upon completion of authorized activities. Undercutting, meandering or degradation of the stream banks or channel bottom, any deposition of sediment or other materials, and any alteration of wetland vegetation, soils, or hydrology, resulting directly or indirectly from construction or authorized activities, shall be corrected by Authorization Person as directed by the Administration.

(20) Real Property Interest. The licensee certifies real property interest in the contiguous

upland and acknowledges that this license does not transfer any property interest in State tidal wetlands. This license allows the licensee to use State tidal wetlands only for the activity authorized herein and in no way limits the use of waters of the State by the public.

(21) Impacts on Natural Resources. The licensee shall make every reasonable effort to

design and construct the structure or perform the activity authorized in this license in a manner which minimizes adverse impacts on natural resource values, including water quality, plants, wildlife, plant and wildlife habitat, and on historic property values.

70

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

TC-2.05 — DELIVERY OF BIDS 1 of 2

06-07-18

TERMS AND CONDITIONS

TC SECTION 2

BIDDING REQUIREMENTS AND CONDITIONS

DELETE: TC-2.05 — DELIVERY OF BIDS in its entirety.

INSERT: The following.

TC-2.05 DELIVERY OF BIDS

The bid shall be submitted only via the Administration-required electronic bidding software and

website. Paper copy submittals of the bid will not be accepted, except for the Proposal Guaranty.

An authorized representative is required to sign the bid electronically. The Administration may

choose to reject a bid if it is not electronically signed by an authorized representative.

The bidder shall ensure delivery of its bid with all required components and attachments,

including, but not limited to:

(a) Schedule of Prices.

(b) Proposal electronic bidding file with Bidder’s Certificate.

(c) Bid Security:

(1) An electronic verification of the bid bond submitted with the bid. A paper submission of

the bid bond is not acceptable.

(2) A clear electronic image of all other acceptable forms of proposal guaranty must be

uploaded to Manual Verification tab for Bid Bond and submitted with the bid. The

original proposal guaranty with the contractor name, contract number and the bid opening

date must be sent to or delivered to: Attention: C/O Contracts Award Team, Building #4,

Maryland State Highway Administration, located at 7450 Traffic Drive, Hanover MD

21076. It must be received by the Administration no later than three business days after

bid opening.

(3) No bid will be considered unless the proposal guaranty or an evidence thereof is received

by the Administration in proper form by the bid opening date and time. An

acknowledgement may be obtained by the bidder as a proof of proposal guaranty

delivery.

(d) MBE/DBE forms.

(e) Other related documents as specified in the Contract.

71

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

TC-2.05 — DELIVERY OF BIDS 2 of 2

06-07-18

The Bidder is solely responsible for any errors and for the timely submission of the bid, all

components thereof and all attachments thereto through the electronic bidding system. The

Administration assumes no responsibility for any claim arising from the failure of any Bidder or

of the electronic delivery system to cause any bid, its component(s), or attachment(s) thereto to

not be delivered or to be corrupted during delivery.

72

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

TC — 4.02 FAILURE TO MAINTAIN PROJECT 1 of 1

05-30-17

TERMS AND CONDITIONS

TC SECTION 4

CONTROL OF WORK

TC-4.02 FAILURE TO MAINTAIN PROJECT

ADD: As a third paragraph.

Additionally, an appropriate deduction will be made from the Contractor's next progress estimate

for each day or portion thereof that Maintenance of Traffic deficiencies exist, and will continue until

the deficiencies are satisfactorily corrected and accepted by the Engineer. Any portion of a day will

be assessed a full day deduction. The deduction will be equal to a prorata share of the lump sum price

bid for Maintenance of Traffic or an amount prorated from the Engineer's estimate, whichever is

more. The amount prorated will be the per diem amount established by using the working days (based

upon calendar dates when required) divided into the total value of the bid item or the Engineer's

estimate of that item, whichever is more.

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

The Contractor does not take action to correct the deficiencies and properly assume the

responsibilities of maintaining the project (as determined by the Engineer) within four hours of

receiving a notice to comply with the required maintenance provisions.

The deduction will be equal to the daily prorated share of the lump sum price bid for Maintenance

of Traffic or $1,000.00 per day, whichever is more for each day or portion thereof that the deficiencies

exist, and will continue until the deficiencies and proper assumption of the required maintenance

provisions are satisfactorily corrected and accepted by the Engineer. The amount of monies deducted

will be a permanent deduction and are not recoverable. Upon satisfactory correction of the

deficiencies, payment of the Maintenance of Traffic lump sum item will resume.

73

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

104.01 — TRAFFIC CONTROL PLAN 1 of 6

06-07-18

CATEGORY 100

PRELIMINARY

SECTION 104 — MAINTENANCE OF TRAFFIC

104.01 TRAFFIC CONTROL PLAN (TCP)

104.01.01 DESCRIPTION.

DELETE: The fourth paragraph sentence “Refer to contract Documents for Work Restrictions.”

in its entirety.

INSERT: The following.

Work Restrictions. The Engineer reserves the right to modify or expand the methods of

traffic control or working hours as specified in the Contract Documents. Any request from

the Contractor to modify the work restrictions shall require written approval from the

Engineer at least 72 hours prior to implementing the change. The Contractor shall submit

a copy of the original work restrictions with the written request.

The Contractor shall submit a lane closure permit application at least three work days

prior to the start of the scheduled lane closure. Blank permit applications in digital form

will be provided to the Contractor prior to the start of work. These permit applications

shall be filled in completely and sent to:

Ms. Donna Seiler or Ms. Brittany Stout

Structure Inspection and

Remedial Engineering Division

707 North Calvert Street

Baltimore, MD 21202

Phone – 410-545-8374 or 410-545-8364

Email- [email protected] or [email protected]

Fax – 410-209-5047

These permit applications will be entered into the Statewide LCP (Lane Closure Permit)

system for District Traffic Office processing. Approved permits will be issued a permit

number and sent to the Contractor. The Contractor shall have an approved permit number

prior to the implementation of the TCP.

74

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

104.01 — TRAFFIC CONTROL PLAN 2 of 6

06-07-18

Lane closures may not be permitted on Saturdays or Sundays.

Lane closures are not typically permitted but may be required in some instances on the

holidays, or the work day preceding and following the holidays indicated below with an

“X”:

New Year's Day, January 1

Martin Luther King's Birthday, the third Monday in January

President’s Day, the third Monday in February

Good Friday

Easter Weekend

Memorial Day, the last Monday in May

Independence Day, July 4

Labor Day, the first Monday in September

Columbus Day, the second Monday in October

Veterans Day, November 11

Thanksgiving Day, the fourth Thursday in November

Christmas Day, December 25

Work is not permitted on the following weekend days indicated below with an “X”.

Saturdays, unless prior written approval is given by the Engineer

Sundays, unless prior written approval is given by the Engineer

75

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

104.01 — TRAFFIC CONTROL PLAN 3 of 6

06-07-18

TEMPORARY LANE OR SHOULDER

CLOSURE SCHEDULE

ROADWAY

# LANE(S) /

SHOULDER CAN

BE CLOSED

DAY OF

THE

WEEK

CLOSURE

PERIOD

(TIME OF DAY)

ADD: The following after the last paragraph, “Any monetary savings...and the Administration.” When closing, or opening a lane or shoulder on freeways, expressways, and roadways with posted speed ≥ 55 mph, ensure a work vehicle is closely followed by a protection vehicle (PV) during installation and removal of temporary traffic control devices. The PV shall consist of a work vehicle with approved flashing lights, either a truck-mounted attenuator (TMA) with support structure designed for attaching the system to the work vehicle or a trailer truck-mounted attenuator (TTMA) designed for attaching the system to the work vehicle by a Pintle hook and an arrow panel (arrow mode for multilane roadways and caution mode on two-lane, two-way roadways). Temporary Traffic Control for shoulder work along freeways, expressways, and roadways with posted speed > 55 mph shall include the use of a PV. The PV shall be outfitted with a TMA or

76

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

104.01 — TRAFFIC CONTROL PLAN 4 of 6

06-07-18

TTMA as noted above and be positioned on the shoulder to protect the work area throughout the duration of the shoulder work operation. The work vehicle size and method of attachment shall be as specified in the TMA/TTMA manufacturer’s specification as tested under NCHRP and/or MASH Test Level 3.

When a temporary lane or shoulder closure is in effect, begin work within one hour after the lane

is closed. For any delay, greater than one hour and no work in progress, remove the lane/shoulder

closure. Ensure the Traffic Manager attends the Pre-Construction, Pre-Structural Steel Erection,

Pre-Concrete Placement, Pre-MOT Shift, and Pre-Paving Meetings and is prepared to competently

discuss traffic control, the Traffic Control Plan (TCP), and the procedures to be implemented for

lane closures.

The TMA shall remain at the work site and paid for the duration of the work day; only one TMA

is required per setup for shoulder, single or double lane(s) closures. If a second TMA is utilized, it

will be at the discretion of the Engineer.

All closures shall be in conformance with the approved TCP and at the direction of the Traffic

Manager and the Engineer.

Workers and equipment, including temporary traffic control devices needed for setting up a lane

closure or restriction, are prohibited in the lane/shoulder to be closed or restricted before the time

permitted in the Contract Documents unless otherwise approved by the Engineer.

Temporary traffic control devices to be used for lane/shoulder closure may be placed on the

shoulder of the roadway by workers no earlier than 30 minutes prior to the actual time

lane/shoulder closure or restriction is permitted. When temporary traffic control devices are being

installed, ensure that all work vehicles involved in the installation display flashing lights that

provide a 360-degree visibility of the vehicles. These lights shall remain on until the full

installation of TTC devices is complete. Temporary traffic signs may be displayed to traffic at this

time.

Workers shall not enter any lane open to traffic. Workers may be present on shoulders to prepare

for lane closure setup no earlier than 30 minutes prior to the actual time lane/ shoulder closures or

restrictions are permitted. During preparation for the lane closure, ensure that all work vehicles at

the site and involved in the installation of the lane closure or restriction display flashing lights that

provide 360-degree visibility of the vehicles, as required by MD 104.01-18B. These lights shall

remain on while the vehicle remains in the work zone and until the full implementation of the road

closure or restriction is complete.

Restore all temporary lane or shoulder closures at the end of the closure period and ensure that

no travel lane has been reduced to less than 11 ft on expressways, freeways and 10 ft on other

roadways. Prior to opening the closed lane or shoulder, clear the lane or shoulder of all material,

equipment, and debris.

Failure to restore full traffic capacity within the time specified will result in a deduction assessed

77

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

104.01 — TRAFFIC CONTROL PLAN 5 of 6

06-07-18

in conformance with the following.

This is in addition to the requirements specified in TC-4.02.

The lane closure penalties for freeways are categorized by the District in which they are

located.

For Districts 1, 2 and 6, the following fee structure will be followed:

ASSESSED DEDUCTIONS FOR FREEWAYS

ELAPSED TIME,

(MINUTES) DEDUCTION

For 1 Lane Closures

1 – 10 $ 100.00

Each minute over 10 $50.00 per minute

(In addition to original 10 minute deduction)

For 2 or more Lane Closures

1 – 10 $ 200.00

Each minute over 10 $100.00 per minute

(In addition to original 10 minute deduction)

For Districts 3, 4, 5 and 7, the following fee structure will be followed:

ASSESSED DEDUCTIONS FOR FREEWAYS

ELAPSED TIME,

(MINUTES) DEDUCTION

For 1 Lane Closures

1 – 10 $ 1,000.00

Each minute over 10 $500.00 per minute

(In addition to original 10 minute deduction)

For 2 or more Lane Closures

1 – 10 $ 2,000.00

Each minute over 10 $1,000.00 per minute

(In addition to original 10 minute deduction)

The lane closure penalties for other roads are categorized by intersection Level of Service. The

penalty for other roads with Level of Service D, E or F is greater than that for Level of Service

A, B or C.

78

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

104.01 — TRAFFIC CONTROL PLAN 6 of 6

06-07-18

For Level of Service A, B or C, the following fee structure will be followed:

ASSESSED DEDUCTIONS FOR OTHER ROADS

ELAPSED TIME,

(MINUTES) DEDUCTION

For 1 Lane Closures

1 – 10 $ 150.00

Over 10 $75.00 per minute

(In addition to the original 10 minute deduction)

For 2 or more Lane Closures

1 – 10 $ 300.00

Over 10 $150.00 per minute

(In addition to the original 10 minute deduction)

For Level of Service D, E or F, the following fee structure will be followed:

ASSESSED DEDUCTIONS FOR OTHER ROADS

ELAPSED TIME,

(MINUTES) DEDUCTION

For 1 Lane Closures

1 – 10 $ 300.00

Over 10 $150.00 per minute

(In addition to the original 10 minute deduction)

For 2 or more Lane Closures

1 – 10 $ 600.00

Over 10 $300.00 per minute

(In addition to the original 10 minute deduction)

To modify the work restrictions, submit a request to the Engineer in writing with at least 72 hours

notice. Do not implement any changes until written approval from the Engineer is received.

Include a copy of the original work restrictions with the written request. The Engineer also reserves

the right to modify or expand the methods of traffic control or working hours as specified in the

Contract Documents.

79

SPECIAL PROVISIONS CONTRACT NO. XX1635F80 203 — BORROW EXCAVATION 1 of 3

06-08-18

CATEGORY 200 GRADING

SECTION 203 — BORROW EXCAVATION

203.01.02 Notice to Contractor — Borrow Pits. ADD: After the first paragraph.

This project is located in the State of Maryland. The following conditions applicable to the county or city shall be complied with and documented. DISTRICT 1 Dorchester (DO) County Site plan approved by Soil Conservation District. Grading permit from County Highway Department (except City of Cambridge). Planning and Zoning approval for use. Critical Areas approval (if applicable). Inspection by County. Somerset (SO) County Site plan approved by Soil Conservation District. Grading Permit from the County. Land Use permit. Critical Areas approval by Planning and Zoning (if applicable). Inspection by SHA. Wicomico (WI) County Site plan approved by Soil Conservation District. Certificate of compliance with Planning and Zoning if located in Critical Area. Inspection by SHA. Worcester (WO) County Site plan approved by Soil Conservation District. Critical areas approved by Planning and Zoning (if applicable). Inspection by SHA. DISTRICT 2 Caroline (CO), Cecil (CE), Queen Anne's (QA) and Talbot (TA) Counties Site plan approved by Soil Conservation District. Planning and Zoning approval. Critical Areas approval (if applicable). Inspection by SHA. Kent (KE) County Site plan approved by Soil Conservation District. Grading permit. Planning and Zoning approval. Critical Areas approval (if applicable). Inspection by SHA.

80

SPECIAL PROVISIONS CONTRACT NO. XX1635F80 203 — BORROW EXCAVATION 2 of 3

06-08-18

DISTRICT 3 Montgomery (MO) County Sediment control permit and plan approval by County Department of Environmental Protection, Division of Water Resources Management, Storm Water Management Section/Sediment Control. Approval by Maryland National Capital Park and Planning Commission (if applicable). Inspection by County. Prince Georges (PG) County Site Plan approved by Soil Conservation District. County Grading Permit. Tree conservation plan approval by Maryland National Capital Park and Planning

Commission (if applicable). Critical Areas approval (if applicable). Payment of all pertinent county fees and/or securing of county required bonding. Inspection by SHA with oversight by County. DISTRICT 4 Baltimore (BA) County Site Plan approved by the Department of Environmental Protection and the Soil

Conservation District. County Grading Permit. Critical Areas approval by the Department of Environmental Protection and Resource

Management (if applicable). Inspection by County. Harford (HA) County Site Plan approved by Soil Conservation District. County Grading Permit. Critical Areas approval (if applicable). Inspection by County. DISTRICT 5 Anne Arundel (AA) County Site Plan approved by Soil Conservation District. Planning and zoning approval - special exception required. Grading plan issued by the County Department of Inspections and Permits. Critical Areas approval (if applicable). Inspection by County and SHA. Calvert (CA) County Site Plan approved by Soil Conservation District. Grading plan issued by the County after a mining permit or exemption is issued. Critical Areas approval (if applicable). Inspection by SHA.

81

SPECIAL PROVISIONS CONTRACT NO. XX1635F80 203 — BORROW EXCAVATION 3 of 3

06-08-18

Charles (CH) County Site Plan approved by Soil Conservation District. Special exception granted by the County. Critical Areas approval (if applicable). Inspection by SHA. St. Mary’s (SM) County Site Plan approved by Soil Conservation District. County Grading Permit. Critical Areas approval (if applicable). Inspection by SHA. DISTRICT 6 Allegany (AL) County Site plan approved by Soil Conservation District. Informational copy of plans to County Planning and Zoning Commission. Inspection by SHA. Garrett (GA) and Washington (WA) Counties Site plan approval by Soil Conservation District. Inspection by SHA. DISTRICT 7 Carroll (CL) County Site plan approved by County Planning Commission. Sediment control plan approval by Soil Conservation District. County Grading Permit. Inspection by County. Frederick (FR) County Site plan approved by Soil Conservation District. County Grading Permit. Inspection by SHA. Howard (HO) County Site Plan approved by Soil Conservation District. County Grading Permit. Inspection by County. BALTIMORE CITY (BC) Site plan approved Baltimore City Department of Public Works (BCDPW). Inspection by BCDPW. STATE AND FEDERAL PROPERTY Borrow pits located on state and federal property are subject to Maryland Department

of the Environment approval. Inspection by SHA.

82

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

308 — EROSION AND SEDIMENT CONTROL 1 of 3

05-30-17

CATEGORY 300 DRAINAGE

SECTION 308 — EROSION AND SEDIMENT CONTROL

308.01 DESCRIPTION. ADD: The following after the third paragraph. General Notes.

(a) Notification. If an Erosion and Sediment Control Approval is issued for this project, notify

the Regional Environmental Coordinator in writing or by telephone at 410-365-0164 prior to

the following milestones:

(1) Pre-construction meeting.

(2) Erosion and sediment control meeting (minimum 7 working days prior to commencing earth disturbing activities).

(3) Installation of initial sediment control measures.

(4) Installation of major sediment control basins/traps.

(5) Removal or modification of any sediment control structures.

(6) Removal of all sediment control devices.

(7) Final acceptance by the Administration.

(b) Ingress/Egress Controls. Protect all points of construction ingress and egress to prevent

the deposition of materials on public roads. Immediately remove all materials deposited on public roads. The flushing of road surfaces is prohibited.

Control all ingress and egress points through the use of a stabilized construction entrance.

Submit locations for approval by the Regional Environmental Coordinator. (c) Inspection. Inspect all erosion and sediment control measures daily and after storm events.

Maintain continuously in an effective operating condition. (d) Shutdowns and/or Penalties. Total compliance with the approved erosion and sediment

control plan is expected at all times. In cases where the Contractor is found to be in non-compliance, the Administration may take steps to impose partial or total shutdowns and impose per day penalties for non-compliance.

The Administration may impose a total or partial shutdown if the project may adversely

impact the waters of the State. (e) Record Keeping. Make the project's approval letter, approved erosion and sediment control

plans, approved change requests, daily log books and test reports available on-site for inspection by duly authorized officials.

83

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

308 — EROSION AND SEDIMENT CONTROL 2 of 3

05-30-17

(f) Erosion and Sediment Control Excavation. Place silt removed from control devices in an approved waste site either on or off the project. Material stored on-site may be reused once it is dried and if it conforms to the Administration’s requirements for embankment or any unspecified need.

(g) Utility Work. Follow these additional best management practices for sediment control for

utility construction in areas outside of designed controls:

(1) Call "Miss Utility" at 1-800-257-7777 48 hours prior to the start of work. (2) Place excavated material on the high side of the trench. (3) Backfill, compact and stabilize trenches for utility installations at the end of each working

day. When this is not possible, follow (4). (4) Place temporary silt fences immediately downstream of any disturbed area intended to

remain disturbed for more than one day. (h) Sensitive Areas. No construction activities are allowed within specified sensitive areas of

the project without prior notification of the Engineer. Designate a responsible party to monitor all work in these areas to assure that reasonable care is taken in or adjacent to these areas. Areas considered sensitive are defined as: floodplains, wetlands (tidal, nontidal and associated buffers) critical areas, forested areas, archeological sites, historic sites, parkland, and open water.

(i) Standard Stabilization Note. Following initial soil disturbance or redisturbance, complete

permanent or temporary stabilization within 3 calendar days as to the surface of all perimeter controls, dikes, swales, ditches, perimeter slopes, and all slopes greater than 3:1; and 7 days as to all other disturbed or graded areas on the project site.

(j) Site Information (Not for Bidding Purposes).

(1) Total area of site acres (2) Area disturbed acres (3) Area to be roofed or paved acres (4) Total cut cubic yards (5) Total fill cubic yards (6) Off-site waste/borrow area location (if known)

(k) Incremental Stabilization. Refer to the current Maryland Standards and Specifications for

Soil Erosion and Sediment Control for the incremental stabilization of cuts and fills. (l) Disturbed Areas. Place excavated trench material for any storm drain pipe and underdrain

pipe installation on the high side of the trench. Backfill, compact, and stabilize trenches for any storm drain pipe and underdrain pipe installations at the end of each working day.

84

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

308 — EROSION AND SEDIMENT CONTROL 3 of 3

05-30-17

Stabilize all other disturbed areas at the end of the working day. Place silt fence downgrade of any areas that cannot be stabilized at the end of the work day such that all runoff from the disturbed area will be filtered.

(m) Removal of Controls. Establish permanent stabilization for all contributory disturbed

areas and obtain permission prior to the removal of sediment control measures. Immediately stabilize any areas disturbed by the removal of sediment control measures. (n) Notice of Enforcement. Sediment and erosion control regulations will be strictly enforced.

Design Certification. Insert the following:

ENVIRONMENTAL INFORMATION

MDE/ PRD #

DESIGN CERTIFICATION

I HEREBY CERTIFY THAT THIS PLAN HAS BEEN DESIGNED IN

ACCORDANCE WITH THE MARYLAND STANDARDS AND SPECIFICATIONS FOR

SOIL EROSION AND SEDIMENT CONTROL, THE 2000 MARYLAND STORMWATER

DESIGN MANUAL, VOLUMES I & II INCLUDING SUPPLEMENTS, THE

ENVIRONMENT ARTICLE SECTIONS 4-101 THROUGH 116 AND SECTIONS 4-201 AND

215, AND THE CODE OF MARYLAND REGULATIONS (COMAR) 26.17.01 AND COMAR

26.17.02 FOR EROSION AND SEDIMENT CONTROL AND STORMWATER

MANAGEMENT, RESPECTIVELY.

___________________________________ _________________________________

NAME SIGNATURE

___________________________________ _________________________________

MARYLAND REGISTRATION NUMBER DATE

P.E., R.L.S. OR R.L.A. (circle)

"PROFESSIONAL CERTIFICATION. I HEREBY CERTIFY THAT THESE DOCUMENTS

WERE PREPARED OR APPROVED BY ME, AND THAT I AM A DULY LICENSED

PROFESSIONAL ENGINEER UNDER THE LAWS OF THE STATE OF MARYLAND,

LICENSE NO.____________________, EXPIRATION DATE:____________________."

85

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

420 — PORTLAND CEMENT CONCRETE STRUCTURES 1 of 1

07-27-17

CATEGORY 400

STRUCTURES

SECTION 420 — PORTLAND CEMENT

CONCRETE STRUCTURES

420.02 MATERIALS.

ADD: The following at the end of materials list.

Concrete Chloride Content 902.10.11

Chloride Ion Content 902.11.01

420.04 MEASUREMENT AND PAYMENT.

ADD: The following after 420.04.09.

420.04.10 When specified in the Contract Documents, portland cement concrete for

Substructure Concrete for Bridge and Superstructure Concrete for Bridge will be measured and

paid for at the Contract unit price per cubic yard. The price will be full compensation for

removal of existing concrete, all reinforcement steel including cleaning existing reinforcement

steel, epoxy coating, removing and replacement, drilling, grouting, hauling and disposal.

86

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

06-08-18

430 — METAL STRUCTURES 1 of 2

CATEGORY 400

STRUCTURES

SECTION 430 — METAL STRUCTURES

430.01 DESCRIPTION.

DELETE: The first paragraph, “Furnish, fabricate, transport...structural steel, respectively.” in

its entirety.

INSERT: The following.

Furnish, fabricate, transport, and erect steel beams, plate girders, trusses, grillages, columns and

bents, shoes, pedestals, castings, miscellaneous steel, and all incidental structural steel as

specified in the Contract Documents or as directed by the Engineer. Refer to Section 432 for

bearings, Sections 435 and 436 for cleaning and painting new and existing structural steel,

respectively, and Section 480 for jacking beam operations.

On this project install structural steel beam retrofits to repair beam end section loss.

430.02 MATERIALS.

ADD: The following.

Paint 436.02

Metal Reinforced Epoxy Filler As specified elsewhere in this Invitation for

Bids

430.03 CONSTRUCTION.

DELETE: The first paragraph, “Unless otherwise specified...to AWS D1.5.” in its entirety.

INSERT: The following.

Unless otherwise specified, all welding and dimensional tolerances shall conform to

AWS D1.5. Perform all cleaning and painting in accordance with Section 436 except that the

Contractor need not be SSPC-QP1 or SSPC-QP2, Category A certified to perform the cleaning

and priming in the steel repair areas. Perform all cleaning of the existing steel repair areas per

436.03.10(d) or (e) or a combination thereof. Apply metal reinforced epoxy filler in accordance

with the manufacturer’s recommendations.

