office of purchasing and supply service - pgcps...ifb 042-17 1 office of purchasing and supply...
TRANSCRIPT
IFB 042-17 1
Office of Purchasing and Supply Service
Facilities Administration Building (FAB)
13300 Old Marlboro Pike, Room 20
Upper Marlboro, MD 20772
Phone: 301-952-6560 Fax: 301-952-6605
Robert Johnson, Esq., Director
DATE OF ISSUE:
May 12, 2017
INVITATION FOR BID #:
042-17
BID TITLE:
Seabrook ES Sprinkler System Replacement
Project
PRE-BID DATE & TIME:
N/A
LOCATION OF PRE BID:
N/A
DATE/TIME OF BID OPENING:
June 13, 2017
BUYER:
Donna Parks, Buyer
Company Name: ________________________________________________________________
RECEIPT OF BID
Sealed bids for the requirements set forth herein will be received in the Purchasing Department, Room 20, Board of Education of
Prince George’s County (BOARD), 13300 Old Marlboro Pike, Upper Marlboro, MD 20772-9983, before the deadline of June 9,
2017 @ 2:00 p.m. . In order to be considered for award, all bids must be received with an original and two (2) duplicate copies (1)
one CD or USB of the bid, including supporting documentation. The bid title and bid number must be stated on the lower left
corner of the submission envelope.
All bidders will be fully responsible for the timely delivery of the Bid response to the designated location to include bids hand carried,
sent by common carriers, (UPS, Federal Express and the U.S. Postal Service). Bids delivered to any other office or location other than
the Purchasing Department prior to bid opening deadline will not be considered. Competitive sealed Bids are publicly opened and
available for review except to the extent the bidder designates trade secrets or other proprietary data to be confidential as set forth in
this title. Prices, makes, and model or catalog numbers of the items offered, deliveries, and terms of payment shall be publicly
available at a reasonable time after bid opening but in any event before contract award regardless of any designation to the contrary at
the time of bid opening.
MINORITY & LOCAL BUSINESS INITIATIVE
A. The Board is continually seeking to provide services, program enhancements and procurement opportunities to help ensure
the success of its qualified local minority and qualified local small businesses. The Board strongly encourages its Contractors
to maximize the use of qualified local minority business and qualified local small business enterprises on projects. Prime
contractors are encouraged to seek and utilize locally based minority and women-owned subcontractors from within the
geographical boundaries of Prince George’s County. To be responsive in the bid submittal, the bidder or proposer shall either
maximize the use of qualified local minority business and/or qualified local small business enterprises on each project or be
able to verify, through documentation that good faith efforts were engaged to maximize the use of qualified local minority
business and/or qualified local small business enterprises. Minority Businesses included in the bid package at time of bid
opening, cannot be changed without prior approval of the Director of Purchasing and Supply Services
MINORITY BUSINESS ENTERPRISE PROGRAM – PROHIBITIONS
State Law HB 389 and SB 611, Prime Contractors are prohibited by law from including a certified MBE in a bid or proposal
without requesting, receiving, or obtaining the MBE’s authorization. The contractor must also use the MBE’s services to
perform the contract. In addition, the contractor may not pay the MBE solely for the use of its name in the bid or proposal.
Prime Contractor may be prosecuted if they fail to comply with the law. The Board is required under the law to report the
violation.
BID DOCUMENTS
The Bid documents may be obtained by:
IFB 042-17 2
1. Downloading the document from the Board’s website at: www.pgcps.org. Touch About US, drop down, click on Administrative
Org Chart, under Offices choose Purchasing, then Procurement Opportunities.
2. Choose Purchasing, then Procurement Opportunities.
3. Access through eMaryland Marketplace at https://ebidmarketplace.com
4. Calling the Purchasing Department at 301-952-6560.
5. Visiting the Purchasing Department between the hours of 8:00 AM and 4:30 PM, Monday through Friday, excluding holidays.
The Purchasing Department is located at 13300 Old Marlboro Pike, Room 20, Upper Marlboro, MD 20772-9983.
SCOPE OF WORK The BOARD requests bids for the Seabrook Elementary School, Sprinkler System Replacement. The specifications are contained
in the Invitation for Bid. Responses submitted must meet or exceed all requirements. Bid that do not meet or exceed all requirements
will be considered non-responsive. All exceptions must be noted.
SITE VISIT
A site visit will be scheduled on May 24, 2017, at 10:00 am at Seabrook Elementary School, 6001 Seabrook Road,
Lanham-Seabrook, MD 20706. Failure to participate in the site visit will not relieve a successful bidder from the necessity of his
obligation to furnish all material and labor necessary to carry out the provisions of the Technical Section of this RFP and to complete
the contemplated Work for the consideration set forth in his bid. For information pertaining to a site visit , contact the Department of
Capital Programs, Mr. Kamor Muse-Ariyoh, Project Manager at: [email protected] check our website for updates. Please do not
contact the school directly.
INSURANCE
The successful Bidder is required to furnish a certificate of insurance. The certificate must be issued to the BOARD OF
EDUCATION OF PRINCE GEORGE’S COUNTY. Bonds issued to the PRINCE GEORGE’S COUNTY PUBLIC SCHOOLS
WILL NOT BE ACCEPTED.