87

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

06-08-18

430 — METAL STRUCTURES 2 of 2

Clean all new steel used for steel beam retrofits per 436.03.10(h). If retrofits are shop

fabricated then they shall be shop primed with Coat I of Paint System B. If retrofits are field

fabricated then they shall be field primed with Coat I of Paint System C.

In areas where bolted connections are used, use metal reinforced epoxy filler to fill in section

loss and pitting prior to installing the new steel plates. Apply the metal reinforced epoxy filler

and ensure that it remains workable immediately prior to placing the new steel plate. Apply a

sufficient quantity of the filler so that excess material will be squeezed out during the installation

of the bolts. Properly dress excess material in a workmanlike manner prior to hardening.

In the areas where welded connections are used, apply Coat I of Paint System E to the

existing steel areas prior to plating. Refer to 912.05.

430.04 MEASUREMENT AND PAYMENT.

ADD: The following.

430.04.05 The repairs for the lengths specified in the Plans will be measured and paid for at the

Contract unit price per each for the pertinent Structural Steel Beam Retrofit item. The payment

will also be full compensation for the cleaning, priming, and application of metal reinforced

epoxy filler.

88

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

06-08-18

432 — BEARINGS 1 of 2

CATEGORY 400

STRUCTURES

SECTION 432 — BEARINGS

432.02 MATERIALS.

ADD: The following to the list of materials.

Nonshrink Grout 902.11(c)

432.03 CONSTRUCTION.

432.03.02 Installation.

ADD: The following after the last paragraph “Refer to the...to steel superstructures.”

Inspect anchor bolts at each existing beam end to be jacked for deterioration and structural

integrity. Only remove and replace those anchor bolts as indicated in the Contract Documents or

designated by the Engineer. Use anchor bolts of the same diameter and length as the existing or

as detailed in the Contract Documents.

Replace bearing assemblies in kind by fabricating to the existing dimensions or as detailed in

the Contract Documents.

432.03.04 Elastomeric Bearing Pads.

DELETE: The second paragraph, “When elastomeric pads...the adhesive sets.” in its entirety.

INSERT: The following.

When elastomeric pads are used without masonry bearing plates, grind the masonry bearing

surfaces to remove all laitance before applying the adhesive. Apply the adhesive to the surfaces

of the masonry bearing areas that will be in contact with the bearing pads and to the full contact

area of the bearing pad. After the pads are in place, use a blocking or other approved mechanical

methods to secure the pads in their final position until the adhesive sets. Lower the beam to its

bearing before the epoxy adhesive sets. Ensure that the elastomeric pad does not shift while the

beam is being returned to its bearing.

89

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

06-08-18

432 — BEARINGS 2 of 2

432.04 MEASUREMENT AND PAYMENT.

ADD: The following after the first paragraph, “Bearings will not...pertinent items specified.”

432.04.01 All replacement bridge bearing assemblies required for the bridge will be measured

and paid for at the Contract unit price per each on the pertinent Remove and Replace Bridge

Bearing item. The payment will be full compensation for removal of the existing bearing,

installation, cleaning and painting of the new bearing, and all material, labor, equipment, tools,

and incidentals necessary to complete the work.

432.04.02 All replacement anchor bolts required for the bridge will be measured and paid for at

the Contract unit price per each for the pertinent Anchor Bolt Replacement item. The payment

will be full compensation for drilling the holes, grout, replacement anchor bolts, installation, and

all material, labor, equipment, tools, and incidentals necessary to complete the work.

When an Anchor Bolt Replacement item is not included in the Contract Documents, the

anchor bolts will be incidental to other pertinent items included in the Contract Documents.

432.04.03 Replacement bearing pads will be measured and paid for at the Contract unit price per

each on the pertinent Replacement of Elastomeric Bearing Pads item. The payment will be full

compensation for removal, furnishing, fabricating, installing, etc., of elastomeric bearing pads

including surface preparation, adhesive, cleaning and painting the sole plate, and all material,

labor, equipment, tools, and incidentals necessary to complete the work.

90

SPECIAL PROVISIONS CONTRACT NO. XX1635F80 460 — EXPANSION JOINTS IN STRUCTURES

1 of 7

08-10-17

CATEGORY 400 STRUCTURES

SECTION 460 — EXPANSION JOINTS IN STRUCTURES

DELETE: Section 460 in its entirety. INSERT: The following. 460.01 DESCRIPTION. Furnish, fabricate and install pourable joint seals, joint fillers, preformed joint seals and drainage troughs including structural steel, metal plates, downspouts and catch basins to be utilized in providing expansion and contraction capabilities in structures. 460.02 MATERIALS.

460.02.01 Pourable Joint Sealant.

Pourable Silicone Sealant for Structures 911.01.03

Non-Sag Silicone Sealant for Vertical Joints in Structures 911.01.06

Backer rod shall be closed cell polyethylene foam. The backer rod used shall be flexible,

compressible and non-shrinking with a surface that will not bond with the joint seal, and that is

capable of uniformly containing the sealer within the desired shape factor. Do not use hard

rubber or materials that swell when wet or deform at seal application temperatures.

460.02.02 Preformed Joint Seals.

Preformed Bituminous Fiber Joint Filler 911.02

Preformed Silicone Joint Seal 911.01.04

Performed Polychloroprene Elastomeric Compression Seal 911.04.02

Silicone Adhesive 911.01.05

Lubricant Adhesive 911.04.03

Joint seal primer shall conform to the manufacturer’s recommendations.

460.02.04 Drainage Troughs.

Structural Steel 909, A 709, Grade 36

Drainage Trough Fabric 911.11

Fiberglass Catch Basins 921.10

Polyvinyl Chloride Downspouts 905.01, Schedule 80

Non-Shrink Grout 902.11(c)

All structural steel for drainage troughs shall be hot-dip galvanized to meet A123.

All hardware for drainage troughs shall be stainless steel meeting F593, Type 304. With

stainless steel nuts meeting F594, and SS304 washers.

91

SPECIAL PROVISIONS CONTRACT NO. XX1635F80 460 — EXPANSION JOINTS IN STRUCTURES

2 of 7

08-10-17

Ensure that drainage trough fabric meets the thickness requirements for the type of material

supplied. Place joints and splices for drainage troughs only where specified.

460.02.01 Paint. Refer to 435.01.01(c), and 435.02.01.

460.02.03 Trowel grade Mortar. Refer to Section 423.

460.03 CONSTRUCTION. Store expansion joint materials delivered to the bridge site under

cover, on platforms at least 4 inches above all types of surfaces and vegetation. Materials shall

be protected from damage and kept clean of dirt, oil, grease and other foreign substances. All

materials and installation methods shall be approved by the Engineer before any materials may be

ordered or fabricated.

All welding shall meet AWS D1.1 unless otherwise specified.

460.03.01 Preconstruction Meeting. A preconstruction meeting shall be conducted prior to

beginning work on replacement of joint seals in existing bridges. The meeting shall be attended

by a minimum of the Contractor’s installation crew, a manufacturer’s representative

knowledgeable in field installation of the product(s) specified, and the Engineer. Topics

discussed shall include surface preparation, primers, temperature restrictions, pot life, cure time,

access, maintenance of traffic, tools, equipment and installation techniques.

460.03.02 Joint Modification. Where the Contract Documents specify modification of existing

expansion joints in bridges on which traffic must be maintained, the Contractor must have a

supply of steel roadway plates available at least 4x8 feet and 1 inch thick to be placed over the

joints if traffic must be restored before new concrete has cured or anytime work cannot be

completed within one traffic closure period.

Concrete removal shall be as specified in Section 405. All cuts in existing steel armor shall be

made with a saw, and all holes and slots shall be drilled. Torch cutting is not permitted.

460.03.03 Surface Preparation. Surface preparation shall include removal of existing seal

materials and debris, and cleaning both sides of the joint opening as specified below:

(a) Steel Surfaces. Steel surfaces to which joint seal materials will be affixed shall be

abrasive blast cleaned to SSPC SP 10, near white metal, with a surface profile of 1 to 4

mils. Apply paint system E to existing steel joint armor where shown on the Plans and as

directed by the Engineer.

(b) Concrete Surfaces. Concrete surfaces to which the joint seal material(s) will be affixed

shall be cleaned of all dirt, grease, laitance, and all other contaminants using hand/power

tools, abrasive blasting or water jetting to an International Concrete Repair Institute

(ICRI) concrete surface profile (CSP) between 3 and 6.

92

SPECIAL PROVISIONS CONTRACT NO. XX1635F80 460 — EXPANSION JOINTS IN STRUCTURES

3 of 7

08-10-17

Just prior to installing the joint seal all surfaces shall be blasted with compressed air to remove

any dust, dirt, oil, water or residue that could act as a bond breaker. The Contractor shall contain

concrete laitance, debris, abrasive and wash water in accordance with 426.03.01 and 436.03.27.

460.03.04 Joint Seal Primer. Apply VOC compliant joint seal primer in accordance with the

manufacturer’s recommendations. Uniformly coat the entire surface to which joint seal materials

will be affixed. Over application may cause premature failure of joint seal materials.

460.03.05 Pourable Silicon Joint Sealant Installation. The manufacturer’s technical

representative must be present during the initial installation of pourable joint sealant. The

Contractor’s equipment shall be approved by the manufacturer’s representative. The two

components of pourable joint sealant material shall be supplied by the manufacturer in

premeasured units. Use only full units of each component for mixing the pourable joint sealant.

Install a circular backer rod, sized approximately 25% larger than the joint opening, into the

joint opening to provide 1 inch clearance below the roadway surface. If two pieces of backer rod

must be used, the ends shall be taped together to prevent any pourable joint sealant from leaking

between them.

The installation of silicone sealant shall be done as soon after cleaning and backer rod

placement as reasonably possible to ensure the joints remain clean and dry. In the event the joint

becomes contaminated or wet prior to installing the sealant, the backer rod shall be removed, the

joint cleaned and dried, and a new backer rod installed.

Install pourable joint sealant as per manufacturer’s recommendations and to the shape and

dimensions specified. Use the multiple pass technique with the initial passes along the joint

edges. All passes shall be made in the same direction to minimize air entrapment. The pourable

joint sealant must be recessed a minimum ½ inch below the pavement surface to prevent traffic

abrasion or snow plow damage. The finished surface of the joint seal shall be smooth and even

across the joint opening.

When vertical joint openings are to be sealed at curbs, parapets and outside edges the bottom

and outside edges of the joint opening must be dammed to prevent pourable joint sealant from

leaking out. The damming material shall be positioned so that the installed pourable joint sealant

is sandwiched between the backer rod and the damming material. Allow the pourable joint

sealant to cure prior to removal of damming material. The damming procedure shall be as

recommended by the manufacturer. In lieu of damming, a non-sag pourable silicone sealant or

preformed silicone joint seal may be used at these locations.

460.03.06 Preformed Silicone Joint Seal Installation. The preformed Silicone Joint Seal shall

be installed in accordance with the manufacturer’s recommendations, as shown on the Plans and

as directed by the Engineer. The manufacturer’s technical representative must be present during

93

SPECIAL PROVISIONS CONTRACT NO. XX1635F80 460 — EXPANSION JOINTS IN STRUCTURES

4 of 7

08-10-17

the initial installation of preformed silicone joint seal. The Contractor’s equipment shall be

approved by the seal manufacturer’s representative.

The preformed Silicone Joint Seal shall be cleaned prior to installation by wiping with a

solvent saturated cloth. The preformed silicone joint seal material shall be supplied in the

longest possible lengths to minimize field splices. Field cuts shall be made on straight lines, and

field splices shall be made with straight and flush edges.

Install preformed silicone joint seal in accordance with the manufacturer’s recommendations,

to the depth and dimensions shown in the plans, and as directed by the Engineer.

The Contractor shall apply a bead of silicone adhesive to each side of the joint opening,

position the preformed silicone joint seal in the joint opening and press down to the indicated

depth. The preformed silicone joint seal must be recessed a minimum ½ inch below the

pavement surface to prevent traffic abrasion or snow plow damage. When the preformed silicone

joint seal is in position the Contractor shall apply silicone adhesive along each side of the

preformed silicone joint seal to the top of the serrations. Finally, the Contractor shall tool the

silicone adhesive twice to ensure complete contact between the joint opening and the preformed

silicone joint seal.

460.03.07 Preformed Polychloroprene Elastomeric Compression Seal Installation. Install

preformed polychloroprene elastomeric (neoprene) compression seals at the locations specified in

the Contract Document. The neoprene compression seals shall be sized in accordance with the

manufacturer’s recommendations, as shown on the Plans and as directed by the Engineer.

The neoprene compression seals shall be cleaned prior to installation by wiping with a solvent

saturated cloth. The preformed neoprene compression seal material shall be supplied in the

longest possible lengths to minimize field splices. Field cuts shall be made along straight lines,

and if field splices are required they shall be made with straight and flush edges.

Apply lubricant adhesive in accordance with the manufacturer’s recommendations. If the seal

is stretched more than 5% it must be removed and reinstalled. Any preformed neoprene

compression seal damaged during installation must be removed and replaced at no additional

cost to the Administration.

460.03.08. Clean and Paint. Clean and paint steel armor in new and existing roadway joints in

accordance with 435.01.01(c), and 435.02.01.

460.03.09 Joint Seal Warranty. Any failure of joint seals due to lack of adhesion, improper or

unsatisfactory workmanship by the Contractor, or damage by the Contractor’s operations will be

cause for rejection, and the joint seal shall be repaired to the satisfaction of the Engineer at no

additional cost to the Administration.

94

SPECIAL PROVISIONS CONTRACT NO. XX1635F80 460 — EXPANSION JOINTS IN STRUCTURES

5 of 7

08-10-17

460.03.10 Drainage Troughs. This work consists of furnishing and Installing new drainage

troughs, catch basins and downspouts at the locations shown on the Plans, as specified in the

Contract Documents or as directed by the Engineer.

When specified in the Contract Documents, or directed by the Engineer, damaged portions of

existing drainage troughs, catch basins and downspouts shall be removed and replaced to the

limits specified. This work shall include unfastening trough fabric, cleaning and disposing of

debris from the existing drainage troughs, catch basins and downspouts. Also, the Contractor

shall replace any damaged or corroded hardware as needed to reattach drainage troughs. catch

basins and downspouts as required.

Slope drainage troughs at 1 inch per foot minimum under finger joints, and ¼ inch per foot

minimum under all other roadway joints.

Repair deteriorated concrete end diaphragms with trowel grade mortar as specified in Section

423.

Threaded rods for hangers shall be set in cored holes at least 4 inches deep and ½ inch larger

than the diameter of the hanger using non-shrink grout.

Areas of the existing coatings damaged during drainage trough installation shall be repaired in

accordance with 436.03.06.

460.04 MEASUREMENT AND PAYMENT. The payment will be full compensation for

furnishing, fabricating, and placing structural steel, roadway seals, drainage troughs, catch basins,

downspouts, cleaning, painting, and all material, labor, equipment, tools and incidentals

necessary to complete the work.

460.04.01 Modifying existing roadway joints will be measured and paid for at the Contract unit

price per linear foot for the pertinent Joint Modification item. Payment will be full compensation

for modifying the existing joint openings in bridges including saw cutting, removal of existing

concrete, reinforcement, placement of new concrete, roadway plates, installing new and

modifying existing steel armor. The payment will also include furnishing, fabricating, cutting

drilling welding and installing new structural steel and new joint seal.

The measurement for transverse joints will be the horizontal distance along the roadway joint

from the inside face to inside face of parapets plus the vertical distance of the curb faces and

parapets.

460.04.02 Pourable joint sealant will be measured and paid for at the Contract unit price per

linear foot for the pertinent Pourable Joint Sealant item. Payment will be full compensation for

the removal of existing seal materials, cleaning the existing joint surfaces, surface preparation,

primer, backer rod, furnishing and placing new pourable silicone joint seals, damming and

coating repair.

95

SPECIAL PROVISIONS CONTRACT NO. XX1635F80 460 — EXPANSION JOINTS IN STRUCTURES

6 of 7

08-10-17

The measurement for transverse joints will be the horizontal distance along the roadway joint

from the inside face to inside face of parapets plus the vertical distance of the curb faces and

parapets.

460.04.03 Preformed silicone joint seal will be measured and paid for at the Contract unit price

per linear foot for the pertinent Preformed Silicone Joint Seal item. Payment will be full

compensation for the removal of existing seal materials, cleaning the existing joint surfaces,

surface preparation, primer, adhesive, furnishing and installing new preformed silicone joint seal

and coating repair.

The measurement for transverse joints will be the horizontal distance along the roadway joint

from the inside face to inside face of parapets plus the vertical distance of the curb faces and

parapets.

460.04.04 Preformed polychloroprene elastomeric (neoprene) compression seals will be

measured and paid for at the Contract unit price per linear foot for the pertinent Neoprene

Compression Seal item. Payment will be full compensation for the removal of existing seal

materials, cleaning the existing joint surfaces, surface preparation, lubricant adhesive, furnishing

and installing new neoprene compression seal and coating repair.

The measurement for transverse joints will be the horizontal distance along the roadway joint

from the inside face to inside face of parapets plus the vertical distance of the curb faces and

parapets.

460.04.05 Installation of new drainage troughs will be measured and paid for at the Contract unit

price per linear foot for the pertinent Drainage Trough Item. Payment will be full compensation

for removing existing drainage troughs including fabric, structural steel, hardware, hangers, catch

basins, and downspouts; repairing deteriorated concrete in abutments, piers, and end diaphragms

as needed to install new drainage troughs; capping the bottom of the existing downspout pipes in

pier columns and filling existing trough drain holes in piers with non-shrink grout. The payment

will also include fabricating, furnishing and installing new drainage troughs including galvanized

structural steel, stainless steel hardware, fabric, PVC downspouts, catch basins, welding, drilling

and coring holes in existing steel and concrete, and attaching to existing structure.

The measurement will be the centerline distance from end to end of the installed drainage

trough fabric.

460.04.06 Repair of existing drainage troughs will be measured and paid for at the Contract unit

price per linear foot for the pertinent Drainage Trough Repair Item. Payment will be full

compensation for removing portions of existing drainage troughs including fabric, structural

steel, hardware, hangers, catch basins, and downspouts; and repairing deteriorated concrete in

abutments, piers, and end diaphragms as needed to install new drainage troughs. The payment

will also include fabricating, furnishing and installing portions of new drainage trough including

96

SPECIAL PROVISIONS CONTRACT NO. XX1635F80 460 — EXPANSION JOINTS IN STRUCTURES

7 of 7

08-10-17

galvanized structural steel, stainless steel hardware, fabric, PVC downspouts, catch basins,

welding, drilling and coring holes in existing steel and concrete, and attaching to existing

structure.

The measurement will be the centerline distance from end to end of the installed drainage

trough fabric.

460.04.07 The following will not be measured but the cost will be incidental to other pertinent

items:

(a) Joint seal warranty.

(b) Repair of damaged coatings.

(c) Repair of concrete end diaphragms with trowel grade mortar.

(d) Manufacturer’s technical representative.

97

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

06-08-18

475 — REMOVAL AND REPLACEMENT OF HOT MIX ASPHALT (HMA) 1 of 3

CATEGORY 400

STRUCTURES

SECTION 475 — REMOVAL AND REPLACEMENT OF

ASPHALT MIX WEARING SURFACE

475.01 DESCRIPTION. Remove the existing asphalt mix wearing surface from the bridge

deck, remove additional areas of deteriorated concrete, perform deck repairs, and place asphalt

mix wearing surface as specified in the Contract Documents. 475.02 MATERIALS.

Mix No. 6 Concrete 902.10 Rapid Hardening Cementitious Material

for Concrete Pavement Repairs 902.14 Asphalt Mix 904.04 Reinforcement 908

475.03 CONSTRUCTION. Refer to Sections 206 and 504, and as specified herein.

Remove the existing asphalt mix wearing surface to the limits shown on the Plans. Remove

the asphalt mix wearing surface with equipment that is capable of removing the wearing surface

without damaging the existing concrete deck. Other methods may be used as specified herein

and as approved.

475.03.01 Equipment and Procedures.

Removal Equipment. Use equipment meeting 426.03.01(a),(c),(d) and (e).

Abrasive Blasting. Ensure that the equipment is capable of removing rust scale and old concrete

from reinforcing bars and removing small chips of concrete partially loosened by the removal

operation.

Removal Procedures. The Engineer will determine any damage to the existing bridge caused by

the Contractor’s operations. Repair these damaged portions to the satisfaction of the Engineer at

no additional cost to the Administration. All removed material shall become the Contractor’s

property and shall be disposed of at approved spoil areas.

Prior to the removal and replacement of the asphalt mix wearing surface, remove a test strip in

the low-side shoulder of each bridge. The Engineer will determine the dimensions of the test

strip in the field. Notify the Engineer at least 48 hours prior to performing the test strip

operation. Coordinate the test strip work in the presence of the Engineer to determine the

condition of the bridge deck and whether complete removal of the existing wearing surface is

appropriate. If deemed appropriate, remove and replace the asphalt mix wearing surface as

specified in the Contract Documents.

98

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

06-08-18

475 — REMOVAL AND REPLACEMENT OF HOT MIX ASPHALT (HMA) 2 of 3

If the Engineer determines that the area of the existing concrete bridge deck exposed during the

test strip removal is too deteriorated, repair the exposed deck, replace in-kind that portion of the

asphalt mix wearing surface that was removed, and proceed to overlay the entire bridge with

1-1/2 in. of additional asphalt mix surface. The reduction in quantities for the pertinent pay items

associated with this option shall not be cause for renegotiation of the Contract price for these

items. The quantities shown in the Contract Documents for the pertinent pay items are based on

the entire wearing surface being removed and replaced.

Schedule and perform the test strip removal so that the bridge work can be determined prior to

performing the resurfacing on the approach roadway to the bridges.

Repair any portion of the deteriorated existing concrete bridge deck exposed during the test

strip work or any other work. Repair spalled concrete, voids, and other defects that are located

within the proposed asphalt mix wearing surface in accordance with the methods specified herein.

Deck Repairs. After removal the Engineer will inspect the entire exposed portion of the existing

concrete bridge deck and determine if any repairs are required including the type and extent of the

repair. Remove deteriorated areas of the existing concrete bridge deck down to sound concrete by

use of power driven hand tools or hand tools. After completion of removal of deteriorated concrete,

remove all rust, oil, or other foreign materials detrimental to achieving bond followed by abrasive

blasting and air blast or vacuum as determined by the Engineer.

(a) Type I Deck Repairs. This repair includes cavities less than 1 in. deep. The cavity may

require handchipping, but fill the void with the asphalt mix wearing surface.

(b) Type II Deck Repairs. This repair includes cavities 1 to 3 in. deep. Fill the cavity with rapid

hardening cementitious material. Place wire fabric per 423.03.04 except that where approved

by the Engineer the fabric may be wired to existing reinforcement without the use of

expansion bolts, etc. Wire fabric will not be required for repair areas less than 2 ft2.

(c) Type III Deck Repairs. This repair includes areas where the depth of deck removal is

over 3 in. deep but not full depth. Use rapid hardening cementitious material to repair

cavities that are 3 in. deep but not full depth.

Furnish and erect temporary protective shields as specified in 405.03.01 when the depth of

removal reaches half of the original concrete deck thickness and deeper removal is

anticipated.

(d) Type IV Deck Repairs. This repair includes areas where the depth of deck removal is full

depth. Type III Deck Repair requirements apply with the exception that the rapid hardening

cementitious material shall only be used for deck repairs up to 9 ft2. Repair areas larger than

99

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

06-08-18

475 — REMOVAL AND REPLACEMENT OF HOT MIX ASPHALT (HMA) 3 of 3

9 ft2 at the direction of the Engineer. In large areas support forms supplied to enable

placement of the concrete by blocking erected from the stringers. In small areas forms

supplied to enable placement of the concrete may be suspended from existing reinforcing bars

by wire ties. The Engineer will determine the method used.

Ensure that the top surface of all deck repairs are even with the top of the existing concrete deck

surface. Give the top surface of all patch areas a final textured finish consisting of 1/8 in. wide by

1/8 in. deep transverse corrugations spaced approximately 1/4 in. apart. The method of texturing

shall be approved by the Engineer prior to placing the material in the patch.

Mix, place, and cure the rapid hardening cementitious material according to the manufacturer’s

recommendations.

Ensure that existing reinforcing steel to be incorporated into any repair work meets 421.03.07

except thoroughly clean it by abrasive blasting. Where the bond between existing concrete and

reinforcing steel has been destroyed, or where more than half the diameter of the steel is exposed,

remove the concrete adjacent to the bar to a depth that will permit concrete bond to the entire

periphery of the exposed bar. Ensure that the clearance is at least 1 in. unless lower bar mats make

it impractical. Exercise care to prevent cutting, stretching, or damaging any exposed reinforcing

steel.

Prior to placement of asphalt mix over the existing concrete bridge deck or over an existing

asphalt mix surface, apply a tack coat over the entire surface.

475.04 MEASUREMENT AND PAYMENT. The payment will be full compensation for all

chipping and removal of hot mix asphalt pavement, cleaning, abrasive blast cleaning, air blasting,

flushing with water, curing, all saw cuts, disposal of material removed, and for all material, labor,

equipment, tools, and incidentals necessary to complete the work.

475.04.01 Removal and Disposal of Existing Wearing Surface From Bridge including that portion

removed during the test strip removal will be measured and paid for at the Contract unit price per

square yard for the actual surface area removed from the bridge deck.

475.04.02 The new asphalt mix wearing surface will be measured and paid for at the Contract

unit price per ton for the pertinent Asphalt Mix for Bridge Deck item.

475.04.03 Deck repairs will be measured and paid for at the Contract unit price per square foot for

the pertinent Type Deck Repair. Payment will also include full compensation for the repair

material.

100

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

476 — PROTECTION FOR SCOUR AND UNDERMINED AREAS

06-08-18

1 of 2

CATEGORY 400

STRUCTURES

SECTION 476 — PROTECTION FOR SCOUR

AND UNDERMINED AREAS

476.01 DESCRIPTION. Provide all labor, materials and equipment necessary for the installation

of grout filled bags/mats for scour protection and filling undermined areas of a structure with grout

as specified in the Contract Documents.

476.02 MATERIALS.

Geotextile 921.09, Class SE

476.02.01 Grout shall consist of 846 lb/yd3 of Type II portland cement, 6 + 1 percent air

entrainment by volume, mortar sand aggregate, and water proportioned to provide a pumpable

mixture. The 28 day compressive strength shall be 3500 psi.

476.02.02 Grout bags/mats shall be made of a high strength water permeable fabric of nylon and

cordura. Each bag/mat shall be provided with a self-closing inlet valve to accommodate insertion

of the grout pumping hose. Grout bags shall have a maximum length of 4 ft, a maximum width of

3 ft, and a thickness of 1 ft. Seams shall be folded and double stitched.

Fabric shall exhibit the following properties in both warp and fill directions:

TEST

PROPERTY

TEST

METHOD

SPECIFICATION

LIMITS

Tensile Strength, min D 4632, Grab Method 400 lb/in.

Tear Strength, min D 4533, Trapazoidal Method 90 lb

476.03 CONSTRUCTION. When specified in the Contract Documents, perform excavation by

air lifting prior to placement of the grout bags/mats. Place all discharged material in a dewatering

basin.

Use mixers and agitators meeting 915.03.04.

When specified in the Plans or directed by the Engineer, place geotextile prior to placing grout

bags/mats.

101

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

476 — PROTECTION FOR SCOUR AND UNDERMINED AREAS

06-08-18

2 of 2

Position the bags and fill them so that they abut tightly to each other and to the substructure units.

Stager joints between bags in successive rows and tiers.

Position mats and fill them so that they abut and seal tightly to the substructure. No open gaps

will be permitted.

Fabric porosity is essential to the successful execution of this work. Demonstrate suitability of

fabric design by injecting the proposed grout mix into three 24 in. long by approximately 6 in.

diameter fabric sleeves under a pressure of not more than 15 psi that is maintained for not more

than 10 minutes. Cut a 12 in. long test cylinder from the middle of each cured test specimen and

tested it in accordance with C 39. The average seven day compressive strength of the fabric form

test cylinders shall be at least 20 percent higher than that of companion test cylinders made in

accordance with C 31.

Ready mixed high strength grout may be permitted by written permission of the Engineer. Ensure

that the ready mixed high strength grout is furnished by a manufacturer approved by the Laboratory

and the plan, equipment, etc., shall be subject to inspection and approval.

Use a concrete/grout pump that is capable of delivering up to 25 yd3/hr.

When grout bags are used to seal off a void and then the grout mix is pumped into the void,

install 4 in. minimum diameter vent pipes at 4 ft maximum spacings to allow all trapped water in

the void to escape while the grout is being pumped. Insert the concrete/grout tube delivering the

mix to the void so that the mix does not free fall. Fill the void by the tremie method. Remove the

vent pipes or cut off flush with the bags when completed.

476.04 MEASUREMENT AND PAYMENT. The payment will be full compensation for bags,

mats, geotextile, excavation, dewatering basin, hauling, disposal, vent tubes, and all materials,

labor, equipment, tools, and incidentals necessary to complete the work.

476.04.01 Grout bags, grout mats, and grout for filling the bags, mats, and undermined areas will

be measured and paid for at the Contract unit price per cubic yard for the pertinent Grout/Grout

Bags for Scour Protection or Grout/Grout Mats for Scour Protection item.

476.04.02 When grout bags or grout mats are not required to seal the void, the grout will be

measured and paid for at the Contract unit price per cubic yard for the pertinent Grout for

Undermined Areas item.

102

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

477 — TROWEL GRADE MORTAR FOR BRIDGE REPAIRS 1 of 1

06-08-18

CATEGORY 400 STRUCTURES

SECTION 477 — TROWEL GRADE MORTAR

FOR BRIDGE REPAIRS 477.01 DESCRIPTION. Furnish and place trowel grade mortar as specified herein. 477.02 MATERIALS.

Synthetic Fibers 902.15 Curing Materials 902.07 Mortar for Grout 902.11(a) or (b), 4500 psi Reinforcement 908.01, 908.02, and 908.08 Water 921.01

The mortar shall be fiber reinforced, trowelable, patching mortar designed for overhead use. Color shall match existing. 477.03 CONSTRUCTION. Refer to Section 423 except that trowel grade mortar shall be used. Ensure that all surfaces of the removal areas are either vertical or horizontal after preparation. Feathered edges are not be permitted. 477.04 MEASUREMENT AND PAYMENT. Trowel Grade Mortar Repairs for Bridge will be measured and paid at the Contract unit price per cubic foot. The payment will be full compensation for all removal of existing deteriorated concrete, cleaning existing reinforcing steel, furnishing and placing new reinforcing steel as required, drilling and grouting holes, furnishing and installing wire fabric, furnishing and placing trowelable mortar, and for all material, labor, equipment, tools, and incidentals necessary to complete the work.

103

SPECIAL PROVISIONS CONTRACT NO. XX1635F80 478 — NONSHRINK GROUT FOR BEARING REPAIRS 1 of 1

06-08-18

CATEGORY 400 STRUCTURES

SECTION 478 — NONSHRINK GROUT FOR BEARING REPAIRS

478.01 DESCRIPTION. Repair deteriorated concrete in a bearing area with nonshrink grout. 478.02 MATERIALS.

Nonshrink Grout 902.11(c) Reinforcement 908.01 and 908.08 Epoxy Protective Coating 917.01, Match Existing Color

The nonshrink grout may contain pea gravel conforming to the gradation of the following table. The quality and laboratory test methods shall conform to 901.01 except that the plasticity index shall not exceed 9.

SIEVE SIZE PERCENT PASSING 3/4 in. 100 1/2 in. 85-100 3/8 in. 70-100 No. 4 0-55 No. 8 0-15 No. 16 0-8

478.03 CONSTRUCTION. Remove deteriorated concrete portions of the existing structure per Section 423. Reinforce all areas to be repaired with welded steel wire fabric in addition to the reinforcement steel. Install fabric per 423.03.04 except that the fabric may be wired to existing reinforcement without the use of expansion bolts, etc., where approved by the Engineer. Make test cubes (cylinders if pea gravel is used) of the nonshrink grout for each pour. Test specimens shall reach a minimum compressive strength of 3500 psi before lowering the jacked beam. Epoxy coat the repaired bearing area per Section 464. 478.04 MEASUREMENT AND PAYMENT. All nonshrink grout, complete in place, including scaffolding, removal of existing deteriorated concrete, cleaning and epoxy touch up of existing reinforcement steel, furnishing and placing new reinforcement steel as required, drilling and grouting holes, furnishing and installing welded steel wire fabric, forming, furnishing and placing nonshrink grout, making and transporting test cubes or cylinders, curing, applying epoxy protective coating and any other material, labor, equipment, tools, and incidentals necessary to repair the deteriorated concrete will be measured and paid for at the Contract unit price per cubic foot for the pertinent Nonshrink Grout item.

104

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

479 — REPOINTING EXISTING MASONRY 1 of 1

07-05-17

CATEGORY 400

STRUCTURES

SECTION 479 — REPOINTING EXISTING MASONRY

479.01 DESCRIPTION. Repoint existing masonry as shown in the Contract Documents.

479.02 MATERIALS. All mortar shall conform to 903.06 and match the color of existing

mortar as nearly as possible.

479.03 CONSTRUCTION. Thoroughly clean the existing joints of all loose mortar and foreign

material for a minimum depth of twice the width of the joint or 1 in. from the face of the masonry

whichever is greater. Then fill joints with mortar that is well packed and finished.

The mortar may be pneumatically applied; however, take care to minimize overspray.

Ensure that the finish of the new masonry pointing matches the existing as nearly as possible.

After pointing is completed and the mortar is set, thoroughly clean the exposed surface of the

masonry of excess mortar. Prevent any material from entering any waterway.

479.04 MEASUREMENT AND PAYMENT. The payment will be full compensation for

cleaning, any clearing of vegetation required to access the work site and expose the areas to be

repaired, and for all materials, labor, equipment, tools, and incidentals necessary to complete the

work.

479.04.01 Repointing of existing masonry will be measured and paid for at the Contract unit

price per square foot of the repaired areas for the pertinent Repointing Masonry Joints item.

479.04.02 Repointing of existing masonry will not be measured but will be paid for at the

Contract lump sum price for the pertinent Repointing of Masonry Joints item.

105

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

480 — JACKING BEAM OPERATIONS

06-08-18

1 of 3

CATEGORY 400

STRUCTURES

SECTION 480 — JACKING BEAM OPERATIONS

480.01 DESCRIPTION. Jack existing beams for repairs.

480.02 MATERIALS. Refer to the Plans and Sections 430, 436, and 902.11.

480.03 CONSTRUCTION. Refer to the Plans. Use the shielded metal-arc process for all field

welding. Adhere to all requirements of the Contract Documents except that for temporary

installation, the requirements for radiographic and ultrasonic inspection will be waived if the

Engineer’s visual inspection indicates the welds are satisfactory.

Submit an alternate jacking beam or method to those specified in the Contract Documents to

the Engineer for approval. Alternate jacking beams shall comply with the following restrictions:

(a) The material may be used but be in new condition.

(b) The section modulus and web area (depth x thickness) shall not be less than the jacking

beams shown in the Contract Documents unless otherwise specified.

(c) If the connection detail, stiffener plate detail, or jacking method are changed; submit

detailed calculations to the Bridge Inspection and Remedial Engineering Division for

approval. These calculations shall be stamped by a professional engineer registered in the

State of Maryland.

Set jacking beams level unless otherwise specified in the Contract Documents. The existing

anchor bolts may be cut above the nut to achieve a level beam. In no instances will it be

permitted to chip away the concrete end diaphragms to achieve a level jacking beam.

Thoroughly clean areas under the proposed jacks to provide a flat, clean jacking surface. When

jacking surfaces are not level or have slightly deteriorated concrete areas, use nonshrink grout to

repair them to a flat level surface. The minimum thickness of the grout shall be as recommended

by the manufacturer.

If the Engineer determines that any jacking surface contains highly deteriorated concrete, delay

all work at that location and initiate provisions for pneumatically applied mortar or cast in place

concrete repairs to restore the surface to full capacity for the jacking operations.

106

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

480 — JACKING BEAM OPERATIONS

06-08-18

2 of 3

Utilize the correct scheme and jack capacity corresponding to the particular bearing being

repaired as shown in the Contract Documents. Repair any damage resulting from misuse of the

jacking schemes to any portion of the existing bridge that is to remain in place to the complete

satisfaction of the Engineer, at no additional cost to the Administration.

Do not remove any steel that has been welded to the existing bridge; it shall remain in place.

The Contractor may opt to leave the jacking beam in place unless otherwise specified.

The Engineer will determine if any additional bearings are to be repaired by use of a jacking

operation.

480.03.01 Jacking Requirements and Restrictions. Adhere to the following requirements and

restrictions during the jacking sequences to provide for a safe repair of deteriorated bearing

pedestals, pier caps, and bearing assemblies.

The Engineer or his representative shall be present during all jacking operations to check all

pertinent dimensions and to ensure conformance with all pertinent Contract requirements before

commencement of the actual jacking.

Jacks with a higher capacity than those listed in the Contract Documents may be allowed, but

the Contractor shall monitor the jack load to ensure the safety of the bridge.

The jack system shall be equipped with a direct reading gauge to directly read the jack force in

pounds or kips. However, a gauge accompanied by a chart with which the dial reading can be

converted into pounds may be used if approved by the Engineer.

An existing bearing may not be raised more than 1/8 in. higher than its as built elevation unless

otherwise specified. Do not exceed the maximum jacking forces shown in the Contract

Documents.

Make test cubes or cylinders of the nonshrink grout or concrete used for bearing pedestal

repairs. The beams shall not be lowered in place until the test specimens achieve 3500 psi

minimum compressive strength.

The jack hydraulics shall not be used to support the load after jacking. However, a jack with a

locking nut may be used if approved by the Bridge Inspection and Remedial Engineering

Division.

In the event that any of the above requirements or restrictions cannot be met, the Engineer will

notify the Bridge Inspection and Remedial Engineering Division.

107

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

480 — JACKING BEAM OPERATIONS

06-08-18

3 of 3

480.04 MEASUREMENT AND PAYMENT. Erecting and jacking, including all materials,

labor, and equipment necessary for jacking the existing beams, removing the jacking beam

assemblies, and cleaning and painting the steel and bearings in the repair area will be measured

and paid for at the Contract unit price per each on the pertinent Jacking Existing Stringer item.

The payment will be full compensation for fabricated structural steel; removal, storage, and

reinstallation of existing steel end diaphragms or cross frames where required; bolts; paint;

welding; jacking bearing plates; hydraulic jacks; any temporary timber blocking; scaffolding;

providing nonshrink grout leveling pads if necessary; painting the steel and bearing assemblies;

and for all material, labor, equipment, tools, and incidentals necessary to complete the work.

108

SPECIAL PROVISIONS CONTRACT NO. XX1635F80 481 — PRESSURE INJECTED EPOXY CRACK REPAIR

06-08-18

1 of 3

CATEGORY 400

SECTION 481 — PRESSURE INJECTED EPOXY CRACK REPAIR

481.01 DESCRIPTION. Inject epoxy in cracks with a maximum width of 1/4 in. 481.02 MATERIALS. The epoxy resin shall conform to 921.04, C 881, Type I. Submit the grade for approval after the Contractor’s analysis of areas to be injected. The system shall be moisture insensitive and shall not be used when the ambient or concrete temperature is 50 F or below, nor temperatures lower than recommended by the manufacturer. The expiration date of acceptance of this material shall be one year after the date of manufacture. Any unauthorized tampering or breaking of the seals on the containers between the time of sampling and delivery to the job site will be cause for rejection of the material. 481.03 CONSTRUCTION. The locations for the pressure injection of cracks will be delineated by the Engineer. Ensure that the epoxy manufacturer’s technical representative will be present for the duration of the injection process, and submit details of the proposed method of repairs and the injection procedure for approval. Inject the epoxy with a positive displacement pump system having a suitable mixing chamber where the epoxy components are accurately metered and thoroughly mixed immediately prior to injection. A clear, legible, and accurate pressure gauge shall be located in the supply line adjacent to the mixing chamber. The equipment shall also be capable of providing a continuous and uninterrupted pressure head to continually force the injection of epoxy into the cracks. Epoxy flow shall be capable of being fully controlled by the operator controls at the mixing chamber. Ensure that all working personnel are familiar with the equipment, materials, and procedures to be used during the operation. All materials and equipment, including backup equipment, shall be at the work site before injection operations begin. All equipment shall be in proper calibration and in good working order as determined by the Engineer. Epoxy shall be injected only by the use of the automatic mechanical pumping, metering, and mixing equipment described above. Pressure pot systems and caulking guns or grease guns will not be permitted. Mix the two components in accordance with the manufacturer’s recommendations. Maintain the ratio of the components within a tolerance of five percent. Acceptable solvents used for cleaning include mineral spirits, methyl ethyl ketone, acetone, low boiling naphtha, xylene, and any other nonchlorinated solvent.

109

SPECIAL PROVISIONS CONTRACT NO. XX1635F80 481 — PRESSURE INJECTED EPOXY CRACK REPAIR

06-08-18

2 of 3

481.03.01 Port Installation. Prior to injection of the epoxy in the crack, apply a surface seal material to the face of the crack to prevent the liquid resin from leaking out. The surface seal material shall be useable on vertical, horizontal, and overhead applications and completely bridge the crack when applied to the face of the crack. Establish openings to inject the epoxy through the surface seal material along the entire length of the crack and provide entry ports. The holes shall be 3/4 in. diameter, spaced 6 to 12 in. apart and be of sufficient depth to ensure maximum dissemination of the pressure of the epoxy throughout this area. Set inserts in drilled holes that are cleaned to remove any dust or debris left by drilling operations. Exercise special care to ensure that oil or other contaminants are not introduced into the air feed hoses, or deposited on any air blown surfaces. 481.03.02 Injection. Force the epoxy into the internal voids and cracks by means of hydraulic pressure to completely fill all internal voids. If the surface seal material has insufficient strength and adhesion to confine the injected epoxy until it has cured, remove the surface seal material and furnish and place a new surface seal material at no additional cost to the Administration. Before injecting any epoxy, activate the automatic mixing and metering pump and discharge approximately 1 pt of the mixed epoxy into a disposable container. The Engineer will observe this trial operation to determine that the equipment is working properly. If the equipment is not working properly, immediately repair it to full working condition or replace with the backup equipment. If the backup equipment is used, additional and fully operable equipment shall be provided as its backup equipment. Ensure that the feed line from the mixing equipment is securely held or properly attached to the port. Then initiate the epoxy injection in conformance with the manufacturer’s recommendations. Start the injection at the lowest row of holes and at the hole nearest the center line of structure. Continue injection at the first port until the epoxy begins to flow out of the port at the next highest elevation. Then plug the first port and start injection at the second port until the epoxy flows from the next port. Continue this sequence until the entire crack is repaired. Monitor the injection procedure to ensure the epoxy flow does not cease before the injection epoxy exudes from the adjacent port. If the epoxy flow stops before epoxy appears at the adjacent port, move the feed line to the adjacent port and seal the port just used. During the course of all operations, ensure extreme care to observe for breaking out of epoxy. When breaking out occurs, stop the injection and move the line to another crack. Resume injecting in the original location after a minimum elapse of 24 hours. Accomplish a continuous injection operation by replenishing the epoxy supply tanks in the mixing equipment before they are exhausted. Thoroughly stir each epoxy component before adding it to its respective storage tank in the mixing equipment. No discontinuity of epoxy flow through the feed lines of either component shall be permitted. Any work stoppage permitting mixed epoxy to remain in the injection equipment more than 15 minutes requires cleaning the mixing chamber and all equipment in contact with the mixed epoxy. Quantities of epoxy purged from the injection equipment shall not be included for payment.

110

SPECIAL PROVISIONS CONTRACT NO. XX1635F80 481 — PRESSURE INJECTED EPOXY CRACK REPAIR

06-08-18

3 of 3

After the injection process has been completed and the epoxy allowed to fully cure, remove the injection ports and surface seal from all surfaces. Cut or knock off ports, and grind off the surface seal and any spillage flush with the original surface. Repair any damage to the concrete due to these operations in a manner satisfactory to the Engineer at no additional cost to the Administration. The cured injected epoxy shall have penetrated a minimum of 90 percent of the visible crack. Acceptance will be based upon drilling cores of the repaired concrete to determine the depth of penetration from representative locations selected by the Engineer. If the penetration is less than 90 percent of the visible crack along the sides of the core, the crack from which the core was taken will be deemed unsatisfactory and will not be included for payment. A minimum of three 4 in. diameter core samples for the full crack depth of the member or area being repaired shall be required for each 100 ft or fraction thereof per job site. Fill the cored holes with epoxy grout. 481.04 MEASUREMENT AND PAYMENT. The preparation of cracks including chipping, cleaning, sealing, installation and removal of injection ports, testing of repairs, repairing of cored holes and for all material, labor, equipment, tools and incidentals necessary to complete the item will be measured and paid for at the Contract unit price per linear foot for the pertinent Epoxy Pressure Injection item. The epoxy used shall not be included in this item, but will be measured and paid for at the Contract unit price per quart for the pertinent Epoxy Used for Epoxy Pressure Injection item.

111

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

482 — TURBIDITY CURTAIN

06-08-18

1 of 2

CATEGORY 400

STRUCTURES

SECTION 482 — TURBIDITY CURTAIN

482.01 DESCRIPTION. Furnish, install, maintain, and ultimately remove a turbidity curtain to

confine sedimentation within the work area. Turbidity curtain shall be as required by the

environmental permits.

482.02 MATERIALS. Prior to the installation of the turbidity curtain and its accessories,

submit the manufacturer’s drawings and specifications. Also furnish working drawings showing

the proposed orientation of the curtain relative to the work area, as well as details of the anchors,

floats, stakes, splices, fasteners, and all other materials used for the construction of the turbidity

curtain.

The top 60 ± percent of the curtain shall be 22 oz/yd2 vinyl coated nylon fabric with a

minimum tensile strength of 300 psi. The lower 40 ± percent of the curtain shall be a geotextile

of AOS 50/100 or as approved by the Engineer in writing.

Floats shall be made of continuous solid styrofoam sufficient to support the required width of

the curtain and maintain a freeboard of at least 3 in. above the water surface elevation.

Load lines shall be fabricated into the top and bottom of the curtain. The top load line shall

consist of woven webbing, vinyl sheathed or stainless steel, or otherwise corrosion resistant

material, and have a minimum breaking strength of 10 000 lb. The bottom load line shall consist

of a chain incorporated into the bottom hem of the curtain having sufficient weight to serve as

ballast to hold the curtain in a vertical position.

Provide bottom anchors of sufficient size and weight to hold the turbidity curtain in its

intended location without interfering with the action of the curtain. Provide anchors on both

sides of the curtain to sufficiently handle the effect of tidal changes. Attach the anchors to the

styrofoam buoys via a polypropylene line with a minimum breaking strength of 800 lb and then

attach to the top load line of the curtain. Ensure that the polypropylene lines provide sufficient

slack to allow the buoy and the curtain to rise and fall with tidal changes. Do not attach the

polypropylene lines to the bottom of the curtain.

482.03 CONSTRUCTION. Install the turbidity curtain system as shown on the approved

working drawings in conformance with the manufacturer’s directions and as approved by the

Engineer. Establish the anchors first, and then secure the furled curtain to the most upstream

anchor at high tide and sequentially secure it to each downstream anchor until the entire curtain is

in position. Then unfurl the curtain and make adjustments to the position and anchorage of the

curtain as directed by the Engineer.

112

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

482 — TURBIDITY CURTAIN

06-08-18

2 of 2

The turbidity curtain shall have sufficient length to extend from the mean low water surface to

the bottom of the streambed.

Maintain the turbidity curtain throughout the construction period so that sediment caused by

the project is prohibited from entering the waterway beyond the curtain.

When the Engineer determines that the turbidity curtain is no longer required, promptly remove

all of its components in a manner that minimizes turbidity. All components become the property

of the Contractor and shall be removed from the project area.

482.04 MEASUREMENT AND PAYMENT. Turbidity Curtain will be measured and paid for

at the Contract unit price per linear foot. The payment will be full compensation for all anchors,

floats, lines, and other appurtenances, maintenance, removal, and for all material, labor,

equipment, tools, and incidentals necessary to complete the work.

When an item for turbidity curtain is not included in the Contract Documents, the cost will be

incidental to other pertinent items included in the Contract Documents.

113

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

483 — REMOVING EXISTING BRIDGE SCUPPERS & DOWNSPOUTS

06-08-18

1 of 1

CATEGORY 400 STRUCTURES

SECTION 483 — REMOVING EXISTING BRIDGE SCUPPERS AND DOWNSPOUTS

483.01 DESCRIPTION. Remove existing bridge scuppers and fill downspouts where designated on the Plans. 483.02 MATERIALS.

Nonshrink Grout 902.11(c) PVC Pipe 905

483.03 CONSTRUCTION. Removing Existing Scuppers and Filling Downspouts. Completely remove all scuppers to be removed in conjunction with the removal of the existing bridge deck. Removal includes the grates, scupper basin, and associated anchorages, and channels holding the scupper basin in place to the superstructure. Remove downspouts and piping connected to the removed scuppers in its entirety including all hangers. 483.04 MEASUREMENT AND PAYMENT. The payment will include scaffolding, removal of any debris in the scuppers, furnishing and placing nonshrink grout, and all materials, labor, equipment, tools, and incidentals necessary to complete the work. 483.04.01 Removing existing scuppers and filling the downspout piping with grout will not be measured but the cost will be incidental to the Removal of Portions of Existing Structure item.

114

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

486—INVERT PAVING OF STRUCTURES 1 of 3

06-08-18

CATEGORY 400

STRUCTURES

SECTION 486 — INVERT PAVING OF STRUCTURES

486.01 DESCRIPTION. Furnish and install a paved invert to various structures, fill undermined or

eroded areas of a structure with grout, and seal joints in pipes, concrete slabs, or box culverts with

grout as specified.

486.02 MATERIALS.

Reinforcement Steel 908.01, Uncoated

Carbon Steel Anchor Fasteners (Hardware) 909.10

486.02.01 Grout. Grout shall consist of 846 lbs./yd3 of Type II Portland cement, 6+1 percent air

entrainment by volume, mortar sand aggregate, and water proportioned to provide a pumpable

mixture. The 28-day compressive strength shall be 3,500 psi minimum.

486.03 CONSTRUCTION. Install all sediment and erosion control devices, dewatering basins,

stream diversion dikes, and stream diversion pumps and hoses prior to doing any of the paved invert

repairs. Perform work in accordance with the Best Management Practices included in this Invitation

for Bids. Maintenance of stream flow shall be continuous conforming to Section 308.03.42.