BID BOND
Bidders are required to submit a bid bond in the amount of five percent (5%) as determined by the BOARD and specified in the IFB,
to ensure the satisfactory completion of the work for which a contract or purchase order is awarded that may exceed $100K. (COMAR
21.06.07.02)
The Bond, Cashier’s or Certified Check must be made in favor of the BOARD OF EDUCATION OF PRINCE GEORGE’S
COUNTY, UPPER MARLBORO, MARYLAND 20772-9983.
PERFORMANCE AND LABOR BOND
The successful Bidders are required to submit a performance and/or labor bond, Cashier’s or Certified Check in the amount of one
hundred percent (100%) as determined by the BOARD and specified in the IFB, of all phases of the contract to ensure the satisfactory
completion of the work for which a contract or purchase order is awarded that exceeds $100,000. (COMAR 21.06.07.10) The Board
reserves the right to request performance and labor bond for amounts over or under $1,000.00.
The bond, cashiers, or certified check must be made in favor of the BOARD OF EDUCATION OF PRINCE GEORGE’S
COUNTY, UPPER MARLBORO, MARYLAND 20772-9983.
LIQUIDATED DAMAGES/FAILURE TO PERFORM WORK The successful bidder accepts this contract with the understanding that should they fail to complete the work in an acceptable manner
and in the time stated, shall be subject to the payment of liquidated damages as stated in the bid document.
IFB 042-17 3
Liquidated Damages Schedule
Amount Amount Per Day
$25,000 and under $100.00
$25,000 - $100,000 $250.00
$100,000- $500,000 $500.00
$500,000- $1,000,000 $550.00
$1,000, 000-$2,500,000 $750.00
$2,500,000-$5,000,000 $1,000.00
$5,000,000-$10,000,000 $1,500.00
$10,000,000-$15,000,000 $2,000.00
$15,000,000 and More $2,500.00
MINORITY BUSINESS ENTERPRISES
Prince George’s County Public Schools has a Minority Business Enterprise (MBE) Program in effect. Information about this program
and forms for compliance are included in the bid documents; also the forms can be downloaded online at:
http://www1.pgcps.org/generalcounsel/, click on “Administrative Procedures,” then click on New Construction -3000 for
Administrative Procedure 3325 and attachments . All firms submitting a proposal must complete the appropriate forms and submit
the forms with their proposal. For this project, the BOARD will recognize minority certification from the State of Maryland
Department of Transportation (MDOT). For additional information contact the Minority Business Office at 301-952-6563.
LOCAL MBE INITIATIVE
In accordance with Prince George’s County School goals promoting minority and locally based purchases, if all other factors
are equal, priority shall be given to a locally based firm. "Locally based firm" in this instance refers to a company or firm
with a primary business address located within the geographical boundaries of Prince George’s County. (Admin Procedure
3325)
NOTICE TO BIDDERS Bidders wishing to do business with the BOARD are asked to register with the Purchasing Department. The successful bidder must be
an active vendor in Oracle to receive Purchase Orders and Payment. To register, contact the Purchasing Department at 301-952-6560
to receive instructions on how to register or visit the Purchasing website at http://www1.pgcps.org/isupplier/.
Prince George’s County Public Schools does not discriminate in educational programs, activities or employment on the basis of race,
color, national origin, sex, age, religion or disability.
Bidders will be required to comply with all applicable requirements pertaining to fair labor, state and local government.
In accordance with Prince George’s County School goals promoting minority and locally based purchases, if all other factors are
equal, priority shall be given to a locally based firm. "Locally based firm" in this instance refers to a company or firm with a primary
business address located within the geographical boundaries of Prince George’s County. (Admin Procedure 3325)
No Bid may be withdrawn for at least one hundred twenty (120) days after the scheduled closing time for receipt of Bids by order of
the Board of Education of the Prince George’s County Public Schools, Upper Marlboro, Maryland 20772-9983.
Prince George’s County Public Schools accepts no obligations for costs incurred by Bidders in preparing or submitting a Bid and
reserves the right to reject any and all Bids received.
Note: The awardee shall be required to agree to the terms of Prince George’s County Public Schools’ standard modified AIA
documents/contracts, which will be provided as an addendum prior to the solicitation deadline, as part of the entire
agreement.
AWARD The BOARD reserves the right to award the contract to the lowest responsive and responsible bidder complying with all provisions of
the bid, provided the bid price is reasonable and it is in the best interest of the BOARD to accept. A contract may be awarded to one
or multiple vendors, by item or in the aggregate, or any combination thereof.
IFB 042-17 4
NON-AWARD
Bidder will be notified via email, if their organization is not selected as the apparent lowest responsive bidder.
REJECTION OF BIDS The BOARD reserves the right to reject any or all bids in whole or in part and to waive any technicalities or informalities as may best
serve the interests of the BOARD, to increase or decrease quantities where quantities are shown and may reject any bid which
indicates any omission, contains alteration of form or additions not requested, or imposes conditions s alternate items and may make
any award which is deemed to be in the best interest of the BOARD.