Remove all debris at the inlet, outlet, and inside the pipe by hand or by water blast cleaning. The

Contractor is alerted that the quantity of debris varies based on erosion and deposition. Bids shall

account for anticipated changes in debris. No additional compensation will be given for changes in

the debris quantities from those assumed at the time of bidding. Smooth transitions shall be provided

at the inlet and outlet to gradually slope the grade from the cleaned elevation to the original ground

within the limits of disturbance as shown in the Contract Documents. All debris shall be disposed of

at an approved site.

Prior to paving the structure invert with grout, water blast cleaning is required for all surfaces of the

existing structure that will be in contact with the new grout invert including any surface areas with

protective coatings. When cleaning the surfaces of existing structure, the Contractor shall use a

minimum pressure of 4,000 psi measured at the nozzle, and a rotary tip.

Prior to commencing water blast cleaning, the Contractor shall prepare, and present to the Maryland

Department of Environment (MDE), Water Management Administration for approval, a plan

showing all existing features (i.e. inlets, channels, ditches, swales and streams) that may be impacted

by the operation, and demonstrate methods to control and prevent runoff from entering waterways or

leaving the work site. No water blast cleaning may be undertaken until the Contractor’s methods are

approved.

All wash water from the cleaning operation shall be collected and disposed of at a water treatment

facility approved by MDE.

115

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

486—INVERT PAVING OF STRUCTURES 2 of 3

06-08-18

Immediately after cleaning the Engineer and Contractor will inspect the structure to locate any

water leaks along the length of the invert.

Sealing leaks will be required if the volume of water leaking into the structure meets the

following criteria:

(a) A steady flow of water collects in the corrugations, and

(b) results in a continuous flow or steam through the dewatered structure.

The length of structure to be sealed will be measured in 1 foot increments. Seal only the areas with

holes, missing sections of structure, or joint locations where water is leaking into the structure. Fill

by any approved means all voids under the structure around a leak.

These sealed areas shall prevent any water from entering the structure. The material used shall be

placed to conform to the shape of the structure without filling the bottom corrugation. Remove any

sealant above the top surface of the bottom corrugation, “trough area”. The grout paving shall occupy

the same area in a sealed location as it does in an area that is not sealed.

Sealing leaks will not be required if the Engineer determines that leaks are insignificant and should

have no adverse impact to installation of the grout invert.

Where reinforcing steel is to be welded to a corrugated pipe that has a galvanized surface, remove

the galvanized coating with power tool prior to welding. Install all reinforcing steel including any

anchors, as specified.

Ensure that the surface of the structure to be paved is free of all loose scale, concrete, rust; oil,

asphalt coatings, or any other foreign material that could act as a bond breaker. Ensure that the surface

is clean and dry prior to placing the grout.

Mixers and agitators shall conform to 915.03.04.

The concrete/grout pump shall be capable of delivering up to 25 yd3/hr.

Invert paving of these structures may be performed in stages when approved.

Stream flow and dewatering for each stage shall be controlled, including secondary inflows such as

median inlets, manholes, etc. At the start and end of each stage, the Contractor shall adjust the controls

as needed for the subsequent stage. Secondary inflows may be blocked off allowing ponding in areas

that do not negatively affect roadways, properties, features, etc. as determined by the Engineer.

Alternatively, the secondary inflows may be pumped or directed to nearby, storm drains, or either end

of the pipe being paved. All controls for secondary inflows must be approved by the Engineer prior

to installation.

116

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

486—INVERT PAVING OF STRUCTURES 3 of 3

06-08-18

Ready mixed high strength grout may be permitted by written permission of the Engineer. The

ready mixed high strength grout shall be furnished by a manufacturer approved by the Office of

Materials Technology, and the plant, equipment, etc., shall be subject to inspection and approval.

Invert paving may be completed using either pumping, pouring or shooting. For additional

information about shooting refer to Section 423. A smooth finished surface shall be obtained,

regardless of method (s) used.

Cure the paved invert as specified in 420.03.08 (a). Do not permit the water to flow over the grout

surface during the curing period.

In areas where the original protective coating was removed and is not covered by the new grout

invert repair the original coating as specified by the Engineer.

At the completion of all repairs in the waterway and as the last order of work, remove all the

sediment and erosion control devices, dewatering basins, stream diversion dikes, and stream diversion

pumps and hoses. Return the construction area to preconstruction conditions or better. Sediment and

erosion controls shall be removed without spillage of the collected materials, including removal and

disposal by hand.

486.04 MEASUREMENT AND PAYMENT. Invert Paving will be measured and paid for at the

Contract unit price per square yard. The payment will be full compensation for access for installing

and removing forms, tree removal permits, sediment and erosion control, slope stabilization, cleaning

and removing debris, seeding and mulching of disturbed areas, clearing and grubbing, stream

diversion, maintenance of stream flow, ventilation of confined spaces, removing existing invert

pavement when specified, water blast cleaning, collection and disposal of runoff, pumps and

dewatering equipment lighting, excavation or regrading of the stream channel drilling holes, grinding

or cutting repair areas, reinforcing steel, anchors, welding, removal of portions of existing structure,

installation and curing of grout for invert paving, sealing joints between sections of pipes, slabs, or

box culverts, breaking up existing concrete, and for all material labor, equipment, tools and incidentals

necessary to complete the work. Sealing leaks in structures will not be measure, but the cost will

incidental to the pertinent invert paving item.

117

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

COAL TAR EPOXY COATING

06-08-18

1 of 2

CATEGORY 400 STRUCTURES

COAL TAR EPOXY COATING

DESCRIPTION. Furnish and apply a protective coal tar epoxy coating system to the existing steel in the areas specified in the Contract Documents. MATERIALS. The coal tar epoxy coating shall be a VOC compliant, self-curing two component system consisting of resin in one container and the catalyst in the other, and shall meet the Corps of Engineers Formula C-200 or SSPC-Paint No. 16. The material shall be processed and packaged in a manner that ensures within a period of one year from date of manufacture that they will not gel, liver or thicken deleteriously, or form gas in the closed container. Coatings and vehicles shall be packaged in standard containers not larger than 5 gal with removable friction or lug type covers. Each container of separately packaged component shall be clearly and durably labeled to indicate the purchaser’s order number, date of manufacture, manufacturer’s batch number, quantity, color, component identification, material safety data sheet (MSDS), and the designated name and formula or specification number of the coating together with special instructions. CONSTRUCTION. Refer to Section 436. Surface Preparation. Clean all surfaces to be coated in accordance with 436.03.10, (a),(b), and (h) except clean surfaces within 6 in. of the mean low waterline to bare metal having a minimum surface profile height of 1 mil.

Ensure that all surfaces to be coated are completely dry, free of moisture, soil, dust, grit, etc., at the time the coating is applied. Appropriately remove any traces of oil, grease, or other organic matter prior to coating by using solvent, spot blasting, or as directed by the Engineer. Any additional surface preparation, temperature and humidity ranges, and application methods shall be as recommended by the manufacturer and approved by the Engineer. Mixing. Perform all mixing in accordance with the manufacturer’s specifications and by use of mechanical mixers. Only full containers of component A and B packaged by the manufacturer shall be used for mixing, as measuring portions for smaller or larger batches is prohibited. Full containers shall be construed to include scraping the inside of the container unless otherwise specified by the manufacturer. Application. Apply the coal tar epoxy by spray using a heavy duty spray gun or airless spray equipment having at least a 28:1 pump ratio. Apply the coal tar epoxy in two coats in accordance with the manufacturer’s recommendations to provide a minimum dry film thickness (DFT) of 20 mils on the finished surface. Whenever conditions warrant special procedures or surface preparations as recommended by the manufacturer, perform them prior to application of the coal tar epoxy. Ensure that the temperature of the coating and the steel at the time of application of the coating is within the manufacturer’s tolerances.

118

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

COAL TAR EPOXY COATING

06-08-18

2 of 2

Whenever possible apply the coating without thinning. When thinning is required, use the thinner recommended by and at the rate specified by the manufacturer. When thinner is used, it may be necessary to apply three coats in lieu of two to provide the specified dry film thickness. Ensure that the finished coating is generally smooth, glossy, and free of sharp protuberances. Sags, dimpling, and curtaining will be permitted up to a maximum of 3 percent of the surface. Cut off sharp protuberances using a sharp wood chisel, grinding, or other means acceptable to the Engineer. Smooth the surface of the areas from which material has been removed by recoating. Inspection. Notify the Engineer when the coating operations are completed and ready for inspection. Inspection of the completed work will be by the use of magnetic detector or low voltage detector readings and by visual inspection for pinholes and holidays. Touch up areas designated as being inadequately coated in accordance with the coating manufacturer’s recommendations. When five or more deficiencies are found in a 100 ft2 area, the Engineer may require recoating of the entire area in which they occur. Provide the holiday detector for inspection. Safety. Whenever spraying the coating in enclosed spaces, provide an adequate ventilation system except as specified herein. The system shall be capable of positively exchanging the air in the enclosed space for fresh air at the rate of not less than 5000 ft3 per minute for each spray gun in operation, and all parts of the space shall be swept by moving air. Operate the ventilating system during the entire application period and continue after spraying has halted until the applied film is no longer giving off appreciable solvent vapors. The air in the enclosure shall be safe at all times from fire and explosion hazards as determined by a commercially available explosion meter approved by the Engineer.

All respirators used for this type of work shall at a minimum meet OSHA Standards, Regulations, and the manufacturer’s MSDS. MEASUREMENT AND PAYMENT. Cleaning the designated areas and coating with coal tar epoxy will not be measured but the cost will be incidental to the pertinent Cleaning and Painting item specified in the Contract Documents. Payment will be full compensation for furnishing and applying the coal tar epoxy, surface preparation, and for all material, labor, equipment, tools, and incidentals necessary to complete the work.

119

SPECIAL PROVISION CONTRACT NO. XX1635F80

CONCRETE PROTECTIVE COATING SYSTEM 1 of 3

06-12-18

CATEGORY 400

STRUCTURES

CONCRETE PROTECTIVE COATING SYSTEM

DESCRIPTION. Apply a concrete protective coating system consisting of a primer and two coats

of aliphatic polyurethane to concrete surfaces as specified. This work includes surface preparation,

furnishing, mixing, and application of the concrete protective coating as specified in these Special

Provisions, as shown on the Plans, as recommended by the manufacturer, and as approved by the

Engineer.

MATERIALS. The concrete protective coating system shall consist of three coats and all coating

materials in the concrete protective system shall be supplied by the same manufacturer.

Prime Coat. The prime coat shall be a two part, moisture tolerant, low-viscosity, solvent-free,

epoxy resin meeting the following at 73 ± 3 ºF and 45 to 55% relative humidity:

PROPERTY TEST METHOD REQUIREMENTS

Cure Time, hours max.

— 6

Solids Content, % — 100

VOC, g/L max. EPA Method 24,

ASTM D 2369 50

Tensile Strength, psi min. ASTM D 638 4,000

Tensile Elongation, % ASTM D 638 2

Adhesion to Concrete, psi min. ASTM D 638 400

Intermediate and Top Coats. The intermediate and top coats shall be a two-part, solvent-free,

aliphatic polyurethane waterproofing membrane meeting the following at 73 ± 3 ºF and 45 to 55%

relative humidity:

PROPERTY TEST METHOD REQUIREMENTS

Finish Coat Color — 26493

Solids Content, % ASTM C 1250 100

VOC, g/L max. EPA Method 24,

ASTM D 2369 50

Viscosity, cps ASTM D 2196 1,000 – 3,000

Dry Film Thickness*, mils

(intermediate and top coats combined)

— 16-20*

Cure Time, hours max. — 16

Hardness, Shore A ASTM D 2240 85+

120

SPECIAL PROVISION CONTRACT NO. XX1635F80

CONCRETE PROTECTIVE COATING SYSTEM 2 of 3

06-12-18

PROPERTY TEST METHOD REQUIREMENTS

Tear Resistance, pli min. ASTM D 1004 300

Tensile Strength, psi min. ASTM D 412 1,800

Elongation, % min. ASTM D 412 90

Adhesion, psi min ASTM D 4541 300

* aliphatic polyurethane waterproofing membrane shall be applied in multiple coats on vertical surfaces to build the desired thickness

CONSTRUCTION.

Concrete Repair.

All the concrete surfaces to be coated must be sound and surface imperfections such as bug holes,

honeycombing and open cracks must be repaired prior to application of the concrete protective

coating system.

The concrete protective coating system shall be applied to a dry and dust free surface 28 days

after any cast-in-place concrete repairs are completed. The concrete substrate must have a

minimum pull-off strength of 200 psi.

Cleaning.

Concrete surfaces shall be cleaned of all dirt, grease, heavy laitance, curing compound, and all

other contaminants using hand/power tool, abrasive blast or water-jet to an International Concrete

Repair Institute (ICRI) concrete surface profile (CSP) between 3 and 6.

Field Cleaning Waste Containment.

The Contractor shall contain concrete laitance, debris, abrasive and wash water in accordance

with 426.03.01 and 436.03.27.

Weather Restrictions.

The concrete protective coating system requires concrete surface temperatures between 45º F

and 85º F and an ambient temperature at least 5º F above the dew point throughout the cure time.

Do not apply protective coating if rain is expected within 8 hours of application.

The concrete substrate shall be free of capillary moisture when tested using the plastic sheet

method in accordance with ASTM D 4263, or have a relative humidity of 75% or less when

measured in accordance with ASTM F 2170.

Application of Concrete Protective Coating System.

Handling, mixing, and application of all materials shall be in conformance with the

manufacturer’s recommendations and as approved by the Engineer. The concrete protective

coating system may be applied by brush, dauber or roller. The Contractor must follow the

manufacturer’s material safety data sheets whenever handling or applying coatings.

Control of Overspray and Spills.

As specified in 436.03.22.

121

SPECIAL PROVISION CONTRACT NO. XX1635F80

CONCRETE PROTECTIVE COATING SYSTEM 3 of 3

06-12-18

Defective Work.

As specified in 436.03.24.

Repair of Damaged Coatings due to Contractor Operations.

As specified in 436.03.25.

Environmental Protection.

As specified in 436.03.32.

Waste Handling.

As specified in TC-6.11 and 436.03.34(c).

MEASUREMENT AND PAYMENT. The payment will be full compensation for scaffolding,

containment, cleaning and surface preparation; handling, mixing, storage and application of

concrete protective coating system; maintaining conditions during the cure and for all material,

labor, equipment, tools, and incidentals necessary to complete the work.

(a) Concrete Protective Coating System will not be measured but will be paid for at the

Contract lump sum price.

(b) Concrete Protective Coating System will be measured and paid for at the Contract unit

price per square foot.

122

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

FIBER REINFORCED POLYMER PROTECTIVE AND STRENGTHENING SYSTEMS

1 of 5

06-12-18

CATEGORY 400

STRUCTURES

FIBER REINFORCED POLYMER PROTECTIVE AND STRENGTHENING SYSTEMS

DESCRIPTION. Install fiber reinforced polymer (FRP) protective and/or strengthening system

on concrete elements of structures consisting of epoxy resin, fiber reinforcement, and aliphatic

polyurethane waterproofing membrane as specified herein, to the limits shown on the Plans, and

as recommended by the manufacturer.

MATERIALS. FRP protective and/or strengthening systems shall be applied in a four step

process (resin, reinforcement, resin with sand, and top coat). All materials used in the FRP

protective and/or strengthening systems shall be supplied by the same manufacturer or verified

compatible by manufacturer’s representative for each material component.

Epoxy Resin. A two-component, solvent free, moisture tolerant, high strength, high modulus

impregnating epoxy resin meeting the following when tested at 73 ± 3 ºF and 45 to 55% relative

humidity:

TEST PROPERTY

TEST

METHOD

SPECIFICATION

LIMITS

Consistency — Non-sag paste

Pot Life, minutes — 30-60

Tensile Strength, psi min. @ 7 days ASTM D 638 5,500

Tensile Strain, % min. @ 7 days ASTM D 638 1.5

Tensile Modulus, psi min. ASTM D 638 3.7x105

Compressive Strength, psi min. @ 7 days ASTM C 695 10,000

Adhesive Strength, psi min. @ 7 days ASTM C 1583 400

First Coat Wet Film Thickness, mils — 16 - 20

Second Coat Wet Film Thickness, mils — 12 - 16

Fiber Reinforcement for Protective System. The fiber reinforcement for protective system shall

be a bidirectional inorganic glass fiber fabric meeting the following:

TEST PROPERTY TEST

METHOD

SPECIFICATION

LIMITS

Tensile Strength, psi min ASTM D 3039 4.4x105

123

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

FIBER REINFORCED POLYMER PROTECTIVE AND STRENGTHENING SYSTEMS

2 of 5

06-12-18

Tensile Modulus, psi min ASTM D 3039 11 x106

TEST PROPERTY TEST

METHOD

SPECIFICATION

LIMITS

Elongation, % min ASTM D 3039 4.5

Density, lbs. per inch3 — 0.090

Dry Fabric Thickness, inch — 0.004

Weight, oz. per sq. yd. min. — 9.0

The cured laminate for protection system shall meet the following:

TEST PROPERTY TEST

METHOD

SPECIFICATION

LIMITS

Tensile Strength, psi min. ASTM D 3039 35,000

Tensile Modulus, psi min. ASTM D 3039 2.2 x106

Elongation, % min. ASTM D 3039 1.4

Equivalent Dry Thickness, inch min. — 0.004

Strength, lbs. force per inch width — 7.0x105

Fiber Reinforcement for Strengthening System. The fiber reinforcement for strengthening

system shall be a unidirectional carbon fiber fabric.

The carbon fiber shall meet the following:

TEST PROPERTY TEST

METHOD

SPECIFICATION

LIMITS

Tensile Strength, psi min. ASTM D 3039 5x105

Tensile Modulus, psi min. ASTM D 3039 30x106

Elongation, % min ASTM D 3039 1.4

Density, lbs. per inch3 — 0.065

Nominal Fiber Thickness, inch min. — 0.01

The design tensile strength, compressive strength, shear strength and other required cured laminate

properties for the fiber reinforced strengthening system are provided on the Plans or provided

elsewhere in this invitation for bids.

Fine Aggregate. The fine aggregate used shall be clean, rounded or semi-angular, oven dried

silica sand with a minimum hardness of 6.5 per the Mohr’s hardness scale supplied in pre-packaged

124

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

FIBER REINFORCED POLYMER PROTECTIVE AND STRENGTHENING SYSTEMS

3 of 5

06-12-18

bags. A suitable grain-size distribution will be 12-20 mesh, and shall be free of iron or iron oxide

containing impurities that may cause rust staining in the finished system. The fine aggregate

supplier shall provide certifications that specifically lists an iron or iron oxide content of

0.05 percent maximum.

Top Coat. The top coat shall be a two-part, solvent free, aliphatic polyurethane waterproofing

membrane applied in accordance with the manufacturer’s requirements meeting the following at

73 ± 3 ºF and 45 to 55% relative humidity:

TEST PROPERTY TEST METHOD SPECIFICATION

LIMITS

Finish Coat Color — 26493

Solids Content ASTM C 1250 100%

Viscosity, cps ASTM D 2196 1,000 – 3,000

Cure Time — < 16 hrs.

Hardness, Shore A ASTM D 2240 85+

Tear Resistance, pli min ASTM D 1004 300

Tensile Strength, psi min ASTM D 412 1,800

Elongation, % min ASTM D 412 90

Adhesion, psi min ASM D 4541 300

Dry Film Thickness* — 16-20*

* aliphatic polyurethane waterproofing membrane shall be applied in multiple coats on vertical surfaces to build the desired thickness

CONSTRUCTION.

Design Calculations. Design of FRP strengthening systems must be performed, signed and sealed

by a professional engineer registered in the State of Maryland. The Contractor shall submit six

copies to the Director of the Office of Structures for review and approval, and they shall not

proceed with work until the design is approved by the Administration.

Concrete Repair.

All the concrete surfaces to receive FRP must be sound and surface imperfections such as bug

holes, honeycombing and open cracks must be repaired prior to application of the concrete

protective coating system. Any concrete surface protrusions shall be ground and flattened to less

than 0.04 in. using concrete planes or disc sanders. All sharp edges and corners must be ground

smooth and rounded to ¾ inch radius minimum.

The concrete protective coating system shall be applied to a dry and dust free surface 28 days

after any cast-in-place concrete repairs are completed. The concrete substrate must have a

minimum pull-off strength of 200 psi, and shall be free of capillary moisture when tested using

125

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

FIBER REINFORCED POLYMER PROTECTIVE AND STRENGTHENING SYSTEMS

4 of 5

06-12-18

the plastic sheet method in accordance with ASTM D 4263, or have a relative humidity of 75%

or less when measured in accordance with ASTM F 2170.

Cleaning.

Concrete surfaces to receive FRP shall be cleaned of all dirt, grease, heavy laitance, curing

compound, and all other contaminants using hand/power tool, abrasive blast or water-jet to an

International Concrete Repair Institute (ICRI) concrete surface profile (CSP) between 3 and 6.

Field Cleaning Waste Containment.

The Contractor shall contain concrete laitance, debris, abrasive and wash water in accordance

with 426.03.01 and 436.03.27.

Weather Restrictions.

The FRP system requires concrete surface temperatures between 45º F and 95º F and an ambient

temperature at least 5º F above the dew point throughout the cure time. Do not apply FRP system

if rain is expected within 8 hours of application or if the concrete surface temperature has been

below 40º F within the last 24 hours.

Limits of Installation. The limits of FRP protection and strengthening systems shall be shown

on the Plans, or provided elsewhere in this invitation for bids. FRP protection system when

specified on pier columns shall extend from the ground line to the bottom of the pier cap unless

otherwise specified or directed by the Engineer.

Application of Epoxy Resin. Handling, mixing, and application of epoxy resin shall be in

conformance with the manufacturer’s recommendations and as approved by the Engineer. The

Contractor must follow the manufacturer’s material safety data sheets whenever handling or

applying coatings. Enough epoxy resin shall be applied in the second coat to completely cover and

saturate the FRP fabric.

Application of FRP Fabric. FRP fabric shall be installed in conformance with the manufacturer’s

recommendations and as approved by the Engineer. The minimum lap at all edges, corners and

splices of inorganic FRP fabric used in protection systems shall be in conformance with the

manufacturer’s recommendations or two inches whichever is greater. The minimum lap at all

edges, corners and splices of carbon FRP fabric used in strengthening systems shall be in

conformance with the manufacturer’s recommendations or six inches whichever is greater. On

multiple plies with splices the Contractor shall stagger the splice locations.

Application of Fine Aggregate. Immediately after the second coat of epoxy resin is applied, the

Contractor shall broadcast sand on the surface at an estimated rate of 10 lbs. per 100 ft2 to achieve

a uniform application and distribution of the sand.

Application of Top Coat. Uniformly coat the columns. Touch-up, back rolling, or additional

coats may be required to achieve the desired thickness and coverage.

126

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

FIBER REINFORCED POLYMER PROTECTIVE AND STRENGTHENING SYSTEMS

5 of 5

06-12-18

Control of Overspray and Spills.

As specified in 436.03.22.

Defective Work.

As specified in 436.03.24.

Repair of Damaged Coatings due to Contractor Operations.

As specified in 436.03.25.

Environmental Protection.

As specified in 436.03.32.

Waste Handling.

As specified in TC-6.11 and 436.03.34(c).

MEASUREMENT AND PAYMENT. The payment will be full compensation for scaffolding,

containment, cleaning, repairing, grinding, rounding corners and surface preparation; handling,

mixing, storage and application of FRP protection and/or strengthening systems; maintaining

conditions during the cure; waste containment and disposal; and for all material, labor,

equipment, tools, and incidentals necessary to complete the work.

(a) FRP Protective System will not be measured but will be paid for at the Contract lump sum

price.

(b) FRP Strengthening System will not be measured but will be paid for at the Contract lump

sum price.

(c) FRP Protective System will be measured and paid for at the Contract unit price per square

foot.

(d) FRP Protective System will be measured and paid for at the Contract unit price per each.

127

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

LABOR FOR STRUCTURAL REHABILITATION 1 of 6

06-11-18

CATEGORY 400

STRUCTURES

LABOR FOR STRUCTURE PRESERVATION AND MINOR REHABILITATION

DESCRIPTION. Provide labor in each of the following labor classification items. Unless

otherwise specified within these Contract Documents, these rates only apply to labor supplied by the

prime Contractor.

Each item of labor bid in this Contract will include a cost for supplying skilled laborers as defined

by the US Department of Labor or as listed below, and will include all hourly wages, overhead, fees

and profits. No add-ons will be made to the bid amount.

The quantity of hours bid for each classification of labor is estimated and subject to variation

either increasing or decreasing depending on the frequency of repairs. There will be no adjustment

to the rate bid based on an increase or decrease of hours used in conjunction with this Contract.

This Contract may require a significant amount of work to be performed at night, and may require

a change in shift hours to continuous night work over an extended period. The Engineer will make

the determination of work activities that must be performed at night. The Contractor will not be

paid shift differential for night shifts, and should adjust his bid accordingly.

NUMBER AND COMPOSITION OF WORK CREWS. It is anticipated that typically, five

(5) work crews will be used on this contract and may increase to seven (7) crews at the discretion

of the Engineer. The actual number of crews required will depend on the Administration’s

workload and budget. Each work crew is typically composed of the following classifications of

labor:

One foreman

Five skilled laborers

A Welder (as needed)

At least two skilled laborers in each crew shall have a Class C drivers license and capable of

driving the Flatbed Truck and Dump Truck. Crew size and composition will vary depending on

the needs of each specific project and task. At times only a foreman and one laborer will be

required for maintenance tasks.

The foreman and at least three of the skilled workers shall each have a minimum of three years

of structure repair experience. The Contractor shall assign personnel so that the typical skills

needed for this type of work are encompassed by the entire makeup of the crew. All skilled

laborers shall be required to perform other related duties. The Engineer will have the right to

review and approve the qualifications of each worker on site, as well as the right to remove crew

members who perform unsatisfactorily.

128

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

LABOR FOR STRUCTURAL REHABILITATION 2 of 6

06-11-18

The Contractor shall assign to the Contract, as his agent, a competent foreman capable of

communicating in English, capable of reading and thoroughly understanding the Contract

documents.

The Contractor shall make every effort to maintain the continuity of the crews each working

day. Continual changes in crew staffing could result in a project shutdown. If a foreman leaves,

then the Administration requires two weeks’ advance notice in writing.

The Contractor shall plan to supply up to five crews (crew composition as stated above) for the

duration of this contract. If five crews are not provided by the Contractor during the contract period,

and any one of these five crews are requested by the Engineer, the Contractor shall provide the

requested crews within fourteen (14) days of receiving a written task order or request from the

Engineer. The Contractor will be assessed a deduction of $1,000.00 (One Thousand Dollars) per

calendar day per crew penalty beginning on the 15th calendar day after the request was made by the

Engineer, which deduction will continue to be assessed until the proper number of full crews (up to

five crews) arrive for work. The amount of monies deducted will be a permanent deduction and are

not recoverable. The deduction will be assessed on the next progress estimate.

The Contractor may not divert crews away from the active MDOT job work assignments to meet

the crews needs for another work assignment unless approved by the Engineer. The Contractor will

be assessed a deduction of $1,000.00 (One Thousand Dollars) per calendar per crew day penalty

starting the first day a crew is diverted away from an active MDOT job work assignment without

the Engineer’s approval. The amount of monies deducted will be permanent deduction and are not

recoverable. The deduction will be assessed on the next progress estimate.

LABOR CLASSIFICATIONS AND DEFINITIONS.

ALL WORKERS SHALL BE TRAINED ON FALL PROTECTION.

(a) Bridge Repair Foreman. This item is for a Bridge Repair Foreman and shall include a light

duty truck to be used for transporting workers, materials and equipment. This worker shall be

a hands-on working foreman and have bridge repair experience and, is subject to approval by

the engineer. He should have skills reading and understanding plans and, be ACI certified.

The light duty (up to and including 1 ton rating) truck included in this item shall be outfitted

with a hitch capable of towing 5000 lb. The light duty truck included in this item includes all

trucks having a bed length of up to and including 10 ft. regardless of the cab’s configuration

(conventional or crew) and the bed’s configuration (i.e. standard pickup bed, flat bed, utility

truck bed, stake body bed, etc.). Each Foreman shall be provided a copy of the contract book

by the field superintendent at all times and be able to read and understand it.

(b) Field Superintendent. The Contractor shall provide a full time Field Superintendent who

will act as the Contractor’s liaison with the Engineer. The Field Superintendent shall be

experienced and be certified in bridge construction work to include but not limited to: MOT

129

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

LABOR FOR STRUCTURAL REHABILITATION 3 of 6

06-11-18

certification, E&S certification, Asphalt certification, ACI concrete certification and, be able

to read and discuss plans drawings with the foreman and engineer. The Superintendent shall

make regular visits to each active job and, also assist the foreman with upcoming job(s) visits.

The hours spent by the superintendent in this contract in the field are to make visits and

provide support to all crews currently working on active jobs and, also to foremen and the

Engineers for all future jobs. This position may also be required to pick and drop off materials

on a job-by-job basis.

(c) Welder. This is for an AWS D1.5 Certified Welder and shall include all equipment (welding

machine, leads, hot box, welding shields, grinders, etc.) necessary to perform the work as well

as the welders’ certification shall be onsite. This item shall also include all transportation

costs for the welder and all equipment. This item shall be used regardless of the location or

quantity where the actual welding occurs (in shop, in field on the ground, in field up on the

bridge structure, etc.). Welder work shall include field measuring, cutting, fitting, fabrication,

torch cutting, air arcing, and welding.

(d) Skilled Labor. These classification items include all workers that are not Bridge Repair

Foreman, Field Superintendent or Welder. These workers shall be skilled laborers as defined

by the U.S. Department of Labor such as carpenters, concrete finishers, operators of complex

heavy power equipment including cranes and tug boats, structural steel and reinforcing steel

iron workers, etc., or as agreed upon by the Engineer in writing. Laborers shall be able to

perform other duties as necessary and operate small tools items, as defined in the Small Tools

portion of the Notice to Contractor included in this Invitation for Bids, to complete all

projects.

SKILLED

(May perform other related duties)

BRICKLAYERS - Personnel who perform the laying of brick and/or block required for

structures.

CARPENTERS - Personnel who construct, assemble, place, and make final adjustment to

forms.

STONEMASONS - Personnel who cut and/or place stone for ashlar, rubble, riprap and dry

stone masonry construction.

CONCRETE FINISHERS - Personnel who apply the final finish and/or grade to wet

concrete during larger applications such as bridge decks, walls, slabs, etc.

EQUIPMENT OPERATORS - Personnel who are skilled operators of the following complex

and/or heavy power equipment: Backhoes, Bulldozers, Cranes, Concrete Batching Plants,

Concrete Mixers, Front End Loaders, Graders, Hydraulic Excavators, Rollers, Scrapers,

130

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

LABOR FOR STRUCTURAL REHABILITATION 4 of 6

06-11-18

Shovels, Tractors, Truck Drivers (over 1½ Ton GVW heavy duty). Crane operators shall be

trained and certified on rigging, signalization and safety.

AIR TOOL OPERATORS - Personnel who operate tools powered by portable or stationary

air compressor(s).

ASPHALT RAKERS - Personnel who with the use of hoes, shovels, and/or rakes finish the

course being applied to correct line, grade, and section.

CEMENT PATCHER - Personnel who chip, scrape, and remove defective concrete using air

or hand tools; fill patches with concrete; and smooth surfaces using a trowel or float.

FLAGGERS – Personnel qualified in accordance with the current Manual on Uniform Traffic

Control Devices, and having a valid flaggers’ certification card.

LANDSCAPERS - Personnel who plant and prune trees, shrubs and ground cover or seed.

MASON TENDERS - Personnel engaged in supplying materials from stockpiles and/or

mixing points to brick, block, or stone masons.

MORTAR MIXERS - Personnel who mix mortar to required consistency for use by brick,

block, or stone masons.

PAINTERS - Personnel who prepare surfaces for painting and who apply paint to

appurtenances of a highway other than bridge structures.

PIPELAYERS - Personnel who position and join all types of pipe used in the drainage of a

highway.

SAW OPERATORS - Personnel who operate a power saw used in sawing joints in reinforced

cement concrete.

OTHER LABOR

Personnel who are helpers to journeymen and craftsmen, and all other labor which requires no

special skill or experience or the exercise of discretion and independent judgment. (May use

tools of the trade in performing incidental duties)

Any item of labor deemed necessary by the Engineer and not included in the Schedule of Prices

shall be subject to negotiations by the Contractor and the Engineer and, agreed to in writing prior to

the use of that craft.

MATERIALS. Not applicable.

CONSTRUCTION. Not applicable.

131

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

LABOR FOR STRUCTURAL REHABILITATION 5 of 6

06-11-18

MEASUREMENT AND PAYMENT. The payment for all labor items used by the Contractor, as

directed by the Engineer, shall include full compensation for hourly wages, overhead, small tools,

blood testing, training, air monitoring etc. as needed for toxic metals and all fees and profit, etc. No

add-ons will be made to the bid amount.

The Contractor shall establish a home base located within the State of Maryland. This location

will be agreed upon by the Contractor and Engineer upon award of the Contract.

For work sites located within a 40 miles radius of the Contractor’s home base, the hours paid for

labor will begin when work commences at the work site and will end at the completion of work at

the site each day. For work sites located in excess of 40 miles from the Contractor’s home base,

travel time will also be paid for the round trip time required to travel from the 40 miles radius to the

work site. The Engineer will determine the work site location.

For the duration of this contract no work will be scheduled from December 24 through January 2.

However, Emergency work will proceed as determined by the Administration.

Overtime will not be permitted without the Engineer's approval. The typical work week is

Monday through Friday from 7:00 am to 3:30 pm unless otherwise directed by the Engineer. When

approved by the Engineer, all labor will be paid overtime at the rate of time and a half for all hours

worked on this Contract in excess of 40 hours in any one pay week (Monday through Sunday) and

for work performed on legal holidays. For the purpose of this Contract, legal holidays include New

Years Day, Memorial Day, July 4th, Labor Day, Thanksgiving Day and Christmas Day. All small

tools shall be included in the hourly rate for each labor item used. The crew used each day will be

subject to prior approval by the Engineer.

On days when work is canceled by the Engineer for the convenience of the Administration after

the Contractor’s personnel have reported to the job site or when work is canceled for rain or snow

after the Contractor's personnel have reported to the job site, the Contractor will be paid a minimum

of three hours for each approved worker present. Additional travel time will only be paid for total

time (work hours plus applicable travel time) exceeding three hours. Examples:

(a) When the jobsite is a 30 minute drive beyond the 40 miles radius, and the crew reports to the

jobsite and is immediately shut down due to rain, then the Contractor would be paid for

three hours for each approved worker present.

(b) When the jobsite is one hour’s drive beyond the 40 miles radius, and the crew works for

1 hour before being shut down due to rain, then the Contractor would be paid for four hours

for each approved worker present.

On days when the Engineer cancels all work due to the Contractor’s manpower or equipment

deficiencies, the Contractor shall receive no payment whatsoever that includes travel time.

132

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

LABOR FOR STRUCTURAL REHABILITATION 6 of 6

06-11-18

On days when work has been performed for one hour or more and is then shut down by the

Engineer due to the Contractor’s manpower or equipment deficiencies, the Contractor will be paid

only for those hours actually worked up to the time of shutdown plus applicable travel time for each

approved worker present.

Lodging and meal allowances will be allowed under this Contract for assignments that require

overnight lodging with prior approval from the Engineer. No reimbursement for meals will be

allowed unless lodging is required. Meals will be reimbursed at the flat rate of $45.00 per person

for each night that lodging is required. Meal receipts are not required. The actual cost of lodging

will be reimbursed up to a maximum of $65.00 per person per night. Lodging receipts are required

for reimbursement. Tolls will be reimbursed for approved company vehicles. Toll receipts are also

required for reimbursement. No markup will be allowed for lodging, meals or tolls.

Bridge Foreman will be measured and paid for at the Contract unit price per hour. The payment

will include full compensation for the use, maintenance, and operating costs of a light duty truck to

be used for transporting workers, materials, and equipment.

Field Superintendent will be measured and paid for at the Contract unit price per hour for hours

spend in the field to provide support to the crews at every active jobs (that is, his time will start

when he arrives at job site and ends when he leaves the job site) which will include full

compensation of a light duty truck for use during job site visits, maintenance, and operating costs of

a light duty truck to be used for transporting workers, materials, and equipment. The total number of

hours shall not exceed the total hours in the bid item for this position. The time will documented on

the Force Account or IDR by the Engineer. Field Superintendent will not be measured or paid for

work done in the office related to estimations, scheduling, material ordering and non-job site related

activities.

Welder will be measured and paid for at the Contract unit price per hour. Only AWS D1.5

Certified Welders shall be paid under this Welder item. The payment will be full compensation for

the welder and all equipment necessary to perform the work. This item shall also include all

transportation costs for the welder and all equipment. On days when welder work is performed for

less than half the shift, including applicable travel time, the Welder will be paid half the shift at the

Contract unit price per hour for Welder, and any additional non-welder work done in that shift will

be measured and paid for at the Contract unit price per hour for the appropriate labor item as

approved by the Engineer. When welder work is performed for more than half the shift, including

applicable travel time, the Welder will be paid for at the Contract unit price per hour for Welder for

the entire shift. All applicable travel time will be paid at the Welder rate. It is assumed that only two

welders shall be working for the prime contractor for the overall contract at any one time regardless

of how many crews are active. If more than two welders are required at any one time, the additional

welders will not be paid under the contract unit price but instead will be paid under the

subcontracting item.

Skilled Labor will be measured and paid for at the Contract unit price per hour and will include all

transportation costs for the skilled laborer.

133

SPECIAL PROVISIONS CONTRACT NO. XX1635F80 EQUIPMENT FOR STRUCTURAL REHABILITATION 1 of 4

06-11-18

CATEGORY 400 STRUCTURES

EQUIPMENT FOR STRUCTURE PRESERVATION AND MINOR REHABILITATION DESCRIPTION. This work shall consist of providing the following equipment for structure preservation and minor rehabilitation:

(a) Portable Tilt Drum Concrete Mixer, 6 to 9 ft3. This shall be a motorized mixer. (b) Flatbed Truck, 18 to 20 ft Bed. This truck shall have a stake body bed configuration with

a cargo bed length measuring from 18 to 20 ft, inclusive. The Flatbed Truck is required On-site each day. This truck shall not be used for the sole purpose of transporting personnel. If the Flatbed truck suffers a mechanical breakdown the contractor shall have 48 hours to replace/repair the truck or the crew will be subject to shutdown. The Flatbed Truck shall have a minimum of 25,000 lb. GVW. The items in the small tool section that are starred are considered to be part of the flatbed truck unit cost and are to be on the flatbed at all times. No additional compensation will be considered for these items other than the consumables such as cutting tips for the torches and the contents of the oxygen and acetylene bottles. No further compensations for cores and rentals will be made as these will be incidental to the flatbed rate.

(c) 4 to 9 yd3 Dump Truck, Single Axle. This truck shall have a minimum of 25,000 lb GVW.

(d) Hydraulic Excavator, 10 – 35 tons GVW as specified by the manufacturer. This includes all tire or track mounted excavators including standard and Gradall type excavators excluding those designated as mini or compact excavators by the manufacturer.

(e) Mini Hydraulic Excavator, 1 – 10 tons GVW as specified by the manufacturer. This includes all tire or track mounted excavators including standard and Gradall type excavators excluding those designated as mini or compact excavators by the manufacturer.

(f) Deck Crane, shall have pick and carry capacity up to 17,000 lbs., capacity on outriggers at 30,000 lbs., boom rotation at 360 degrees, horizontal reach at 66 feet and sheave height of up to 73 feet 8 inches and shall include all riggings.

(g) Portable Tilt Drum Concrete Mixer, 6 to 9 ft3. This shall be a motorized mixer.

(h) Portable Light Tree. Four lamps minimum, 25 ft minimum height.

(i) Air Compressor, 160 to 185 cfm. This shall include 400 ft of air hose appropriately sized

to fit the compressor, fittings, clips, safety cables and manifolds.

(j) Vacuum Shrouded Power Tool. The vacuum shrouded power tool shall be a high efficiency particulate air (HEPA) filtered vacuum power tool capable of removing coatings containing toxic metals. All types of shrouded power tool attachments shall be used to remove existing coatings and clean steel to SSPC SP-11 (power clean to bare metal or as directed by the engineer).

The Engineer and the Contractor will agree upon appropriate sizes of these pieces of equipment to meet the requirements.

134

SPECIAL PROVISIONS CONTRACT NO. XX1635F80 EQUIPMENT FOR STRUCTURAL REHABILITATION 2 of 4

06-11-18

MATERIALS. Not applicable. CONSTRUCTION. For information and certification requirements for hydraulic based equipment prior for use in projects under this contract, refer to Construction section under the Specialized Equipment for Structure and Preservation and Minor Rehabilitation section. MEASUREMENT AND PAYMENT. All equipment used by the Contractor, as directed by the Engineer, will be paid for at the Contract unit prices and shall include the use, maintenance, operating costs and certification cost excluding the operator unless otherwise stated herein. No “add-on” will be made to the amount. The prices for equipment shall include bits, blades, fuel, points, etc., necessary for the efficient operation of the particular piece of equipment. Compensation will only be made for the above mentioned items which are expended performing work under this Contract. The daily rate, weekly rate, and monthly rate bid shall be based on a normal work day of 8 hours/day, 5 days (40 hours)/week, and 20 days/month. For equipment items bid on an hourly rate, payment will only be made for the actual hours used at the Contract hourly rate. Payment beyond the first 8 hours/day will be based on the Contract hourly rate for that piece of equipment. For equipment items bid on a daily unit, payment for each hour the equipment is used beyond the first 8 hours will be based on the Contract daily rate for that piece of equipment divided by eight. For equipment items bid on a weekly or monthly unit, payment for equipment used beyond the week, or month will be prorated or paid to the nearest unit of payment, whichever is lower. For example, payment for one week and three days will be paid for as two weeks or one week plus the daily rate for three days, whichever is less. Bid equipment paid on an hourly basis will be paid for actual hours used plus standby time up to 8 hours. Flatbed trucks conforming to the bid item, when required for the job, will be paid the same number of hours that the skilled laborers are paid. Bid equipment will receive standby time on workdays when the equipment is not used only when previously approved by the Engineer. The Engineer’s decision will be based on the economics of paying standby time versus paying to demobilize/remobilize a piece of equipment when needed. Standby time paid for approved bid equipment not used shall be 8 hours per day for each workday. Standby rates shall be 50 percent of the Contract unit bid price. Standby rates shall not exceed 8 hours per day. Standby rates shall not be paid on days when no work is performed at the job site. On days when the Engineer cancels all work due to the Contractor’s manpower or equipment deficiencies, the Contractor shall receive no payment whatsoever, including travel time and standby time. Refer to Labor section for Liquid Damages. On days when work has been performed for 1 hour or more and is then shutdown by the Engineer due to the Contractor’s manpower or equipment deficiencies, the Contractor will be paid only for those hours actually worked up to the time of shutdown. For equipment items bid on a daily unit, payment for each hour the equipment is used will be based on the Contract daily rate for that piece of equipment divided by eight. There will be no 3 hour minimum payment or standby time payment for this situation. No payment, daily or hourly, will be made for the piece of equipment being transported to and from the work site. Payment will however be made for delivery charge by others plus 5 percent

135

SPECIAL PROVISIONS CONTRACT NO. XX1635F80 EQUIPMENT FOR STRUCTURAL REHABILITATION 3 of 4

06-11-18

for overhead and profit or for the Contractor’s truck hauling the equipment whichever is applicable. 4 to 9 Cubic Yard Dump Truck, Single Axle will be measured and paid for at the Contract unit price per hour. Air Compressor, 160 to 185 CFM will be measured and paid for at the Contract unit price per hour. Flatbed Truck, 18 to 20 Foot Bed will be measured and paid for at the Contract unit price per hour. Deck Crane, shall be paid on unit day basis and shall include the operator that will be incidental to the unit price per day. The hydraulic excavators (all sizes) shall be paid on each respective per hour basis and shall include the operator that will be incidental to the unit hourly rate per day. Portable Light Tree, Four Lamps Minimum, 25 Feet Minimum Height will be measured and paid for at the Contract unit price per hour.

Portable Tilt Drum Concrete Mixer, 6 to 9 Cubic Feet will be measured and paid for at the Contract unit price per hour. Vacuum Shrouded Power Tool will be measured and paid for at the Contract unit price per hour. This price shall include the HEPA vacuum, hoses, attachments, all types of shrouded power tools, generator, disposable vacuum filters and bags, expendable cleaning attachments, respiratory protection and worker training necessary to perform the cleaning of existing toxic metal coatings. Proper disposal and removal of the hazardous waste from the job site will not be measured but paid under the subcontractor item. Additionally, the hours when the crew undertakes training for Lead Abatement will be measured and paid for at the contract unit price per hour for the applicable labor item. The cost of training which will be incidental to the applicable labor item.

136

SPECIAL PROVISIONS CONTRACT NO. XX1635F80 EQUIPMENT FOR STRUCTURAL REHABILITATION 4 of 4

06-11-18

Equip

ment

Identi

fication

Nu

mber

Equip

ment I

nforma

tion (M

ake/Mo

del/Se

rial N

umber

)Worki

ng He

ight /

Reach

Outrig

gersDe

ploym

ent

Type

Style

Last Vi

sual

Inspec

tionRep

ort Rec

'd

Last A

coustic

Em

ission/

Load

Test/D

ielectri

c Tes

t

Report

Rec'd

Date o

f Last

Tea

r Down

Date o

f Next

Req

uired

Tear

Down

Boom H

ours a

t Las

t Tear

Down

Accrue

d Boom

Ho

urs Sin

ce Las

t Tear

Down

Curre

nt Tota

l Boo

m Hour

s Acc

umula

ted

Since

UBI

Crane

Placed

In

Servic

e

Total H

ours

When

Next

Tear D

own Is

Requir

ed

Boom

Tear

Down

Rep

ort Rec

'd

198Alt

ec Mo

del AP

40 - S

/N 010

0CU115

840'

NoVe

rtical

05/19/

2014

√05/

21/201

4√

201Pos

i-Plus 8

00-40-

10 - SN

99-13

-329-9

4540'

NoVe

rtical

05/28/

2014

√05/

28/201

4√

215Pos

i-Plus 8

00-40-

10 - SN

01-19

-522-1

18040'

NoVe

rtical

05/21/

2014

√05/

21/201

4√

230Pos

i-Plus 8

00-40-

10 - SN

10-90

-528-1

18940'

NoVe

rtical

04/28/

2014

√04/

28/201

4√

245Alt

ec Mo

del TA

-415 -

S/N 12

03CL07

4540'

Yes

Vertic

al05/

27/201

4√

05/27/

2014

√256

Posi-Pl

us 800-

40-10

- S/N 9

9-16-2

81-798

40'No

Vertic

al05/

29/201

4√

05/29/

2014

√261

Altec

TA 40

- S/N

1316D

C1869

40'No

Vertic

al01/

12/201

4√

01/12/

2014

√288

Posi-Pl

us 800-

40-10

- SN 18

-90-53

8-1200

40'No

Vertic

al12/

29/201

3√

12/29/

2013

40' - 16

8Pax

ton-M

itchell B

BC - S

/N 256

340'

NoLef

t/Right

Bucket

05/29/

2014

√05/

31/201

4√

01/05/

2012

01/05/

2016

4825

502532

7582

5√

40' - 17

5Pax

ton-M

itchell B

BC - S

/N 286

140'

NoLef

t/Right

Bucket

05/28/

2014

√05/

28/201

4√

11/15/

2010

11/15/

2014

3676

891456

7467

6√

40' - 18

1Pax

ton-M

itchell B

BC-SB

C Serie

s - S/N

2762

40'Ye

sLef

t/Right

Bucket

05/25/

2014

√05/

26/201

4√

05/08/

2013

05/08/

2017

7541

248778

9854

1√

40' - 18

5Pax

ton-M

itchell B

BC-BC

Series

230 -

S/N 27

7240'

Yes

Left/R

ightBuc

ket04/

28/201

4√

04/29/

2014

√02/

21/201

202/

21/201

6223

1334

2565

3231

√60'

- 220

Aspen

Aerial

s A62

10/08

- S/N 1

0140

60'No

Left/R

ightBuc

ket06/

27/201

4√

06/30/

2014

√(P)

04/01

/2011

04/01/

2023

0250

8250

810,0

00N/A

60' - 23

1Asp

en Ae

rials A

62 10/

08 - S/

N 1014

060'

NoLef

t/Right

Bucket

05/29/

2014

√05/

31/201

4√

(P) 04

/01/20

1104/

01/202

30

2413

2413

10,000

N/A60'

- 252

Paxton

-Mitch

ell 260-

B - S/N

2902

60'Ye

sLef

t/Right

Bucket

01/12/

2014

√01/

14/201

4√

01/05/

2012

01/05/

2016

1980

654263

4298

0√

60' - 28

9Pax

ton-M

itchell 2

60-B -

S/N 29

0960'

Yes

Left/R

ightBuc

ket12/

01/201

3√

12/09/

2013

√11/

15/201

011/

15/201

4840

1923

9324

9401

Bucke

t Truck

s

Snoope

rs

SAMP

LE EQ

UIPME

NT CE

RTIFI

CATIO

N

137

SPECIAL PROVISIONS CONTRACT NO. XX1635F80 MATERIALS FOR STRUCTURAL REHABILITATION 1 of 1

06-11-18

CATEGORY 400 STRUCTURES

MATERIALS FOR STRUCTURE PRESERVATION AND MINOR REHABILITATION

DESCRIPTION. Provide for materials incorporated in the work and materials and supplies not incorporated in the work that are necessary to perform the structural repairs. Refer to TC-7.03. MATERIALS. All materials used for structure preservation and minor rehabilitation shall be from an approved source or as approved by the Engineer. Contractors who own or control a materials company shall not be precluded from using these companies unless the use of these companies results in prices that are not competitive with the supply industry. CONSTRUCTION. Not applicable. MEASUREMENT AND PAYMENT. A price has been established for the Materials for Structure Preservation and Minor Rehabilitation item in the Schedule of Prices, which the Bidder shall not alter. There is no guarantee that any or all of this item will be used during the term of the Contract. Payment for materials will be in conformance with TC-7.03(b) with the following exceptions:

(a) In addition to the actual cost of expended materials the Contractor will be allowed 10 percent of the actual cost of materials, tax and applicable transportation charges to include all overhead, profit, bond, etc.