NON-EXCLUSIVE The intent of this contract is to provide the Board with an expedited means of procuring supplies and/or services at the lowest cost.
This contract is for the convenience of the Board is considered to be a "Non-Exclusive" use contract. The Board does not guarantee
any usage. The Board will not be held to purchase any particular Brand, in any groups, prices or discount ranges, but reserves the right
to purchase any item/items listed in the price schedule submitted.
CONTRACTORS IN LEGAL PROCEEDINGS WITH PGCPS
PGCPS recognizes the significant costs and imposition on the time of personnel associated with legal proceedings.
Accordingly, PGCPS has adopted a process stating that:
“One factor, among others, that are to be considered when awarding a contract or purchase order is the existence of a
pending legal dispute – whether in court or an alternative dispute forum – with any contractor or vendor which has
submitted a bid or proposal. Before including consideration of the legal dispute as a factor, the Procurement Officer
shall seek the advice of the Office of General Counsel regarding the legal dispute and shall obtain the concurrence of the
Superintendent or his designee.”
QUESTIONS/POINT OF CONTACT
Inquiries should be directed to the following individual:
Purchasing Contact Technical Contact
Donna Parks, Senior Buyer Kamor Muse-Ariyoh
Purchasing Office Capital Improvement Programs
All questions, including requests for technical clarifications, concerning this IFB must be sent via email to:
[email protected] and [email protected] no later than 1:00pm est., on May 31, 2017. All answers will be provided
in the form of an Addendum to the IFB and posted on the website. All questions must be submitted in the form of a Word Document.
Telephone inquiries will not be accepted. No district administrators should be contacted.
Bid Posted: ………….………………………………………………………………………… May 12, 2017
Site Visit: ……………………….…………………………………………………….……….. May 24, 2017
Questions Due Date: ………………………………………………………………..………… May 31, 2017
Addendum Posted: (approximate date only) ……………………………………………….. June 5, 2017
Bid Due Date: ……………………………………………………………………….…...……. June 13, 2017
IFB 042-17 5
BID SUBMITTAL REQUIREMENTS
Vendors must return the following documentation with the bid response. Failure to sign and return these documents may
cause your bid to be ruled non-responsive and ineligible for further evaluation or consideration.
1. One (1) Original and Two (2) Copies of the bid response and one (1) CD or USB, including supporting documentation.
2. Addenda Acknowledgement (The “Addenda Acknowledgement” for must be completed and submitted with the bid
submission. It is the Bidder’s responsibility to check the Purchasing Department’s website for all addenda posted in response
to this IFB.) See Section V.
3. Complete, sign and submit all Affidavits included with the bid (originals shall be submitted with bid).
4. Bid Bond is required of 5% at the time of bid opening.
5. Bidders are additionally required to provide a Notarized Letter of Guarantee from their Surety provider confirming
6. Minority Business Procedure 3325 is applicable (see bid for submittal of required forms)
7. Registered Maryland Contractor Number:
Bidders are required to provide evidence of certification certifying bidder’s qualifications to provide services as
required. Please provide certification with bid or statement attesting to competency of personnel and identifying the
basis upon which such statement is made.
Bidders shall place on the outside of the envelope containing their bid and on their Bid Form over a valid signature
the following notation:
Registered Maryland Contractor No.: _______________________________ for the current year.
8. One (1) copy of Contractor’s Qualification Statement Package (Page 18, Section II, Special Provisions)
9. All Applicable Bid Forms included in this IFB (See Section IV)
ATTACHMENTS:
MBE Administrative Procedures 3325 and Attachments
Specification Sheets
Drawings
Asbestos Requirements
Contract Management Instructions
Bids are due by 2:00 p.m. on June 13, 2017
Submit packages to:
Prince George’s County Public Schools
Purchasing and Supply Services Department
Facilities Administration Building
13300 Old Marlboro Pike, Room 20
Upper Marlboro, MD 20772
ALL ORIGINAL RESPONSES MUST BE SIGNED IN BLUE INK
IFB 042-17 6
SECTION I
GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS
I. GENERAL
A. Any Contract awarded as the result of any Invitation for Bid to furnish supplies, equipment or services to the BOARD OF
EDUCATION, PRINCE GEORGE'S COUNTY, Upper Marlboro, Maryland shall include, in whole or in part, either attached
or incorporated by reference, binding in all respects, these provisions.
B. It is the intent of this Invitation for Bid to provide prospective bidder(s) with complete information relative to the total
performance of any resultant contract. Bidders are obligated to read and understand all parts of this invitation for Bid and to
obtain clarification of any part not thoroughly understood, before submitting their proposal.
C. Contract shall be deemed executory only to the extent of appropriations available to the BOARD for the purchase of such
articles. The obligation of the BOARD on all contracts, including those which envision funding through current and
successive fiscal years, shall be contingent upon actual Board appropriations for the fiscal year(s) involved.
D. All parts of this Invitation for Bid including the GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS, any
addenda, amendments, modifications or any other extraneous matter incorporated by reference, will be applicable to any
contract(s) awarded as a result of this Invitation for Bid.