(b) The Contractor will receive a reasonable allowance for materials used but not expended in

the performance of the work. In addition to the actual cost of materials and supplies not expended or incorporated in the work, including tax and applicable transportation charges, the Contractor will be allowed a fee of 10 percent of actual cost. The fee includes all overhead, profit, bond, etc.

138

SPECIAL PROVISIONS CONTRACT NO. XX1635F80 SPECIALIZED EQUIPMENT FOR STRUCTURAL REHABILITATION 1 of 3

06-11-18

CATEGORY 400 STRUCTURES

SPECIALIZED EQUIPMENT FOR STRUCTURE PRESERVATION AND MINOR

REHABILITATION DESCRIPTION. Provide for specialized equipment necessary to perform structural repairs. Specialized equipment is defined as equipment not having a specific item in this Contract and not considered to be small tools as defined in the Small Tools portion of the Notice to Contractor included in this Invitation for Bids. Specialized tools conforming to this work shall only be used if necessary and shall not be used without approval of the Engineer. MATERIALS. Not applicable. CONSTRUCTION. Prior to use of any hydraulic based specialized equipment, the Contractor shall submit to the Administration current written copies of comprehensive certifications for the following equipment but not limited to Aerial Lifts, Scissor Lifts, Tractor Loader Backhoe, Boom Truck, Truck Mounted Hydraulic Platform, Under Bridge Inspection Crane, Deck Crane and All Types of Excavators. The equipment to be used shall have received a complete Visual Inspection performed by a qualified independent inspection and testing firm every 12 months. The Contractor shall submit to the Administration written copies of comprehensive certifications for each equipment or, after 1,000 hours from prior annual inspection, whichever comes first. This firm shall provide to the Engineer after each inspection written certification that the equipment conforms to all applicable inspection criteria specified in these Special Provisions and the following National Specifications:

(a) ANSI A92.5, Boom Supported Elevating Work Platforms.

(b) ANSI A92.8, Vehicle Mounted Bridge Inspection and Maintenance Devices.

The comprehensive certifications shall be in compliance with the Manufacturer’s Specifications, to include removal of any inspection cover plates, and at a minimum, shall consist of the following areas:

(a) Outriggers. Pads, structures/welds, bolts, hoses, fittings, cylinders, check valves, pins and retainers.

(b) Chassis. Truck frame, aerial subframe/mounting, suspension, PTO, brake hoses, brake

(Microbrake) lock assembly, pintle hook, electrical system, hydraulic/electrical components, steering components, exhaust system and cooling system.

(c) Pedestal. Mounting bolts/welds, pedestal structure, diagonal brace, attachment welds/pins,

hydraulic swivel joint, hydraulic components, swing drive gear box/ mounting bolts, backlash between swing pinion/bull gear and electric collector ring/brushes.

139

SPECIAL PROVISIONS CONTRACT NO. XX1635F80 SPECIALIZED EQUIPMENT FOR STRUCTURAL REHABILITATION 2 of 3

06-11-18

(d) Rotation Bearing. Upper/lower bearing attachment weld/bolts, vertical movement of bearing, and proper torque on accessible bearing bolts.

(e) Turntable. Turntable structure, bucket leveling cables, leveling cylinder, compensating

chain/sprocket, hydraulic components and lower control operation.

(f) Booms. Boom structures, welds, lift cylinders/attachment, hydraulic components/lines, leveling cables/rods, upper/extend cylinder/attachment, push links, boom rest supports, tie down straps, boom insulator/mounting, boom extension roller assembly and wear pads.

(g) Elbow Areas. Elbow structures, hydraulic hoses, and leveling cables.

(h) Platform (Bucket). Mounting bracket/bolts, leveling system, exterior condition, control

operation, intercoms and hydraulic lines/components.

(i) General. Full function operational test and verification of safety devices including load rating chart, electrical hazard placards, MADDDC placards, and upper/lower control operation placards.

The certifications shall also include upon completion of each Tear Down, a Visual Test, and an Acoustic Emission and Load Test in conformance with ASTM F914-10 shall be performed by a qualified independent inspection and testing firm. This firm shall provide to the Engineer written certification that the equipment meets the requirements. The Contractor shall submit upon each usage period, the following Tear Down information:

(a) Date of last Tear Down (b) Date of next required Tear Down (c) Hours at last Tear Down (d) Accrued Hours since last Tear Down (e) Current Total Hours accumulated since equipment was placed in service (f) Total hours when next Tear Down is required

Prior to use of equipment mentioned above, the Contractor shall submit to the Administration written certification for each proposed equipment having received a complete Acoustic Emission and Load Test performed by a qualified independent inspection and testing firm within the past 12 months. This firm shall provide to the Engineer written certification that the equipment meets and conforms to all applicable inspection criteria specified in these Special Provisions and ASTM F914-10, Standard Test Method for Acoustic Emission for Aerial Personnel Devices without Supplemental Load Handling Attachments.

These tests shall be performed by a qualified independent inspection and testing firm and must be performed every 12 months. The firms shall provide to the Engineer a written certification that the equipment meets these requirements prior to use. All equipment mentioned above with unsatisfactory inspection and testing results shall be rejected for use. All inspection and testing certification and repairs shall be at no cost to the Administration. At any time during the Contract, the Engineer may request additional inspections and tests to be performed by an independent qualified firm in conformance with the above criteria. These additional inspections and tests shall be at no cost to the Administration when these equipment fail to conform to the criteria. When these equipment conform to the criteria as determined by the appropriate inspections and tests requested by the Engineer, the Administration will not be responsible for the

140

SPECIAL PROVISIONS CONTRACT NO. XX1635F80 SPECIALIZED EQUIPMENT FOR STRUCTURAL REHABILITATION 3 of 3

06-11-18

costs of the additional inspections and tests. The Administration will not be responsible for delays in the Contractor’s work schedule caused by the performance of the additional inspections and tests regardless of the results unless otherwise indicated in the Contract Documents. MEASUREMENT AND PAYMENT. A price has been established for the Specialized Equipment for Structure Preservation and Minor Rehabilitation item in the Schedule of Prices, which the bidder shall not alter. There is no guarantee that any or all of this item will be used during the term of the Contract. Payment for Specialized Equipment for Structure Preservation and Minor Rehabilitation will be in conformance with TC-7.03, with the following exceptions: (a) Hourly rental rates for Blue Book equipment shall be calculated by taking the published daily Blue

Book rate divided by eight, plus the hourly operating costs.

(b) Required Blue Book equipment will be paid at the calculated hourly Blue Book rate for actual hours used plus standby time up to 8 hours per day (for up to 3 work days). All required Blue Book equipment will receive a total (actual hours used plus standby) of 8 hours minimum for each workday that the equipment is actually used.

(c) The hourly standby rate is equal to half of the calculated Blue Book hourly rate (daily rate divided

by eight). Hourly operating costs are not included in the calculation of standby rates.

(d) Blue Book equipment will receive standby time on workdays when the equipment is not used only if previously approved by the Engineer. The Engineer will base this decision on the economics of paying standby time versus paying to demobilize/remobilize a piece of equipment when needed. Standby time for approved Blue Book equipment not used shall be 8 hours per workday.

(e) Should specialized equipment be required, Contractors who have subsidiary equipment rental

companies may not rent equipment from those companies unless their prices are competitive with the prevailing equipment rental rates being paid in the area where work is being performed.

(f) Should the Contractor desire to rent from the associated company, the Engineer will require the

Contractor to provide documentation that the prices paid for equipment rental are competitive with the equipment rental industry. This documentation shall include at least three price quotations from rental companies. All documentation shall be presented to the Engineer before the equipment is delivered to the job site.

(g) No additional administrative or other markups will be allowed.

(h) A copy of the hourly rental rates for Blue Book equipment shall be made available to the

Administration at the pre-construction meeting and subsequently, annually on the first working day after the Christmas holidays.

141

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

SUBCONTRACTORS FOR STRUCTURAL REHABILITATION 1 of 1

07-27-17

CATEGORY 400

STRUCTURES

SUBCONTRACTORS FOR STRUCTURE PRESERVATION AND MINOR

REHABILITATION

DESCRIPTION. Provide for subcontractors to perform structure preservation and minor

rehabilitation. This work will only be used if necessary and will not be used without approval of

the Engineer.

MATERIALS. Not applicable.

CONSTRUCTION. Not applicable.

MEASUREMENT AND PAYMENT. A price has been established for the Subcontractors for

Structure Preservation and Minor Rehabilitation item in the Schedule of Prices, which the bidder

shall not alter. There is no guarantee that any or all of this item will be used during the term of the

Contract. However, the contractor shall use this item to ensure that the MBE goals located under

the section - Affirmative Action Requirements Utilization of Minority Business Enterprises for

Straight State Contracts are met.

Payment for Subcontractors will be in conformance with TC-7.03, and the Labor for Structure

Preservation and Minor Rehabilitation and Equipment for Structural Repairs items included in this

Invitation for Bids.

The Contractor shall receive the cost of work performed by the subcontractor plus 5 percent for

overhead, profit, bond, etc. All subcontractor work and prices shall be approved by the Engineer

prior to performing any work.

142

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

06-08-18

875 — UTILITIES STATEMENT 1 of 33

SECTION 875 — UTILITIES STATEMENT

875.01 DESCRIPTION. The Contractor's attention is called to the requirements of Sections

GP-5.05, GP-7.13 and GP-7.17.

875.02 MATERIALS. Not Applicable.

875.03 CONSTRUCTION.

(a) Attention of the Contractor is directed to the possible presence of water, sewer, gas mains,

electrical wires, conduit, communications cables (both overhead and underground), poles

and house service connections in the street or highway in which the construction project is

to be performed. The Contractor shall exercise special care and extreme caution to protect

and avoid damage to utility company facilities as described in the preceding sentence. The

Contractor shall take into consideration the adjustments and installations by public utilities

in areas within the limits of this Contract. Existing utilities have been generally located and

shown on the Plans as they are believed to exist; however, the Administration assumes no

responsibility for the accuracy of these locations.

Prior to ordering any storm drain or water/sewer main materials, the Contractor shall locate

and test pit any underground facilities that appear to be in conflict in order to determine if

conflicts exist. In the event that conflicts may be possible, this information shall

immediately be forwarded to the Administration’s representative for review and resolution.

Material ordered prior to obtaining test pit information will not be considered in any request

from the Contractor for any equitable adjustments due to existing utility conflicts.

(b) The Contractor shall locate all existing utilities and be responsible for 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 cost to the Administration or the owner of the utility.

(c) The existing utilities requiring relocation or adjustment shall be relocated or removed by

the agency responsible for their maintenance or by the owner of the utility unless otherwise

indicated in the Contract Documents. The Contractor shall inform the respective utility

companies at least five days prior to working in any area. In addition, 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.

143

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

06-08-18

875 — UTILITIES STATEMENT 2 of 33

Any submittal by the Contractor to vary the sequence of work or perform concurrent work

in multiple phases differing from the recommended maintenance of traffic phasing, shall be

accompanied by an updated schedule or CPM reflecting all utility relocations and

adjustments. The Contractor shall be responsible, upon gaining approval, for coordinating

utility relocations and adjustments with the affected utility owners, the Project Engineer,

and the District Utility Engineer. All requirements and lead times as stated in Section 875

and elsewhere in the Special Provisions will remain in effect unless written approval from

the utility company and the District Utility Engineer is received by the Contractor prior to

commencing any requested work.

(d) There are no known utility relocations, new installations, or adjustments to the existing

facilities within the limits of this Contract. However, if a situation arises, contact the

appropriate District Utility Engineers:

DISTRICT

NO.

COUNTIES ADE, UTILITY

ENGINEER

PHONE NO.

1 Dorchester, Somerset,

Wicomico and Worcester Milan Shah 410-677-4082

2 Caroline, Cecil, Kent,

Queen Anne’s & Talbot Robert Tucker 410-810-3275

3 Montgomery and

Prince Georges Mark Loeffler 301-513-7350

4 Baltimore and

Harford Robert Allenwebb 410-229-2341

5 Anne Arundel, Calvert,

Charles & St. Mary’s Aaron Jones 410-841-1039

6 Allegany, Garrett and

Washington Dave Felker 301-729-8439

7 Carroll, Frederick and

Howard Andrea Abend 301-624-8116

(e) The following known utility companies have facilities within the limits of this Contract:

144

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

06-08-18

875 — UTILITIES STATEMENT 3 of 33

District No. 1:

Bay Country Communications

Scott Shilling

410-901-2224 Work

502 Maryland Avenue

Cambridge, Md 21613

[email protected]

Cambridge Municipal Utilities

Jan Dorman

410-228-5440 Work

P.O. Box 214

Cambridge, Md 21613

[email protected]

Chesapeake Utilties Corp.

Mike Cantwell

410-548-5515 X.5514

P.O. Box 1678

Salisbury, Md 21802-1678

[email protected]

Choptank Elec. Cooperative

Todd Bireley

Dave Milligan

410-479-8575

24280 Meeting House Road

Denton, Md 21629

[email protected]

Dorchester County

Gregory LeBlanc, CE

410-228-2920

Cell: 443-205-2981

City of Cambridge

Dept. Of Pub. Works

George Hyde, PE

410-228-1955

705 Leonard Lane

Cambridge, Md 21613

Comcast Cablevision

Bruce Turner

800-697-2225

16479 S. Dupont Highway

Harrington, Md 19952

Delmarva Power

Patrick Sparr

410-860-6242

P.O. Box 1739

Salisbury, Md 21802-1739

[email protected]

Dorchester County Roads

Brian Chester

410-228-2920

5435 Handley Road

Cambridge, Md 21613

[email protected]

Dorchester County

Sanitary Dist.

K D Applegarth

410-228-6222

P.O. Box 444

Cambridge, Md 21613

Eastern Shore Natural Gas

Mark Parker

302-213-7270

1110 Forrest Ave.

Dover, DE 19904

Town of East New Market

Gorden Heck

410-943-3640

East New Market, Md, 21631

Town of Eldorado

Ms. Helen McAllister

410-943-4187

5808 Eldorado Federalsburg Rd.

Rhodesdale, Md 21659

Town of Hurlock

John Avery

410-943-4181

311 Charles Street

Hurlock, Md 21643

[email protected]

145

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

06-08-18

875 — UTILITIES STATEMENT

District No. 1 Continued:

Town of Secretary

Ms. Yzonne Prichett

410-943-3113

P.O. Box 248

122 Main Street

Secretary, Md 21664

Verizon

Ms. Penny Gamble

410-768-1357

215 Ritchie Lane

Glen Burnie, Md 21061

[email protected]

Brian Evans

410-860-8368

620 Truitt Street

Salisbury, Md 21801

Charter Communications

Joe Richardson

757-710-6418

Charter Communications

321 West Main Street

Crisfield, Md 21817

[email protected]

City Of Crisfield

Rick Pollitt

410-968-1333

319 West Main Street

Crisfield, Md 21817

[email protected]

Comcast Cablevision

Rick Kerfoot

443-523-1605

6465 Hobbs Road

Salisbury, Md 21804

[email protected]

Somerset County Roads

Wood Barnes

410-651-1930

8981 Sign Post Road

Westover, Md 21871

[email protected]

4 of 33

Somerset County Sanitary Dist.

Anthony Stockus

410-651-3831

Somerset County Sanitary District

P.O. Box 203

Princess Anne, Md 21853

[email protected]

Town of Princess Anne

Mr. John R’emera

410-651-1818

11786 Beckford Avenue

Princess Anne, Md 21853

Somerset County

R.M.E. - Larry Dryden

410-651-1333

410-430-7458 Cell

Fax: 410-651-1574

Wicomico County

R.M.E. - Sidney Johnson

410-677-4054

Cell: 410-443-235-8415

Fax: 410-543-6724

Worcester County

R.M.E. - Wayne Weichmann

410-632-0511

Cell: 410-430-7462

Fax: 410-632-0643

Adesta, LLC

Cecil Kuhse

732-675-2268 Cell

943 E. Hazelwood Avenue Build #2

Rahway, NJ 07065

Chesapeake Utilities

Tom Hampton

410-548-5515

32145 Beaver Run Drive

Salisbury, MD 21804

146

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

06-08-18

875 — UTILITIES STATEMENT

District No. 1 Continued:

City of Fruitland

Michael Gibbons

410-548-2806

200 Shady Lane

Fruitland, MD 21826

City of Salisbury Dept. Of Public Works

Amanda Pollack

410-548-3170

410-572-2152 P

410-548-3107 Fax

Salisbury Public Works

125 N. Division St.

Salisbury, MD 21801

Town of Delmar

Sara Bynum-King

410-896-2777

410-896-9055

100 S. Pennsylvania Ave.

Delmar, MD 21875

Town of Hebron

Mary Purner

410-742-5555

410-742-2303 Fax

P.O. Box 299

Hebron, MD 21830

Town of Mardela Springs

Kortney Robinson

410-835-2493

410-835-8461 Fax

201 Station Street

P.O. Box 81

Mardela Springs, Md 21837

Town of Pittsville

Brandon Wilkins

410-835-8872

Town of Pittsville

P.O. Drawer “A”

Pittsville, MD 21850

5 of 33

Town of Sharptown

William White

410-883-3767

P.O. Box 338

Sharptown, MD 21861

Town of Willards

Mark Joines

410-835-8192

7360 Main Street, Willards, MD 21874

P.O. Box 98, Willards, MD 21874

Wicomico Dept. Of Public Works

Dallas Baker

410-548-4875

28440 Owens Branch Road

Salisbury, MD 21801

Berlin Electric Co.

Augie Wienhold

410-641-3401

10 William Street

Berlin, MD 21811

City Of Pocomoke

Bobby Cowger

410-957-1333

P.O. Box 29

Pocomoke, MD 21851

Comcast Cablevision

Jim Jarman

410-520-2808

8301 Coastal Highway

Ocean City, MD 21863

Town Of Berlin

Laura Allen

410-641-4144

10 William Street

Berlin, MD 21811

147

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

06-08-18

875 — UTILITIES STATEMENT

District No. 1 Continued:

Mediacom

Gary McEachern

P.O. Box 440

Millsboro, DE19966

302-732-9332 X.322

Town of Ocean City Dept. Of Public Works

Hal Adkins

410-524-7716

P.O. Box 158

Ocean City, MD 21842

Town of Ocean City Waste Water Dept.

Robert Hastings

410-524-6760

6405 Seabay Drive

Ocean City, MD 21842

Town of Ocean City Water Dept.

Ron Ellis

410-524-8388

204-65th Street

Ocean City, MD 21842

Town of Snow Hill

Randy Barfield

410-632-2080

P.O. Box 348

Snow Hill, MD 21863

Worcester County

Road Department

Frank Adkins

410-632-2244

P.O. Box 7

Snow Hill, MD 21863

Worcester County

Dept. Of Pub. Works

John H. Tustin

410-632-5623

6113 Timmons Road

Snow Hill, MD 21863

6 of 33

District No. 2:

Comcast Cable (Cecil)

Notify: Pat Hines

410-398-3818 X102

Armstrong Cable Services(Cecil)

Notify: Rich Mocknis

410-658-5511

Baltimore Gas And Electric

Notify: Wayne Cavanaugh

410-291-4836

Verizon Communications

Notify: Dennis Schaefer

410-224-6647

Cecil County Dept. Of Public Works

Notify: Mr. Matheu Carter

410-996-5257

Mid Atlantic Communication

Notify: John E. Norcutt

1-800-637-3692

Choptank Electric Cooperative

Notify: Robert Jump

410-479-0380

Conectiv Delivery-North East

Notify: Angel Collazo

410-454-4370

"Miss Utility" 1-800-441-8355

Conectiv Delivery-(Other Areas)

Notify: Gene Messick

410-758-4101

"Miss Utility" 1-800-441-8355

Eastern Shore Natural Gas Service

Chesapeake Utilities Corporation

Notify: L. Wayne Morris

301-734-6710

Elkton Gas Service

Notify: Rick Wilson

410-398-4626

148

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

06-08-18

875 — UTILITIES STATEMENT

District No. 2 Continued:

Charter Communications

(Kent, Q.A., Talbot)

Notify: Rick Hudkins

410-827-0060

Kent County Sanitary District

Notify: Wayne L. Morris

410-778-1449

Queen Anne's County

Sanitary District

Notify: Garth Jones

410-758-2574

Comcast Cable (Caroline)

Notify: Sean Riden

Larry Roland

1-302-672-5940 ext.3001

AT&T Cable Services

Notify: John Pratt

410-398-7978

Charter Cable Communications

Notify: Scott Dimerling

302-378-4423

Town of Denton

Notify: Terry Fearins

410-479-2050

Town of Federalsburg

Notify: Town Manager

410-754-8173

Town of Greensboro

Notify: David Kibler

410-482-6222

Town of Elkton

Notify: Lewis George, Jr.

410-392-6636

Town of Cecilton

Notify: William Harris

410-275-2692

7 of 33

Town of Perryville

Notify: John Barclay

410-642-6066

Town of North East

Notify: Melissa B. Cook-MacKenzie

410-287-5801

Town of Rising Sun

Notify: Jeff Williams

410-658-5353

Chestertown Utilities Commission

Notify: Medford Capel

410-778-0500

Town of Millington

Notify: Paul Kozloski

410-928-3880

Town of Rock Hall

Notify: Ron Fifthian

410-639-7611

Town of Centreville

Notify: Terry Adams

410-758-1180

Easton Utilities Commission

Notify: Ben Lineberry

410-822-6110

Town of Preston

Notify: Mayor Reginald Maguire

410-673-7929

Town of Ridgely

Notify: Michael Downs

410-634-2177

Town of Galena

Notify: Thomas Bass

410-648-5151

Town of Chesapeake City

Notify: G. Edward Ginder

410-885-5298

149

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

06-08-18

875 — UTILITIES STATEMENT

District No. 2 Continued:

Columbia Gas Transmission Corp.

Notify: L.H. Hoppe

410-375-3445

Town of Oxford

Notify: Lillian Lord

410-226-5122

Town of Port Deposit

Notify: Vincent Hughes III

410-378-2121

Town of St. Michaels

Notify: Cheril Thomas

410-745-9535

Talbot County Dept. of Public Works

Notify: Jesse Fearins

410-770-8170

Town of Trappe

Notify: Edgar Harrison

410-476-3170

Town of Betterton

Notify: Mickey Fluharty

410-348-5522

Chestertown Maintenance Shop

Notify: Dennis North

Resident Maintenance Engineer

410-778-0818

Centreville Maintenance Shop

Notify: Gregory Holsey

Resident Maintenance Engineer

410-758-0700

Denton Maintenance Shop

Notify: Jay Schmick

Resident Maintenance Engineer

410-479-0770

8 of 33

Elkton Maintenance Shop

Notify: Mike Lewis

Resident Maintenance Engineer

410-398-1565

Easton Maintenance Shop

Notify: Jeff Squires

Resident Maintenance Engineer

150

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

06-08-18

875 — UTILITIES STATEMENT

District No. 3:

Prince George’s County

Comcast

Andrew Hook

(301) 943-7104

[email protected]

SMECO – Transmission Side

Hugh F. Voehl III

Transmission & Substation

Engineering Manager

14950 Cooperative Place

Hughesville, MD 20637

(W): 301-274-4487

(F): 240-528-9757

[email protected]

SMECO – Distribution Side

Mike Barringer

15035 Burnt Store Road

P. O. Box 1937

Hughesville, MD 20637

301-274-4483

[email protected]

Verizon Communication

Mr. Chip Lambert

13101 Columbia Pike

Silver Spring, MD 20904-5248

Telephone: (301) 282-7039

Verizon Business

Mr. Adam Rice

12379A Sunrise Valley Drive,

2nd Floor,

Reston, VA 20191

Telephone: (703) 391-5767

Washington Gas

Mr. Andrew King

6801 Industrial Road

Springfield, VA 22151

Telephone: (703) 750-4793

9 of 33

Baltimore Gas & Electric

Lynn Grossman - Electric

2900 Lord Baltimore Drive –

1st Floor

Windsor Mill, MD 21244

Telephone: 410-470-7868

Baltimore Gas & Electric

Tom Mitchell - Gas

2900 Lord Baltimore Drive –

1st Floor

Windsor Mill, MD 21244

Telephone: 410-470-7863

Potomac Electric Power Company

Brad Zellmer

8300 Old Marlboro Pike Upper Marlboro, MD Telephone: 301-967-5354

Fiberlight, LLC

April Stoume

7500 Greenway Center Drive – Suite 300

Greenbelt, MD 20770

Telephone: 410-505-4501

American Data Infrastructures

Victor Allen

5186 Chalk Point Rd

West River, Maryland 20778

Telephone: (443) 223-8459

Zayo

Kris Kobylski

13861 Sunrise Valley Drive

STE 450

Herndon, VA 20171

Telephone: 571-220-4813

XO Communications

Troy Johnson

8613 Lee Highway

Fairfax, VA 22031

Telephone: 703-546-5066

151

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

06-08-18

875 — UTILITIES STATEMENT

District 3 Cont.:

Level(3) Communications

Jody Williams

1755 Old Meadow Road

McLean, VA 22102

(202) 369-5470

Lightower Fiber Networks

Steve Drake

11 New Plant Court

Owings Mills, MD 21117

Telephone: (585) 743-1736

AT&T

Gary Wigfield

4800 Winchester Blvd

Frederick, MD 21703

Telephone: 301-874-1180

Colonial Pipeline Company

Todd M McClellan

929 Hoods Mill Road

Woodbine, MD 21797

Telephone: 410-970-2141

Keys Energy Center LLC

Jack Doran

PO Box 920001

Needham, MA 02492

Telephone: 781-405-3620

Washington Suburban Sanitary Commission

Mr. Jeff Lohrmann

14501 Sweitzer Lane

Laurel, MD 20707

Telephone: (301) 206-8744

Montgomery County

Comcast

Mr. Dwayne Douty 11800 Tech Road

Silver Spring, MD 20904-5248

Telephone: (301) 456-8952

10 of 33

Verizon Communication

Mr. Chip Lambert

13101 Columbia Pike

Silver Spring, MD 20904-5248

Telephone: (301) 282-7039

Washington Gas

Mr. Andrew King

6801 Industrial Road

Springfield, VA 22151

Telephone: (703) 750-4793

Potomac Electric Power Company

Mr. Jack Schu

201 West Gude Drive

Rockville, MD 20850

Telephone: (301) 548-4303

Montgomery County DOT

Kamal Hamud

Division of Traffic Engineering

100 Edsion Park Drive, 4th Floor

Gaithersburg, MD. 20878

Telephone: 240-777-8761

Lightower Fiber Networks

Steve Drake

11 New Plant Court

Owings Mills, MD 21117

Telephone: (585) 743-1736

Level (3) Communications

Jody Williams

1755 Old Meadow Road

McLean, VA 22102

(202) 369-5470

Potomac Edison

Christopher Hixon

421 East Patrick Street

Frederick, MD 21701

(301) 694-4429

152

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

06-08-18

875 — UTILITIES STATEMENT

District No. 4

Baltimore Gas & Electric Company

Mr. R.J. Marshall

7317 Parkway Drive South

Hanover, Maryland 21076

(Baltimore & Harford Counties) underground,

aerial, structure mounted.

Washington Gas Light Company

Mrs. Theresa A. Curtis

6801 Industrial Road

Springfield, Virginia 22151

Telephone: 703-750-4215

Fax: 703-750-7570

Washington Suburban Sanitary Commission

Mr. Greg Hohl

14501 Sweitzer Lane

Laurel, Maryland 20707

Telephone: 301-206-8733

Fax: 301-206-8722

Williams Communications

Mr. George Otey

110 West 7th Street-Suite 500

Tulsa, Oklahoma 74119

Telephone: 918-573-0371

Fax: 918-573-3884

Xspedius Fiber Group

Ms. April Stoume

14405 Laurel Place, Suite 200

Laurel, Mayland 20707

Telephone: 301-361-4849

Fax: 301-361-2588

Baltimore Gas & Electric Company

Mr. Wayne Cavanaugh

Gas Supply – Spring Gardens

1699 Leadenhall Street

Baltimore, Maryland 21230-4855

(Baltimore & Harford Counties) underground

and structure mounted.

11 of 33

Baltimore Gas & Electric Company

Mr. Samuel Marciano

Overhead Transmission Lines & High Voltage

Trans.

BGE Land Management

7152 Windsor Boulevard

Baltimore, Maryland 21244

(Baltimore & Harford Counties)

Verizon

Mr. John Asplen

99Shawan Road – Room 201

Cockeysville, Maryland 21030-1997

(Baltimore & Harford Counties) aerial,

underground and structure mounted.

Conectiv Power Delivery

Mr. Jun Ouano

2 Center Drive

North East, Maryland 21901

(Harford County) overhead and underground

electric.

Washington Suburban Sanitary

Commission

Mr. Jeff Lohrmann

14501 Sweitzer Lane

Laurel, MD 20707

Telephone: (301) 206-8744

153

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

06-08-18

875 — UTILITIES STATEMENT

District No. 5:

Anne Arundel County

Anne Arundel County DPW

Northern District: (410) 222-6120

Central District: (410) 222-7940

Southern District: (410) 222-1933

24-hour EMERGENCY service for water, solid

waste, and wastewater: (410) 222-8400 (South

County: (410) 451-4118)

Weekdays after 3:30 p.m., weekends, and holiday

EMERGENCY service for storm drains and roads:

(410) 222-6120 (South County: (41 0) 451-4118)

Weekdays after 3:30 p.m., weekends, and holiday

EMERGENCY service for traffic lights/signs: (410)

222-8400 (South County: (410) 451-4118)

For weekday EMERGENCIES (between 7:00 a.m.

and 3:30 p.m.) involving storm drains or roads,

please call the appropriate road district (shown

above). If you do not know what district to call,

please call the above General Information or

Customer Relations numbers.

For weekday EMERGENCIES (between 7:00 a.m.

and 3:30 p.m.) involving traffic lights or signs,

please call the Traffic Engineering Division at:

(410) 222-1940 Vahid Tayebi (410) 222-7537

City of Annapolis

Dept of Public Works 410-263-7949

Engineering & Construction 410-263-7949

Services 410-263-7967

Traffic Control and Maintenance 410-263-7967

Utilities 24-Hour Emergency Mike Bunker 410-263-

7970

City of Baltimore

Department of Public Works 410-396-3500

Comcast Richard Kerfoot 443-523-1605

Baltimore Gas and Electric Company

Emergency Gas or Electric 800-685-0123

Electric

Distribution

Suzanne Maxa-Alberts 410-470-4494

Transmission

Robert Munley 410-470-7925

12 of 33

Gas

Tom Mitchell 410-291-4834

Verizon

Emergency 800-275-2355

Shawn Wallace 410-224-9452

Colonial Pipe Line

Emergency 800-926-2728

Maryland Office 410-549-4100

410-795-2444

Millennium Digital Media

Alice Webb 410-987-8400

Jim Pfeiffer 410-987-8400

154

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

06-08-18

875 — UTILITIES STATEMENT

District 5 Cont.:

Century Link

Jeff Walker 443-681-8089

Matt Crome 571-225-7017

Rey Delos Reyes 571-386-8799

Fort Meade & NSA

Public Works 301-677-9180

Broadstripe (Millennium Digital Media)

24 Hour 410-987-9300

Allen Whitewood 410-987-8400 x5626

Time Warner Telecom

24 Hour 800-937-7473

AT&T / LNS

24 Hour 800-241-3624

Calvert County

Calvert County DPW

8am to 4pm 410-535-1600 ext 2329

After Hours 410-535-3491

Barry King 410-535-1600 ext 329

Comcast

24 Hour 800-441-6917 opt 1

Dennis Gahan 410-729-8060

Washington Gas

24 Hour 703-750-4831

Jeff Hicks 703-750-5972

SMECO

24 Hour 888-440-3311

Outage 877-747-6329

Mike Barringer 301-274-4483

Baltimore Gas and Electric Company

Emergency Gas or Electric 800-685-0123

Electric

Distribution Da'Janel Roberts 410-597-7703

Transmission

George Niles 410-281-3500

13 of 33

Verizon

Joe Denton 410-535-3784

Washington Gas

24 Hour 800-752-7520

Theresa Avila-Curtis 703-750-4215

Verizon

Emergency 800-275-2355

David Metcalfe 301 -932-2288

AT&T I LNS

24 Hour 800-252-1133

Town of LaPlata

Town Hall 301-934-8421

301-870-3377

Town of Indian Head

Town Hall 301-743-5511

Dominion Gas Transmission

24 Hour 304-627-3000

Colonial Pipe Line

Emergency 800-926-2728

Maryland Office 410-549-4100

Columbia Gas

24 Hour 800-835-7191

Saint Mary's County

METCOM

8am to 4pm 301-373-4733

After hours 301-373-5305

Steve Engleson 301-373-4733

Emergency 800-275-2355

155

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

06-08-18

875 — UTILITIES STATEMENT

District 5 Cont.:

Colonial Pipe Line

Emergency 800-926-2728

Maryland Office 410-549-4100

Dominion Gas Transmission

24 Hours 304-627-3000

AT&T I LNS

24 Hours 800-241-3624

Columbia Gas

24 Hours 800-835-7191

Charles County

Charles County Department of Utilities

24 Hour 301-609-4700

SMECO

24 Hour Outage 888-440-3311

Outage 877-747-6329

Mike Barringer 301-274-4483

Level 3 Communications

24 Hour 720-888-1000

AA County Bob Boyer 443-742-9119

Southern MD Kevin Okinski 703-863-0117

Qwest

24 Hour 800-283-4237

Jeri Mitchell 703-653-3209

Comcast

24 Hour 800-266-2228

SMECO

24 Hour 888-440-3311

Outage 877-747-6329

Mike Barringer 301-274-4483

Washington Gas

24 Hour 800-752-7520

Theresa Avila-Curtis 703-750-4215

Verizon

Emergency 800-275-2355

David Metcalfe 301-932-2288

14 of 33

Metrocast Communications

24 Hours 800-633-8578

Bernie Weeks 301-373-3201 ext 3017

Town of Leonardtown

8am to 4pm 301-475-9791

After Hours 301-475-8016

St Mary's DPW

24 Hours 301 -863-8400

156

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

06-08-18

875 — UTILITIES STATEMENT

District 6:

Verizon of Maryland

425 Blackston Avenue

Cumberland, Md. 21502

Mr. Shannon Peterson

Phone: (301) 759-1848

City of Cumberland

P.O. Box 1702

Cumberland, Md. 21502

Mr. John Difonzo

Phone: (301) 759-6601

Allegany County Water & Sewer

11510 Birch Street S.W.

Cumberland, Md. 21502

Mr. Creade Brodie

Phone: (301) 729-3311

Columbia Gas Of Maryland

1000 Industrial Boulevard

Cumberland, Md. 21502

Mr. Dave Yates

Phone: (301) 784-3393

Lavale Sanitary Commission

1 Roselawn Avenue

Lavale, Md. 21502

Mr. Rusty Hensel

Phone: (301) 729-1638

Level (3) Communications

631 Tice Road

Falling Waters, W. Va. 25419

Mr. Richard Wilke

Phone: (301) 639-7567

Allegheny Power Company

700 Fourth Street

Cumberland, Md. 21502

Mr. Marty Dunnington

Phone: (301) 759-5709

15 of 33

Atlantic Broadband

201 South Mechanic Street

Cumberland, Md. 21502

Mr. Lou Hartung

Phone: (301) 759-4806

City Of Frostburg

Muncipal Building 37 Broadway

Frostburg, Maryland 21532

Mr. Chris Hovatter

Telephone: 301-689-6000 Or 689-3161

Columbia Gas Transmission

12001 Industrial Park Street

Mr. Lantz Evans

Cumberrland, Maryland 21502

Telephone: 301-729-5603

Cresaptown Civic Improvement Association

P.O. Box 5471

Cresaptown, Maryland 21505

Mr. W. Steve Young

Telephone: 301-777-5933

Lonaconing Water Company

7 Jackson Street

Lonaconing, Maryland 21539

Mr. Jack Coburn

301-463-6233

Town Of Westernport

P.O. Box 266

Westernport, Maryland 21562

Mr. George Shingler

Telephone: 301-359-9281

Adelphia Cable Television

16 Maple Street

Frostburg, Maryland 21532

Mr. Dale Blass

Telephone: 1-301-689-2060

Town Of Deer Park

Deer Park, Maryland 21550

Mr. Donald E. Dawson

Telephone: 301-334-2478

157

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

06-08-18

875 — UTILITIES STATEMENT

District 6 Cont.:

Garrett Sanitary Commission

313 East Alder Street

Oakland, Md. 21550

Mr. Jeff Gilbert

Phone: (301) 334-1887

Town Of Oakland

15 South Street

City Hall

Mayor: Asa M. Mccain, Jr.

Phone: (301) 334-2691

Verizon Of Maryland

525 East Oak Street

Oakland, Maryland 21550

Mr. Roger Johnson

Telephone: 301-334-9942

Allegheny Power Of Maryland

Oakland, Maryland 21550

12454 Garrett Highway

Mr. Mark Wilson

Telephone: 301-533-3301

Town Of Accident

P.O. Box 190

Accident, Maryland 21520

Mr. Wayne Frantz

Telephone: 301-826-8149

Town Of Friendsville -City Hall

Box 9

Friendsville, Maryland 21542

Mr. Spencer Schlosnagle

Telephone: 301-746-5419

Town Of Kitzmiller-City Hall

Kitzmiller, Maryland 21538

Mr. James Browning, Jr.

Telephone: 301-453-3328

Town Of Mountain Lake Park

P.O. Box 182

Mountain, Maryland 21550

Mr. Britten L. Martin, Jr.

Telephone: 301-334-2250

16 of 33

Adelphia Cable Television

P.O. Box 66

Grantsville, Maryland 21536

Mr. Jeff Brode

Telephone: 1-301-895-4375

Somerset Rural Electric

P.O. Box 270

Somerset, Pennsylvania 15501-0270

Mr. Morrison

Telephone: 1-814-445-5145 Or 1-814-445-

4106

Level (3) Communications, LLC

631 Tice Road

Falling Waters, West Virginia 25419

Mr. Richard Wilke

Telephone: 1-301-639-7567

Verizon Of Maryland

425 Blackston Avenue

Cumberland, Maryland 21502

Gary Bennett

Telephone: 1-301-759-1846

Columbia Gas Of Maryland

1000 Industrial Blvd.

Cumberland, Maryland 21502

Dave Yates

Telephone: 1-301-784-3363

Town Of Sharpsburg

P.O. Box 368

Sharpsburg, Maryland 21782

Mr. Sidney L. Gayle

Telephone: 301-432-4428

Allegheny Power Company

700 Fourth Street

Cumberland, Maryland 21502

Marty Dunnington

Telephone: 1-301-759-5706

Verizon Of Maryland, Inc.

33 East Patrick Street

Frederick, Md. 21701

Mr. Dennis Shaefer

Phone: (301) 694-5646

158

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

06-08-18

875 — UTILITIES STATEMENT

District 6 Cont.:

Antietam Cable (Tv)

1000 Willow Circle

Hagerstown, Md. 21740

Mr. Gary Davis

Phone: (301) 733-3635

Columbia Gas Of Maryland

55 Sycamore Street

Hagerstown, Md. 21740

Ms. Deana Cordell

Phone: (240) 420-2021

Washington County Water & Sewer

16232 Elliott Parkway

Williamsport, Md. 21795

Mr. Jim Bishop

Phone: (240) 313-2600

City Of Hagerstown Water & Sewer

1 Clean Water Circle

Hagerstown, Maryland 21740

Mr. Troy Johnson

Phone: (301) 739-8577

Level (3) Communications

631 Tice Road

Falling Waters, W. Va. 25419

Mr. Richard Wilke

Phone: (301) 639-7567

Allegheny Power Of Maryland

10802 Bower Avenue

Williamsport, Md. 21795

Mr. Gary Gouker

Phone: (301) 582-5271

Boonsboro Municipal Utilities Community

11 St. Paul Street

Boonsboro, Maryland 21713

Mr. Bernie Moser

Telephone: 301-432-5141

17 of 33

Triax Cablevision

P.O. Box 117

Oakland, Md. 21550

Mr. Mike Sanders

Oakland, Md. 21550

Garrett County Roads Dept.

P.O. Box 476

Oakland, Md. 21550

Mr. Terry Spear

Phone: (301) 334-3988

Town Of Boonsboro

21 North Main Street

Boonsboro, Maryland 21713

Mr. Charles Kauffman

Mayor

Telephone: 301-432-5141

Town Of Clear Spring

P.O. Box 104

Clear Spring, Maryland 21722-0104

Mr. Paul D. Hose

Mayor

Telephone: 301-842-2252

Town Of Funkstown

City Hall

Baltimore Street

Funkstown, Maryland 21734

Mr. Robert L. Kline

Telephone: 301-791-0948

Town Of Hancock

126 West High Street

Hancock, Maryland 21750

Mr. Daniel A. Murphy

Telephone: 301-578-5622

Town Of Keedysville

City Hall

Keedysville, Maryland 21756

Mr. Kenneth L. Brandenburg

Telephone: 301-432-5795

159

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

06-08-18

875 — UTILITIES STATEMENT

District 7:

Mr. Gary Wigfield

AT & T Corporation

4800 Winchester, Blvd.

Frederick MD 21703

Phone: 301-874-1180

[email protected]

Mr. Richard Solitro

Teleport Communications America, LLC

(Local AT&T)

157 Green Street, Suite 2

Foxboro MD 20235

[email protected] wants email plans only

Mr. Ed Hwary

Teleport Communications America, LLC

(Local AT&T)

7777 Leesburg Pike, Suite 100N

Falls Water Church VA 22043

Phone: 703-251-9983

Cell: 703-839-5331

[email protected] wants email plans only

Mr. Travis Rawlings

Potomac Edison

94 E. Moser Road

Thurmont MD 21788

Office 301-271-5907

[email protected]

Mr. Chris Hixon

Potomac Edison

421 East Patrick Street

Frederick MD 21705

Phone: 301-694-4429

[email protected]

18 of 33

Ms. Gina McCann

Potomac Edison

10802 Bower Avenue

Williamsport MD 21795

Phone: 301-790-6457

[email protected]

The Honorable Jeffrey T. Snoots

Mayor, City of Brunswick

1 West Potomac Street

Brunswick MD 21716

Phone: 301-834-7500

[email protected]

Ms. Tracy Coleman

City of Frederick Engineering Department

Municipal Office Annex

140 W. Patrick Street

Frederick MD 21701

Phone: 301-600-1401

[email protected]

Mr. Dwayne Douty

Comcast Communications

442 W. Patrick Street

Frederick MD 21701

Office: 301-456-8957

Cell: 240-372-6694

[email protected]

Mr. Dan Maslen

Dominion Transmission, Inc.

40620 Consolidated Lane

Leesburg VA 20175

Phone: 703-722-2460

[email protected]

160

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

06-08-18

875 — UTILITIES STATEMENT

Kris Kobylski

Zayo Group

13861 Sunrise Valley Drive, Suite 450

Herndon VA 20171

Phone: 571-220-4813

[email protected]

CC Brad Leatherman on all correspondence

Zayo Group

Attn: Bradley Leatherman

Same address as above

Cell: 703-928-0649

[email protected]

Send email with letter and title sheet

attached. If Plans are needed Hard Copies

only and will have someone pick them up.

Mr. Mike Ryder

Lumos/ was Fibernet

1200 Greenbrier Street

Charleston WV 25311

Phone: 304-720-2154

[email protected]

Mr. Keith Brown

Frederick City Department of Public Works

111 Airport Drive East

Frederick MD 21701

Phone: 301-694-1169

[email protected]

Mr. Rodney G. Winebrenner, P.E.

Frederick County Division of Utilities &

Solid Waste Management

4520 Metropolitan Court

Frederick MD 21704

Phone: 301-600-2574

[email protected]

19 of 33

Mr. Steve DeFriece

Frederick County Division of Utilities &

Solid Waste Management

4520 Metropolitan Court

Frederick MD 21701

Office: 301-600-2996

[email protected]

Mr. Rick Lushbaugh

Frederick County Fiber

12 East Church Street

Frederick MD 21701

Office: 301-600-2316

Cell: 301-748-2688

[email protected]

Mr. Robert Mezzadra

OSP Engineer GFS-Baltimore, MD

Level 3 Communications

300 West Lexington Street

Baltimore MD 21201

Phone: 443-847-1525

[email protected]

(Field Operations only)

Level 3 Communications

1025 Eldorado Boulevard

Broomfield CO 80021

Phone: 720-888-0336

[email protected]

Email title sheet and letter.

CC Robert Mezzadra

The Honorable Debbie Burgoyne

Mayor, Town of Burkittsville

P. O. Box 454

Burkittsville MD 21718

[email protected]

161

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

06-08-18

875 — UTILITIES STATEMENT

The Honorable Donald N. Briggs

Mayor, Town of Emmitsburg

300A South Seton Avenue

Emmitsburg MD 21727

Phone: 301-600-6300

[email protected]

The Honorable John Miller

Burgess, Town of Middletown

31 West Main Street

Middletown MD 21769

[email protected]

The Honorable Wayne Creadick

Mayor, Town of Myersville

P. O. Box 295

Myersville MD 21773

Phone: 301-293-4281

[email protected]

Town Manager Kristin Aleshire

[email protected]

The Honorable Winslow Burhans

Mayor, Town of New Market

P. O. Box 27

New Market, MD 21774

Phone: 301-865-5544

[email protected]

The Honorable John A. Kinnaird

Mayor, Town of Thurmont

10 Frederick Road

P. O. Box 17

Thurmont MD 21788

Phone: 301-271-7313

[email protected]

The Honorable Bret Grossnickle

Mayor, Town of Union Bridge

104 West Locust Street

Union Bridge MD 21791

[email protected]

20 of 33

The Honorable Ralph Whitmore

Burgess, Town of Walkersville

21 West Frederick Street

P. O. Box 249

Walkersville MD 21793

Phone: 301-845-4500

[email protected]

The Honorable Gary Smith

Burgess, Town of Woodsboro

2 South Third Street

P. O. Box 88

Woodsboro MD 21798

Phone: 301-898-3800

[email protected]

Mr. Kirk Gottschall

Engineering

UGI Utilities, Inc.

1301 AIP Drive

Middletown PA 17057

Phone: 717-255-4355

[email protected]

Mr. Dennis Schaefer

Verizon of Maryland

33 E. Patrick Street

Frederick MD 21701

Phone: 301-694-5646

[email protected]

Mr. Timothy Miller

Washington Gas Frederick Division

1800 N. Market Street

Frederick, MD 21701

Phone: 301-644-2320

[email protected]

162

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

06-08-18

875 — UTILITIES STATEMENT

Mr. Adam Rice

MCI Communications Services, Inc.

MCI Metro Access Transmission Services,

LLC

4900 Washington Boulevard

Halethorpe MD 21227

Cell: 571-220-8978

[email protected]

Mr. Mike Gnip

Technology MD Network Company, LLC

11490 Commerce Park Drive, Suite 410A

Reston VA 20191

Cell: 443-852-4123

[email protected]

They will pick-up relocation plans from

District 7 Office.

Mr. Willy Gayle

State Wide ITS Supervisor

State Highway Administration

Communication Division

5901 Baltimore National Pike

Baltimore, MD 21228

office: 410-455-8330

phone: 410-455-8340

Fax: 410-744-4716

[email protected]

Mr. Nick Barman

First Energy Corporation

1910 W. Market Street, Building 1

Akron Ohio 44313

Phone: 330-436-4026

[email protected]

Send emails for who will pick-up plans

Must cc Chris Hixon and Gina McCain on

email to Dan

Send plans and all correspondence to person

below

21 of 33

Mr. Denis McElligott

Maryland DOIT

45 Calvert Street

Annapolis MD 21401

Phone: 410-260-6125

[email protected]

Maryland DOIT Consultant

Mr. Kevin O'Reilly

Skyline Technology Solutions

6956-F Aviation Boulevard

Glen Burnie MD 21061

Cell: 443-896-7562

[email protected]

Ms. Dawn Federline

Fort Detrick

Director of Public Works

201 Beasley Drive

Frederick MD 21702

Phone: 301-619-2442

[email protected]

Mr. Tim Watson

Potomac Edison

76 South Main Street

Akron OH 44308

Phone: 330-384-3792

[email protected]

Invoice? only

Mr. Bruce Norman

Mount Saint Mary's

16300 Old Emmitsburg Road

Emmitsburg MD 21727

Phone: 301-447-8306

[email protected]

This contact is only for a privately owned

water line under US 15 at Saint Mary

College.

163

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

06-08-18

875 — UTILITIES STATEMENT

Mr. Mike Lott

Crown Castle

513 Progress Drive, Suite M

Linthicum Heights MD 21090

Office: 667-207-7995

Cell: 717-650-4255

[email protected]

Mr. Joe Brant

Verizon of Maryland

1710 Underpass Way

Hagerstown MD 21740

[email protected]

Nicholas J. Barman

DOT Liaison

Dist. Tech III-Corp DOT Public Works

FirstEnergy Service Company

330. 436. 4026 (office)

234. 678. 2115 (fax)

216. 402. 7466 (cell)

[email protected]

Phil Deater

Senior OSP Engineer

United Fiber & Data, LLC/United Federal

Data of Maryland, LLC

840 West Hamilton Street

Suite 220

Allentown, Pa 18101

Office 855.255.5244

Mobile 717.683.8424

[email protected]

For all plans need to call them to pick up

from district

22 of 33

Howard County

Mr. Gary Wigfield

AT & T Corporation

4800 Winchester, Blvd.

Frederick MD 21703

Phone: 301-874-1180

[email protected]

Sherry Doud

Professional – Tech Project Mgmt.

OSP DC/MD/VA

703 251-9977 ofc

703 624-5126 cell

Teleport Communications America, LLC

(Local AT&T)

157 Green Street, Suite 2

Foxboro MD 20235

[email protected] wants email plans only

Mr. Ed Hwary

Teleport Communications America, LLC

(Local AT&T)

7777 Leesburg Pike, Suite 100N

Falls Water Church VA 22043

Phone: 703-251-9983

Cell: 703-839-5331

[email protected] wants email plans only

MAP REQUEST (PI PLANS ONLY)

BGE

1068 N. Front Street, Room 400

Baltimore MD 21202

Phone: 410-470-6646

[email protected]

Suzanne Maxa-Albers

Sr. Project Manager, Project Management

Office: 410-470-4494

Cell: 410-916-2040

[email protected]

164

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

06-08-18

875 — UTILITIES STATEMENT

Marc Johnson

Assistant-Project Management- Project

Manager

Office: 410-470-7863

Cell: 443-734-7393

[email protected]

(For Both)

BGE - Electric

2900 Lord Baltimore Drive

1st Floor

Baltimore MD 21244

Phone: 410-470-7868

Mr. Barry Herbert Jr.