E. The respondent is required to submit one (1) original and two (2) copies of the proposal and one (1) CD of the complete
proposal and any other applicable documents specific to this Invitation for Bid.
F. Bidder must identify the IFB by placing the IFB number, opening date and time in the lower left hand corner of the envelope. The bidder is solely responsible for the arrival of the proposal in the PURCHASING OFFICE, FACILITIES
ADMINISTRATION BUILDING, 13300 OLD MARLBORO PIKE, ROOM 20, UPPER MARLBORO, MARYLAND
20772-9983, prior to the prescribed deadline for return of bids. Bids will be opened publicly after the time set for receipt and
may be read aloud. Bidders may attend bid openings. Since bids must be received in a sealed envelope, FACSIMILE
COPIES TRANSMITTED VIA "FAX" MACHINES, OR SIMILAR METHODS, WILL NOT BE ACCEPTED
G. Bidder must identify the IFB by placing the IFB number, opening date and time in the lower left hand corner of the
envelope. The bidder is solely responsible for the arrival of the proposal in the PURCHASING OFFICE, FACILITIES
ADMINISTRATION BUILDING, 13300 OLD MARLBORO PIKE, ROOM 20, UPPER MARLBORO, MARYLAND
20772-9983, prior to the prescribed deadline for return of bids. Bids will be opened publicly after the time set for receipt and
may be read aloud. Bidders may attend bid openings. Since bids must be received in a sealed envelope, FACSIMILE
COPIES TRANSMITTED VIA "FAX" MACHINES, OR SIMILAR METHODS, WILL NOT BE ACCEPTED
H. Late bids will not be considered for award accepts under the following conditions:
a. The Bid was sent by mail and it was determined by the BOARD that the late receipt was due solely to miss-handling
by the BOARD after receipt of the address specified in the solicitation. If the BOARD declares administrative or
liberal leave scheduled bid openings or receipt of bids will be extended to the next business day.
b. The time, prescribed on the title page of this Invitation for Bid as the deadline for return of bids, shall be Eastern
Standard Time.
c. In the event of inclement weather on the date this bid is scheduled to open and the BOARD OF EDUCATION OF
PRINCE GEORGE'S COUNTY CENTRAL OFFICES are closed, bid responses will be opened at the
PURCHASING OFFICE on the next business day. The time of opening on the next business day will be the same as
that of the scheduled day. Bid responses will be accepted until the time of opening on the next business day.
II. CONTRACT COMPLETION
A. The project shall commence from date of award through contract completion as specified in the bid document. The
Contract shall continue through required project completion.
IFB 042-17 7
III. AWARD
A. The BOARD reserves the right to award the contract to the lowest responsive and responsible bidder complying with all
provisions of the bid, provided the bid price is reasonable and it is in the best interest of the BOARD to accept. A
contract may be awarded to one or multiple vendors, by item or in the aggregate, or any combination thereof.
IV. ADDENDUM
A. Any addenda to this solicitation issued after this solicitation and before the due date shall become part of the contract. It
is the responsibility of the bidder to make inquiry as to addenda issued. The BOARD will post all addenda to the
solicitation on the BOARD’s website.
V. BID WITHDRAWAL
A. Bids may be withdrawn or modified upon receipt of written request received before the time specified for bid opening.
Requests received after bid opening will not be considered.
VI. ERRORS IN BIDS
A. Failure of the bidder to thoroughly understand all aspects of the Invitation for Bid before submitting his/her bid will not
act as an excuse to permit withdrawal of his/her bid nor secure relief on plea of error. Neither State Law nor Regulation
make allowance for errors either of omission or co-mission on the part of the bidders. Obvious, apparent errors in a bid
may be corrected or withdrawn upon written approval by the BOARD.
When an error is made in extending total prices the unit bid price will govern. Erasures in bids must be initialed by the
bidder. Carelessness in quoting prices or in preparation of bid will not relieve the bidder from performing the contract.
Errors discovered after public opening cannot be corrected and the bidder will be required to perform if the bid is
accepted.
VII. REJECTION OF BIDS
A. The BOARD reserves the right to reject any or all bids in whole or in part and to waive any technicalities or informalities
as may best serve the interests of the BOARD, to increase or decrease quantities where quantities are shown and may
reject any bid which indicates any omission, contains alteration of form or additions not requested, or imposes conditions
s alternate items and may make any award which is deemed to be in the best interest of the BOARD.
VIII. PROTEST
A. The Director of Purchasing and Supply Services shall attempt to resolve informally all protest of bid award
recommendations. Vendors are encouraged to present their concerns promptly to the Buyer and/or Purchasing
Supervisor for consideration and resolution. Open dialogue is helpful for all parties and disputes are often only a
misunderstanding of the evaluation and recommendation process.
1. An interested party (bidding of standing or offeror) may protest to the Director of Purchasing and Supply Services a
proposed award of a contract for supplies, equipment, services, or maintenance. A bidder of standing is a bidder who
would be directly next in line for an award should the protest be supported.
a. The protest shall be in writing addressed to the Purchasing Supervisor with a copy to the Director and shall
include the following:
The name address and telephone number(s) of the protester.