BGE - Gas

2900 Lord Baltimore Drive -2nd Floor

Baltimore MD 21244

Office: 410-470-7925

Cell: 410-984-7318

[email protected]

Mr. Robert Andersen

Colonial Pipeline Co.

NED Right-of-Way Manager

696 Mantua Grove Rd

West Deptford NJ 08066

Office: 856-202-4045

Cell: 609-238-9133

[email protected]

Robert Andersen is requesting to Email

him a location map first and then if he

needs plans he will request them prefers

PDF on a CD

Mr. Jerry Fishel

Columbia Gas Transmission, LLC

34646 Old Valley Pike

Strasburg VA 22657

Phone: 540-465-6441

Cell: 540-717-0560

[email protected]

23 of 33

Jerry is requesting you send email with

Title sheet and letter and he will let us

know if he needs plans or not to review.

Kris Kobylski

Zayo Group

13861 Sunrise Valley Drive, Suite 450

Herndon VA 20171

Phone: 571-220-4813

[email protected]

CC Brad Leatherman on all correspondence

Zayo Group

Attn: Bradley Leatherman

Same address as above

Cell: 703-928-0649

[email protected]

Send email with letter and title sheet

attached. If Plans are needed hard Copies

only and will have someone pick them up.

Mr. Phil Holland

Comcast Cable Television

7195 Troy Hill Drive

Elkridge MD 21075

Phone: 410-497-0232

Cell: 410-303-7672

[email protected]

Mr. Karl Strootman

Fiberlight

7500 Greenway Center Drive, Suite 110

Greenbelt MD 20770

Business: 301-220-2175

Cell: 410-979-0384

[email protected]

165

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

06-08-18

875 — UTILITIES STATEMENT

Mr. Thomas Butler

Howard County Department of Public

Works

Bureau of Engineering

9250 Bendix Road

Columbia MD 21045

Phone: 410-313-2414

[email protected]

Mr. Robert Mezzadra

OSP Engineer

GFS-Baltimore, MD

Level 3 Communications

300 West Lexington St.

Baltimore MD 21201

Phone: (443)-847-1525

[email protected]

(Field Operations only)

Level 3 Communications

1025 Eldorado Boulevard

Broomfield CO 80021

Phone: 720-888-0336

[email protected]

Email title sheet and letter.

CC Robert Mezzadra.

Ms. Jeri Mitchell

Senior OSP Tech/Permitting

CenturyLink

2900 Towerview Road, Suite 150

Herndon VA 20171-5409

Phone: 703-464-7539

Cell: 703-932-4434

[email protected]

Mr. Adam Rice

MCI Communications Services, Inc.

MCI Metro Access Transmission Services,

LLC

4900 Washington Boulevard

Halethorpe MD 21227

Cell: 571-220-8978

[email protected]

24 of 33

Mr. Mike Gnip

Technology MD Network Company, LLC

11490 Commerce Park Drive, Suite 410A

Reston VA 20191

Cell: 443-852-4123

[email protected]

They will pick-up relocation plans from

District 7 Office.

Mr. Tim Butler

Verizon of Maryland

215 Ritchie Ln., 2nd Flr

Glen Burnie, MD 21061

Phone: 410-766-1439

[email protected]

Mr. Willy Gayle

State Wide ITS Supervisor

State Highway Administration

Communication Division

5901 Baltimore National Pike

Baltimore MD 21228

William Gayle [email protected]

Office: 410-455-8330

Phone: 410-455-8340

Fax: 410-744-4716

[email protected]

Mr. John Roebuck

Williams Gas

11910 Carroll Mill Road

Ellicott City MD 21042

Phone: 410-465-0960 X2234

Cell: 410-984-3442

[email protected]

166

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

06-08-18

875 — UTILITIES STATEMENT

Lightower Fiber Networks/Sidera

Attn: Steve Drake Lightower Fiber

Construction.

11 New Plant Court

Owings Mills MD 21117

Office: 585-743-1736

Cell: 585-645-9005

[email protected]

Mr. Thomas Sprigle

Senior Fiber & Construction Manager

Mid-Atlantic Region Lightower

Fiber Networks

Cell: 443-250-1873

[email protected]

Mr. Glenn Manning

Department of Technology and

Communication Services

Howard County Government

3930 Stanford Boulevard

Columbia MD 21045

Office: 410-313-0467

Cell: 443-896-3941

[email protected]

Mr. Denis McElligot

Maryland DOIT

45 Calvert Street

Annapolis MD 21401

410-260-6125

[email protected]

Mr. Kenneth Garvey

BGE-Electric

Transmission Engineering, Design & Stds.

1068 North Front Street (Room 200)

Baltimore MD 21202

Phone: 410-470-6836

[email protected]

25 of 33

Mr. Mike Lott

Crown Castle

513 Progress Drive, Suite M

Linthicum Heights MD 21090

Office: 667-207-7995

Cell: 717-650-4255

[email protected]

167

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

06-08-18

875 — UTILITIES STATEMENT

District 6:

Allegany County:

Comcast Television

Dale Blass

16 Maple Street

Frostburg, Maryland 21532

Office: 301-689-2060

Potomac Edison

Marty Dunnington

700 Fourth Street

Cumberland, Maryland 21502

Office: 301-759-5709

Verizon Of Maryland

Gary Bennett

425 Blackiston Avenue

Cumberland, Maryland 21502

Office: 301-759-1846

Allegany County Department Of Public

Works

Jim Taylor

701 Kelly Road, Suite 300

Cumberland, Maryland 21502

Office: 301-729-3311

City Of Cumberland

Brooke Cassell

P.O. Box 1702

Cumberland, Maryland 21502

Office: 301-759-6622

City Of Frostburg

Chris Hovatter

Po Box 440, 59 East Main Street

Frostburg, Maryland 21532

Office: 301-689-6000

26 of 33

Columbia Gas Of Maryland

Kerry Puffinburger/Dave Yates

1000 Industrial Blvd.

Cumberland, Maryland 21502

Office: 301-784-3379

Level (3) Communications LLC./Century

Link

Tadeusz Okninski

3005 Big Woods Road

Ijamsville, Maryland 21754

Cell: 703-863-0117

LaVale Sanitary Commission

Creed Brode Jr.

1 Roselawn Avenue, P.O. Box 3324

Cumberland, Maryland 21502

Office: 301-729-1638

Atlantic Broadband

Scott Wilson

201 South Mechanic Street

Cumberland, Maryland 21502

Office: 301-759-4806 Ext. 9

Maryland Department Of Information

Technology

John White

45 Calvert Street

Annapolis, Maryland 21401

Cell: 301-616-1005

Zayo Bandwidth Ne, LLC.

Christopher Yost

Two North Ninth Street

Allentown, Pennsylvania 18101

Office: 610-774-5151

Town Of Lonaconing

John Coburn, Jr.

7 Jackson Street

Lonaconing, Maryland 21539

Office: 301-463-6233

168

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

06-08-18

875 — UTILITIES STATEMENT

Town Of Barton

Dan Colmer

19018 Legislative Road, SW

Barton, Maryland 21521

Office: 301-463-6347

Town Of Luke

Edward Clemons, Jr.

510 Grant Street

Luke, Maryland 21540

Office: 301-359-3074

Town Of Midland

Richard Blair

19823 Big Lane, Sw

Midland, Maryland 21542

Office: 301-463-5290

City Of Piedmont

Tim Jackson

52 Second Street

Piedmont, West Virginia 26750

Office: 304-355-2621

Town Of Westernport

Danial Laffey

Po Box 266, 107 Washington Street

Westernport, Maryland 21562

Office: 301-359-3932

Columbia Gas Transmission

Donald Michael

12001 Industrial Park Street

Cumberland, Maryland 21502

Office: 301-729-5602

Fiber Net, LLC

Mike Ryder

211 Leon Sullivan Way

Charleston, West Virginia 25301

Office: 304-353-0234

27 of 33

State Highway Administration Lighting

Randy Baechtel

1251 Vocke Road

LaVale, Maryland 21502

Cell: 301-707-3465

169

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

06-08-18

875 — UTILITIES STATEMENT

Garrett County:

Garrett County Roads Department

Jay Moyer

P.O. Box 476

12778 Garrett Highway

Oakland, Maryland 21550

Office: 301-334-7488

Verizon Of Maryland, Inc.

Gary Bennett

425 Blackiston Avenue

Cumberland, Maryland 21502

Office: 301-759-1846

Grantsville Water Department

Robin Jones

171 Hill Street, Po Box 298

Grantsville, Maryland 21536

Office: 301-985-3144

Garrett County Water And Sewer

Pat Hudnall

2008 Maryland Highway, Suite 2

Mt. Lake Park, Maryland 21550

Office: 301-334-7465

Potomac Edison

Keith Artice

12454 Garrett Highway

Oakland, Maryland 21550

Office: 301-533-3301

Level (3) Communications LLC./Century

Link

Tadeusz Okninski

3005 Big Woods Road

Ijamsville, Maryland 21754

Cell: 703-863-0117

28 of 33

Town Of Oakland

Mayor Margret J. Jamison

15 South Third Street

Oakland, Maryland 21550

Office: 301-533-0040

Maryland Department Of Information

Technology

John White

45 Calvert Street

Annapolis, Maryland 21401

Cell: 301-616-1005

Comcast Television

Anthony Francioni

1530 Chartiers Avenue

Pittsburgh, Pennsylvania

Cell: 412-589-6946

Shenandoah Telecommunications/Shentel

Steve Heltzel/Mike Sanders

500 Shentel Way

Edinburg, Virginia 22824

Office: 540-984-5363

Town Of Accident

Richard Carlson

Po Box 190, 104 S. North Street

Accident, Maryland 21520

Office: 301-746-6346

Town Of Deer Park

Donald Dawson

100 Church Street

Deer Park, Maryland 21550

Office: 301-334-4531

Pro Com Communications

Kevin Slagle

Route 3 Po Box 69g

Bruceton Mills, West Virginia 26525

Office: 301-616-6043

170

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

06-08-18

875 — UTILITIES STATEMENT

Town Of Loch Lynn Heights

Carolyn Corley

211 Bonnie Boulevard

Loch Lynn Heights, Maryland 21550

Office: 301-334-8339

Town Of Kitzmiller

Robert Reckart

104 W. Centre Street, Po Box 607

Kitzmiller, Maryland 21538

Office: 301-453-3449

Town Of Mountain Lake Park

Donald Sincell

1007 Allegany Drive, Po Box 2182

Mountain Lake Park, Maryland 21550

Office: 301-334-2250

Town Of Friendsville

Spencer Schlosnagle

313 Chestnut Street

Friendsville, Maryland 21531

Texas Eastern Pipeline

Brett Herring

Po Box 254

Accident, Maryland 21520

Office: 301-746-6650

Somerset Rural Electric

Doug Glessner

223 Industrial Park Road, Po Box 270

Somerset, Pennsylvania 15501

Office: 814-483-0096

Somerfield Cable Television

Mike Diehl

6511 National Pike

Addison, Pennsylvania 15411

Office: 814-395-3084

29 of 33

Zayo Bandwidth Ne, LLC.

Christopher Yost

Two North Ninth Street

Allentown, Pennsylvania 18101

Office: 610-774-5151

Crown Castle

Mike Lott

513 Progress Drive, Suite M

Linthicum Heights, Maryland 21090

Office: 877-486-9377

State Highway Administration Lighting

Dorsey Guard

3876 National Pike

Accident, Maryland 21520

Cell: 301-895-3234

171

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

06-08-18

875 — UTILITIES STATEMENT

Washington County:

N- Telos Communications

Stan Werner

524 West Broad Street

Waynesboro, Pa. 22980

Office: 540-946-3127

Verizon Of Maryland, Inc.

Dan Ruth/Julie Ludwick

1710 Underpass Way

Hagerstown, Maryland 21740

Office: 301-790-7115

Antietam Cable Tv

Ben Burger

1000 Willow Circle

Hagerstown, Maryland 21740

Office: 240-420-2084

Potomac Edison

Dewey Shaeffer

10802 Bower Avenue

Williamsport, Maryland 21795

Office: 301-582-5266

City Of Hagerstown Water & Sewer

Department

Troy Johnson/Nancy Hausrath

51 West Memorial Blvd.

Hagerstown, Maryland 21740

Office: 301-739-8577 Ext. 691

Columbia Gas Of Maryland

Dwayne Miller

55 Sycamore Street

Hagerstown, Maryland 21740

Office: 240-420-2026 Or 1-888-460-4332

30 of 33

Washington County Water And Sewer

Department

Mark Bradshaw

16232 Elliott Parkway

Williamsport, Maryland 31795-4083

Office 1-240-313-2615

Level (3) Communications LLC./Century

Link

Tadeusz Okninski

3005 Big Woods Road

Ijamsville, Maryland 21754

Cell: 703-863-0117

Maryland Department Of Information

Technology

John White

45 Calvert Street

Annapolis, Maryland 21401

Cell: 301-616-1005

AT&T Communications

Gary Wigfield

11026 Fingerboard Road

Monrovia, Maryland 21770

Office: 301-874-1180

Shenandoah Telecommunications/Shentel

Steve Heltzel/Mike Sanders

500 Shentel Way

Edinburg, Virginia 22824

Office: 540-984-5363

Crown Castle

Mike Lott

513 Progress Drive, Suite M

Linthicum Heights, Maryland 21090

Office: 877-486-9377

Zayo Bandwidth Ne, LLC.

Christopher Yost

Two North Ninth Street

Allentown, Pennsylvania 18101

Office: 610-774-5151

172

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

06-08-18

875 — UTILITIES STATEMENT

Lumos Network

Mary Mcdermott

524 West Broad Street

Waynesboro, Virginia 22980

Office: 800-320-6144

Town Of Williamsport

William Green

Po Box 307, 2 N. Conococheague Street

Williamsport, Maryland 21795

Office: 301-223-7711

Town Of Smithsburg

Mildred Myers

Po Box 327, 21 W. Water Street

Smithsburg, Maryland 21783

Office: 301-824-7234

Town Of Sharpsburg

Hal Spielman

Po Box 368, 106 E. Main Street

Sharpsburg, Maryland 21782

Dominion Energy Transmission, Inc.

Russell Johnson

5423 Mamont Road

Murrysville, Pennsylvania 15668

Office: 724-387-5527

Town Of Keedysville

Ken Lord

Po Box 359, 19 South Main Street

Keedysville, Maryland 21756

Office: 301-432-5795

Town Of Hancock

David Smith

126 West High Street

Hancock, Maryland 21750

Office: 301-678-5622

31 of 33

Town Of Funkstown

Paul Crampton, Jr.

Po Box 235, 30 E. Baltimore Street

Funkstown, Maryland 21734

Office: 301-791-0948

Town Of Clear Spring

Paul Hose, Jr.

Po Box 104, 146 Cumberland Street

Clear Spring, Maryland 21722

Office: 301-842-2252

Town Of Boonsboro

Howard Long

21 N. Main Street

Boonsboro, Maryland 21713

Office: 301-432-5141

State Highway Administration Lighting

Dave Nichols

18320 Col. Henry K. Douglas Drive

Hagerstown, Maryland 21740

Cell: 240-920-4439

173

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

08-03-17

875 — UTILITIES STATEMENT 32 of 33

(f) Administration Owned Facilities. The Administration may have existing facilities

within the limits of this project. No conflicts are anticipated, however, the Contractor

shall exercise caution when working in their vicinity. MISS UTILITY does not locate

these facilities. The Contractor shall notify the appropriate contacts 72 hours (three full

working days) in advance of working in each facilities area. The Contractor shall not

open or enter into any of the Administration’s facilities. The Contractor shall also

notify the Administration to locate and mark all Administration owned facilities, street

lights, sign lights, traffic signals, fiber optic cables, communication cables, and

Intelligent Transportation System (ITS) devices.

Intelligent Transportation

System (ITS)

Communications Division

410-747-8590

ITS Operations

410-787-7662

Both Agencies shall be contacted

Street and Sign Lights

Contact the local Resident Maintenance Engineer

Traffic Signals

Hanover Complex Signal Shop

410-787-7652.

Fiber Optics & Communication Cables

Statewide Operations Center (SOC)

1-800-543-2515

(g) When it is necessary to use steel plates at any point during construction, the following

minimum requirements shall be met:

(1) Steel plates shall be at least 1 in. thick.

(2) Steel plates shall cover access pits with a 1 ft overlap onto existing pavement on all

four sides of access pits.

(3) When only three sides overlap existing roadway, the fourth side shall be supported by

a 12 x 12 in. I beam or timber.

(4) In cases where plates are used to cover extremely large excavations, an immediate

support system shall be installed that will prevent deflection.

(5) Steel plates shall be pinned at the corners to prevent movement.

174

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

08-03-17

875 — UTILITIES STATEMENT 33 of 33

(6) Steel plates shall be ramped with cold patch or hot mix asphalt at end of each work shift.

(7) All steel plates that are placed in the roadway during the winter months shall be

recessed.

(8) In cases where two or more are placed together, they shall be welded together by

placing at least three welds, 12 in. (centered on each plate) in length on each abutting

plate. One weld shall be placed no more than 1 ft from each edge and one shall be

placed in the center of the plates.

(g) Unless otherwise specified all notifications to the above utility companies and “MISS

UTILITY”, at 1-800-2577777, shall be given 48 hours (two full working days) in advance

of working in the area of each specifically affected utility. The notification to "MISS

UTILITY “is required whenever any excavating or similar work is performed.

(h) If an adjustment is required to facilities, it is necessary that the existing facilities remain

in service until the new construction is complete and placed in service. The Contractor

shall prepare a plan to keep the facilities in service and submit copies to the Project

Engineer and the utility owner for approval at least 10 business days prior to the start of

work. Also, when adjustments are required, establishment of lead times is necessary to

meet the applicable utility schedule and coordination with the Contractor's work

operation. All adjustments shall be done in conformance with the pertinent utility

owner’s specifications. The Contractor shall contact the pertinent utility owners prior to

adjustment of any facility. The Contractor shall request the utility to accept in writing all

adjustments upon completion of work and arrange a field meeting between the utility, the

Contractor, and the Engineer.

875.04 MEASUREMENT AND PAYMENT. Working around or protecting the utilities,

regardless of ownership (State or public), adjusting the utilities and removal of temporary

materials from the adjusted utilities, and cooperation with the owners of the utilities and with

other contractors will not be measured but the cost will be incidental to the items specified in

the Contract Documents.

175

SPECIAL PROVISIONS CONTRACT NO. XX1635F80 902 — PORTLAND CEMENT CONCRETE AND RELATED PRODUCTS 1 of 1

07-05-17

SECTION 900 MATERIALS

SECTION 902 — PORTLAND CEMENT

CONCRETE AND RELATED PRODUCTS

902.10 PORTLAND CEMENT CONCRETE. ADD: The following after 902.10.10 Price Adjustment. 902.10.11 Concrete Chloride Content. C1218. Water soluble chloride ion content contributed

from the water, aggregates, cementitious materials and admixtures used shall not exceed the

maximum chloride ion content listed in the table below.

Maximum Water Soluble Chloride Content

percent by weight of cement

Non Reinforced Concrete N/A

Reinforced Concrete 0.15

Prestressed Concrete 0.06 902.11 MORTAR FOR GROUT. ADD: The following after 902.11 (e). 902.11.01 Chloride Ion Content. C1218. Refer to Items (a), (b) and (c) above. Water soluble

chloride ion content for each lot of grout shall not exceed 0.06 percent by weight of cement when

tested. Chloride ion content shall be independently tested prior to placement.

Perform chloride ion concentration testing on the grout (before the addition of water) at least

once per project and a minimum of every 40 000 lb of material produced.

176

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

911 — JOINTS 1 of 3

08-11-17

SECTION 900 MATERIALS

SECTION 911 — JOINTS

911.01 JOINT SEALER AND CRACK FILLER ADD: The following after 911.01.02. 911.01.03 Pourable Silicone Joint Sealant for Structures. Pourable silicone sealant for roadway joints in structures shall be a two component, cold applied, rapid cure (accommodate thermal and vertical traffic movements within 8 hours), self-leveling, 100% pure silicone sealant. Both components shall be supplied in premeasured containers of which the total contents of both will be mixed together. A VOC compliant primer will be used throughout all applicable tests when recommended by the manufacturer. The material shall conform to the following requirements:

TEST PROPERTY

TEST METHOD

SPECIFICATION LIMITS

Part A

Specific Gravity D 792 1.2-1.4

Extrusion Rate (ml/minute) C 1183, Type S 50 minimum

VOC (g/L) — 50

Color — Dark Grey

Part B

Specific Gravity D 792 1.3-1.6

VOC (g/L) D 3960 0

The material shall conform to the following requirements when mixed and applied at 77º F and 50% relative humidity:

TEST PROPERTY

TEST METHOD

SPECIFICATION LIMITS

As Cured (Joint size = ½ inch x ½ inch x 2 inches)

Skin-Over Time (minutes) — 20

Tack-Free Time (minutes) — 30-60

Cure (hours) — 8

Hardness, Durometer (Shore A) D 2240 55 ± 5

Joint Elongation (%) D 412, Die C 600 minimum

Joint Modulus @ 150% elongation (psi) D 412, Die C 8-12

Joint Movement (%) C 719 +100/-50

177

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

911 — JOINTS 2 of 3

08-11-17

TEST PROPERTY

TEST METHOD

SPECIFICATION LIMITS

Operating Temperature Range (ºF) — -50 to 300

Accelerated Weathering (hours) C 793 5,000

Each container of silicone joint sealant shall have a minimum shelf life of six months, and material more than six months old shall be retested prior to use. 911.01.04 Preformed Silicone Joint Seal. The manufacturer shall furnish certification showing that the preformed silicone joint seal meets the following:

TEST PROPERTY

TEST METHOD

SPECIFICATION LIMITS

Specific Gravity D 792 1.3-1.6

Hardness, Durometer (Shore A) D 2240 55 ± 5

Tensile Strength (psi) D 412, Die B 750

Elongation (%) D 412, Die B 350

Tearing Strength (lbs./inch) D 624, Die B 80

Compression Set (%) @ 350º F, 72 hrs. D 395 30

Heat Aged Properties (change %)

(Hardness, tensile strength, elongation) D 573 10 maximum

Operating Temperature Range — -50 to 300

Color — Black

911.01.05 Silicone Adhesive. The manufacturer shall furnish certification showing that the on-sag, high modulus silicone adhesive meets the following at 77º F and 50% relative humidity:

TEST PROPERTY

TEST METHOD

SPECIFICATION LIMITS

Sag/Flow (inches) C 639 0.20 maximum

Skin Over Time (minutes) — 5-10

Tack Free Time (minutes) C 679 30 maximum

Cure, ¼ inch thickness, (hours) C 679 24 maximum

Hardness, Durometer (Shore A2) C 661 25 maximum

Elongation (%) D 412 450 minimum

Tensile Strength (psi) D 412 200 minimum

Resistance to UV C 793 No Cracking, Chalking or

Degradation

178

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

911 — JOINTS 3 of 3

08-11-17

TEST PROPERTY

TEST METHOD

SPECIFICATION LIMITS

Peel Adhesion to Substrates (lbs./inch) C 794 50 minimum

VOC D 3960 0

911.01.06 Non-Sag Silicone Sealant for Vertical Joints in Structures. Non-sag silicone sealant for vertical joints in structures shall be a one-part, cold applied, non-sag silicone sealant material that cures to a weather and UV resistant low-modulus silicone rubber upon exposure to atmospheric moisture. The material shall conform to the following requirements when applied and cured for 21 days at 77º F and 50% relative humidity:

TEST PROPERTY

TEST METHOD

SPECIFICATION LIMITS

Specific Gravity D 792 1.3-1.6

Slump (in.) D2202 0.30 maximum

Extrusion Rate (ml/minute) C 1183 20 maximum

Skin-Over Time (minutes) — 60 maximum

Tack-Free Time (hours) C 679 5 maximum

Hardness, Durometer (Shore A2) C 661 25 maximum

Tensile Stress @ 150% elongation (psi) D 412, Die C 45 maximum

Elongation (%) D 412, Die C 600 minimum

Joint Movement (%) C 719 +100/-50

Heat Aged Properties (change %)

(hardness, tensile strength, elongation)

C 792 10 maximum

Accelerated Weathering (hours) C 793 5,000

Color Grey or Black

No cracks or separation allowed after the material is cured. Each container of silicone sealer shall have a minimum shelf life of six months. Material more than six months old shall be retested.

179

SPECIAL PROVISIONS CONTRACT NO. XX1635F80

METAL REINFORCED EPOXY FILLER

06-08-18

1 of 1

CATEGORY 900

MATERIALS

METAL REINFORCED EPOXY FILLER

METAL REINFORCED EPOXY FILLER. The metal reinforced epoxy filler shall be a metal

reinforced epoxy/polymeric compound that is designed to rebuild, restore, and repair metal

surfaces. The epoxy filler shall be one of the following, or as approved by the Engineer:

PRODUCT MANUFACTURER

FX-738 Metal Rebuild Grade Simpson Strong Tie

Faststeel Steel-Filled Epoxy Putty Polymeric Systems, Inc.

Plastic Steel Putty ITW Devcon

The manufacturer shall furnish actual test results for each batch of epoxy filler submitted

showing the following:

PROPERTY TEST METHOD

Compressive Strength D 695

Shear Strength D 1002

Test data will be used for quality control purposes only.

180