Identification of the solicitation
Statement of reasons for the protest
Supporting documentation to substantiate the claim
The remedy sought
2. The protest must be files with the Purchasing Office within five (5) calendar days of the recommendation of award or
notification to the bidder or offeror that their bid or proposal will be rejected.
IFB 042-17 8
3. A vendor who does not file a timely protest before the contract is executed by the Board is deemed to have waived
any objection.
4. The Director of Purchasing shall inform the Chief Financial Officer (CFO) upon receipt of the protest.
5. The Director of Purchasing shall confer with the general counsel prior to issuance of a decision regarding disputes of
contracts or awards.
6. The Director of Purchasing shall issue a decision in writing. Any decision of a bid award protest may be appealed to
the CFO within two (2) days of issuance of the decision by the Director of Purchasing. The decision of the CFO shall
be final.
B. Appeal of Contract Award Decision
1. A vendor who remains unsatisfied after following the procedures may contest a contract awarded by the Board by
filing an appeal to the Maryland State Board of Education as provided by Maryland’s public school law.
IX. VENDOR ACCEPTANCE
A. The successful bidder(s) will receive from the PURCHASING OFFICE, BOARD OF EDUCATION OF PRINCE
GEORGE'S COUNTY, UPPER MARLBORO, MARYLAND 20772-9983, a contract. Upon receipt, the bidder must
sign and return all copies of the contract.
B. Any required documentation, such as; Performance Bond, Payment Bond, Certificate of Insurance, and other material
required must be submitted by the bidder with the award letter.
C. Failure to sign the contract and return all required documents within fifteen (10) calendar days from date of receipt shall
rule your response null and void and, therefore, award shall be made to the next low responsive bidder. The bidder shall
forfeit any Bonds so posted. In addition, this may also be cause for removal of your firm from the bidder's list.
X. MINORITY BUSINESS ENTERPRISES REQUIREMENTS
A. The Board of Education of Prince George's County Minority Business Program Administrative Procedures No. 3325
(attached) is applicable and will be part of the Bid Requirements. Each bid submitted, including submittals from
certified Minority Business Enterprise (MBE) firms, in response to this solicitation, MUST SUBMIT AT THE TIME
OF BID OPENING a complete Attachment (A) "Certified Minority Business Enterprise Utilization and Fair
Solicitation Affidavit" and a complete Attachment (B) "MBE Participation Schedule". All of the work specified to
be performed by each MBE firm, the contact information, MDOT certification number, minority code, the dollar values,
and percentages must be correct. Failure to adhere to the guidelines outlined in this procedure, may result in your firm
being ruled non-responsive and may jeopardize any future awards. Please see Administrative Procedure 3325 for
additional forms that shall be considered as part of the contract and MUST be furnished by the apparent low bidder to the
MBE Liaison or designated person, within ten (10) working days from notification that the firm is the apparent low
bidder.
B. The contractor or supplier who provides materials, supplies, equipment and/or services for this construction project shall
attempt to achieve the specific overall MBE goal of 15% percent of the total dollar value of the construction contract
established for this project. All prime contractors, including certified MBE firms, when submitting bids as general or
prime contractors, are required to attempt to achieve this goal from certified MBE firms.
C. Only those businesses registered in the Purchasing I-Supplier database and listed in the Minority Business Enterprise
Office directory for the Board of Education of Prince George’s County as a certified minority vendor at the time of any
respective bid opening, shall be recognized as a “Certified Minority Business.” If not listed, evidence of acceptable
certification from the Maryland Department of Transportation (MDOT).
D. The Board of Education of Prince George’s County strongly encourages its Contractors to maximize the use of
qualified locally based minority and women-owned business within the geographical boundaries of Prince George’s
County. The bidder or proposer should be able to verify, through documentation that good faith efforts were engaged to
IFB 042-17 9
maximize the use of qualified local minority and women-owned businesses in Prince George’s County. Documentation
of good faith efforts may be required to be submitted in the sealed bid packet on the date and at the time due for the
respective bid submittal.
E. Minority businesses are encouraged to submit bids in response to this notice. Administrative Procedure No. 3325
may be viewed at the Purchasing Office by prospective bidders. Further information required may be obtained by
contacting the Minority Business Officer, Mr. Wes Owens at: [email protected].
XI. INSURANCE
A. The contractor must maintain and pay for Comprehensive Business Insurance to protect their claims under the
Workers’ Compensation Act, from claims or damages because of bodily injury to others, including employees of the
BOARD, damage to the property of others, including the BOARD, claims for damages arising out of the operation of
motor vehicles, which may arise during the performance of the contract whether caused by themselves or by any sub-
contractor or anyone directly or indirectly employed by either of them, and Product Liability Insurance. Said insurance is
to cover the duration of the contract under an express or implied warranty.
B. The following coverage and limits are required of all vendors:
General Liability, including Products Liability & Completed Operations - $1,000,000 per occurrence/$2,000,000
aggregate
Workers Compensation – Statutory Benefits (Only required if the Contractor will be delivering the product(s)).
Employers Liability - $500,000 each accident/$500,000 injury by disease/$500,000 injury by disease aggregate
(Only required if the Contractor will be delivering the product(s) to our building).
Auto Liability - $1,000,000 combined single limit (Only required if the Contractor will be delivering the product(s)
to our building).
C. The certificate on this insurance shall be made in favor of the BOARD OF EDUCATION OF PRINCE GEORGE’S
COUNTY, UPPER MARLBORO, MARYLAND 20772-9983 and indicate paid up coverage for the term of the
contract.
D. The certificate of insurance TO BE SUBMITTED to the PURCHASING OFFICE, FACILITIES ADMINISTRATION
BUILDING, 13300 OLD MARLBORO PIKE, UPPER MARLBORO, MARYLAND 20772-9983.
E. It will be the responsibility of the successful bidder(s) to ensure that a current Certificate of Insurance is on file in the
Purchasing Office during the entire period of the contract.
F. The cost of the above insurance shall be considered an overhead or operating expense to the Contractor, similar to rental
costs, utilities, automobile liability insurance, and other business related expenses. The premiums or costs to provide
the above insurance shall not be directly related to the cost of the work or services specified in this Invitation for
Bid.
XII. SURETY
A. The following SURETY is required in conjunction with this Invitation for Bid and any resultant contract(s). Bonds or
checks NOT made in favor of BOARD OF EDUCATION OF PRINCE GEORGE'S COUNTY shall not be accepted.
"Prince George's County Public Schools" is not a legal entity, and therefore, bonds or checks made in favor of
Prince George's County Public Schools will not be accepted; the bid offer shall be declared non-responsive and
not considered for award.
1. Bid Bond
a. Bids must be accompanied by a Bid bond or Certified Check in the amount of five percent (5%) of the total
amount of the bid to be made in favor of the
BOARD OF EDUCATION OF PRINCE GEORGE’S COUNTY,
UPPER MARLBORO, MARYLAND 20772-9983
IFB 042-17 10
Certified Checks will be returned to all but the successful bidder(s) within five (5) days after award of
contract(s). Successful bidder’s Certified Check will be returned only upon receipt of Performance Bond.
2. Performance Bond, Cashier’s or Certified Check
a. The successful bidder is required to furnish to the BOARD a Performance Bond, Cashier’s or Certified Check
in the amount of one hundred percent (100%) of all phases of the contract and to be made in favor of the
BOARD OF EDUCATION OF PRINCE GEORGE’S COUNTY,
UPPER MARLBORO, MARYLAND 20772-9983
The above is the legal title for the school system. Deviation from this title shall not constitute intent to furnish
and all such documents shall be rejected and returned. Timeliness is of the essence and delays in furnishing
acceptable documents may constitute default.
b. The insurance company issuing the bond must have a policyholders rating of A Plus and a financial rating of
Class A per Best’s Rating Service. Said surety must be issued by a bonding company licensed to do business in
the STATE OF MARYLAND and acceptable to the BOARD and submitted to the PURCHASING OFFICE,
BOARD OF EDUCATION OF PRINCE GEORGE’S COUNTY, UPPER MARLBORO, MARYLAND 20772-
9983 within 15 calendar days after receipt of award. No contract shall exist prior to return of the signed award
and acceptable surety.
c. The Performance Bond, Cashier’s or Certified Check will provide assurance of faithful performance and
discharge of all duties and responsibilities attendant thereto required by law or as provided herein by the
contractor of all ASPECTS, TERMS AND CONDITIONS of this contract.
B. In addition to the above surety, the following may be required on certain construction contracts. The successful bidder(s)
should be prepared to provide the surety if instructed to do so in any resultant Contract Award.
Labor and Material Payment Bond
a. The successful bidder is required to furnish to the BOARD a LABOR AND MATERIAL PAYMENT BOND
in the amount of one hundred percent (100%) of all phases of the contract and to be made in favor of the
BOARD OF EDUCATION OF PRINCE GEORGE’S COUNTY,
UPPER MARLBORO, MARYLAND 20772-9983
The above is the legal title for the school system. Deviation from this title shall not constitute intent to furnish
and all such documents shall be rejected and returned. Timeliness is of the essence and delays in furnishing
acceptable documents may constitute default.
b. The insurance company issuing the bond must have a policyholders rating of A Plus and a financial rating of
Class A per Best’s Rating Service. Said surety must be issued by a bonding company licensed to do business in
the STATE OF MARYLAND and acceptable to the BOARD and submitted to the PURCHASING OFFICE,
BOARD OF EDUCATION OF PRINCE GEORGE’S COUNTY, UPPER MARLBORO, MARYLAND 20772-
9983 within 15 calendar days after receipt of award. No contract shall exist prior to return of the signed award
and acceptable surety.
c. The Labor and Material Payment Bond will provide assurance of faithful performance and discharge of all duties
and responsibilities attendant thereto required by law or as provided herein by the contractor of all ASPECTS,
TERMS AND CONDITIONS of this contract.
XIII. QUALITY
A. QUALITY of materials furnished shall be subject to our inspection upon receipt. If rejected, the material will be held for disposition at your risk and expense for a period of 30 days. After such period, the BOARD OF EDUCATION will not
be responsible for the loss or misplacement of rejected materials.
IFB 042-17 11
B. DEVIATIONS from the specification of the materials shall not be accepted without prior written approval from the
Purchasing Office.
C. QUALITY of the material ordered must not be changed without first obtaining our written approval.
XIV. LAWS AND PERMITS
A. The contractor shall, without additional cost to the BOARD, be responsible for paying for and obtaining any necessary
licenses, inspections and permits for complying with any and all FEDERAL, STATE AND LOCAL LAWS, CODES
AND REGULATIONS, in connection with the performance of the work.
B. Laws of the STATE OF MARYLAND and PRINCE GEORGE’S COUNTY shall govern the contract.
XV. TAXES
A. Respondents shall assume full responsibility for payment of any and all taxes which may be construed by law authority
as being due for materials ands supplies under any contract with the BOARD OF EDUCATION OF PRINCE
GEORGE’S COUNTY. They shall hold the BOARD OF EDUCATION OF PRINCE GEORGE’S COUNTY safe and
harmless from any liability for said taxes.
B. Responses to the proposal submitted shall not include Federal Excise Taxes or State or Local Sales or Use Taxes (if
applicable). The cost of any taxes (operational and/cost of doing business) that are lawfully due and paid by the
contractor may be passed on to the Board of Education as part of the overall cost.
C. The BOARD OF EDUCATION OF PRINCE GEORGE’S COUNTY is subject to the provisions of Article 81, Section
326 (a) of the Annotated Code of Maryland which provides that the Retail Sales Tax shall not apply to the following
Sales:
1. State Sales - “Sales to the State of Maryland or any of its political subdivisions. Provided that this sub-section shall
not be construed or applied to exempt any sale, otherwise taxable under this subtitle, or tangible personal property to
contractors or builders to be used for the construction, repair or alteration of real property, on contracts advertised for
solicitation after July 1, 1968.”
XVI. CHANGES IN TERMS OR DELIVERY/COMPLETION DATE
A. After award of individual contracts, any questions or correspondence related but not limited to the following matters
must be directed to the PURCHASING OFFICE, BOARD OF EDUCATION OF PRINCE GEORGE'S COUNTY,
UPPER MARLBORO, MARYLAND 20772-9983, in writing:
1. Requests for deviation from the specifications, terms, or conditions of the contract
2. Bonding or insurance
3. Other matters.
B. In the event of strikes, Acts of God, or other circumstances beyond the contractors’ control, which prevent completion of
work or delivery, the contractor must secure temporary contractual relief. The circumstances and duration must be stated
by the contractor in writing and be forwarded to the PURCHASING OFFICE within ten (10) days after their
development. Contractual relief shall be only that which is acceptable to and in agreement with the PURCHASING
OFFICE, for those goods and services, which are necessary for the day-to-day needs of the BOARD.
XVII. INVOICES
A. Invoices must be submitted in QUADRUPLE, ACCOMPANIED BY A SIGNED DELIVERY TICKET, TO CAPITAL IMPROVEMENT OFFICE, BOARD OF EDUCATION OF PRINCE GEORGE’S COUNTY, FACILITIES
ADMINISTRATION BUILDING, 13300 OLD MARLBORO PIKE, ROOM 11, UPPER MARLBORO, MD 20772,
attention Lucian Musawwir and contain the following minimal information:
IFB 042-17 12
1. Purchase order number
2. Invitation for Bid
3. Delivery destinations as it appears on the purchase document
4. Quantity, item number, and description of item billed
5. Unit price and extended price of item
6. Total amount of invoice
XVIII. PAYMENT
A. Payment will be made upon receipt of proper invoices. Payment shall be NET 45 days from date of receipt of invoice.
XIX. DAMAGES OR INJURY
A. Qualifying contractors will be held pecuniary responsible for any and all damage to BOARD property done or caused by
them or their employees or other personnel engaged in the execution of the contract.
B. The contractor shall be similarly responsible for all injury to persons that occur as a result of his fault or negligence.
C. The contractor shall take proper safety and health precautions to protect the work, the workers, the public and the
property of others.
D. The contractor shall be responsible for any and all damage to adjacent property incurred in the performance of the
contract and shall hold the BOARD free of any and all claims for damages arising from the execution of the contract.
XX. TERMINATION FOR CONVENIENCE
A. This contract may be terminated by the BOARD OF EDUCATION in accordance with this clause in whole or in part
whenever the Board Contracting Officer shall determine that such a termination is in the best interest of the BOARD OF
EDUCATION. Any such termination shall be affected by delivery to the Contractor at least five (5) working days prior
to the termination date of a Notice of Termination specifying the extent to which performance shall be terminated and
date upon such termination becomes effective. An equitable adjustment in the contract price shall be made for completed
service, but no amount shall be allowed for anticipated profit on unperformed services.
XXI. TERMINATION FOR DEFAULT
A. The BOARD OF EDUCATION may, by written notice of default to the Contractor, terminate the whole or any part of
the Contract in any one of the following circumstances:
1. If the Contractor fails to make delivery of the supplies or equipment exactly as specified or perform the services
within the time and manner specified herein or any extension thereof, or
2. If the Contractor fails to perform any of the other provisions of this Contract, or so fails to make progress as to
endanger performance of this Contract in accordance with its terms, and in either of these two circumstances does
not cure such failure within a period of ten (10) days (or such longer period as the Purchasing Office may authorize
in writing) after receipt of written notice from the Purchasing Office specifying such failure, or
3. Willfully attempt to make delivery of items other than the items in the Contract, or perform the services other than
specified as to quality, contents of pack, work processes or otherwise, without specific authorization in the form of a
contract amendment, or
4. If a determination is made by the BOARD OF EDUCATION that the obtaining of the Contract was influenced by an
employee of the BOARD having received a gratuity, or promise thereof, in any way or form.
XXII. DISCLOSURE
A. Bidder shall not disclose information concerning work under this Agreement to any third party, unless such disclosure is
necessary for the performance of the Agreement effort. No news releases, public announcement, denial or confirmation
of any part of the subject matter of this Agreement or any phase of any program hereunder shall be made without prior
IFB 042-17 13
written consent of the Board. The restrictions of this paragraph shall continue in effect upon completion or the parties
may mutually agree upon termination of this Agreement for such period of time as in writing. In the absence of a written
established period, no disclosure is authorized. Failure to comply with the provisions of this Clause may be cause for
termination of this Agreement.
XXIII. INFRINGEMENT OF PATENT, TRADEMARK, COPYRIGHT, TRADE SECRET, OTHER INTEREST
A. The following terms apply to any infringement, of claim or infringement, of any patent, trademark, copyright, trade
secret or other proprietary interest based on the manufacture, normal use or sale of any material, equipment, programs or
services furnished by Bidder to the Board, unless such infringement or claim results from the Bidder following written
instruction or directions of The BOARD. Bidder shall indemnify the Board, for any loss, damage, expense, or liability
that may result by reason of any such infringement or claim. Bidder shall defend or settle, at Bidder’s own expense, any
action or suit for which Bidder is responsible hereunder. The Board shall notify Bidder promptly of any claim or
infringement for which Bidder is responsible and shall cooperate with Bidder in every way to facilitate the defense of any
such claim.
XXIV. NON-DISCRIMINATION
A. The Contractor is to conduct business in a non-discriminatory manner prohibiting discrimination in any manner against
any employee or applicant for employment because of sex, race, creed, color, age, mental or physical disability, sexual
orientation or national origin.
XXV. RIGHT TO DATA
A. All data, reports and other documents generated for the BOARD and accumulated by the consultant/contractor in the
performance of this order/award, shall remain the property of the BOARD, and shall be returned to the control of the
BOARD upon completion of the contract. No personal student or BOARD information, as defined by federal and state
law and BOARD policy, shall be disclosed or published unless otherwise agreed herein.
XXVI. RIGHT TO AUDIT
A. The contractor shall agree that in accordance with Section 952 of the Omnibus Budget Reconciliation Act of 1980, its
contracts, books, documents and records will be made available to the Comptroller General of the United States and the
BOARD until the expiration of services is finalized under this Agreement.
XXVII. AVAILABILITY OF FUNDS
A. A contract shall be deemed executory only to the extent of appropriations available to the BOARD for the purchase of
such articles. The obligation of the BOARD on all contracts, including those which envision funding through current and
successive fiscal years, shall be contingent upon actual Board appropriations for the fiscal year(s) involved.
XXVIII. RESTRICTIONS
A. Potential contractors/vendors of the Board of Education of Prince George's County Schools are advised that Maryland
law now provides the following mandatory restrictions on registered sex offenders performing work or services on school
system property:
B. "A person who enters into a contract with a county board of education or a nonpublic school may not knowingly employ
an individual to work at a school if the individual is a registrant. A person who violates this section is guilty of a
misdemeanor and on conviction is subject to imprisonment not exceeding 5 years or a fine not exceeding $5,000 or
both."
C. Persons or entities awarded contracts with the Board of Education of Prince George's County are required to certify that
no employee, subcontractor, subcontractor employee, or material supplier that is a registered sex offender will be allowed to enter onto school system property at any time in the performance of the work or services for which the contract is
awarded. Such certification is a condition precedent to any contract award, and failure to so certify will be grounds for
not awarding a contract. It will be the responsibility of contractors to obtain similar certification from all sub-contractors
and material suppliers performing work or services on school system property and to monitor adherence to this
IFB 042-17 14
requirement. In the event that the Board of Education of Prince George's County determines that a registered sex
offender has entered upon school system property in the performance of work for a contractor/vendor, such will be
grounds for termination of the contract.
XXIX. CRIMINAL BACKGROUND CHECK/PHOTO IDENTIFICATION BADGE
It is the responsibility of the Consultant to make certain that its employees, agents, volunteers, and contractors who have
contact with students be fingerprinted and have a background check in compliance with Title 5, Subtitle 5, part VI, of the
Family Law Article of the Maryland Code.
A. Employees Having Direct Contact with Students:
Any and all current and future employees of Consultant/Contractors who may have direct contact with students must
have a criminal background check and fingerprinting conducted by the Finger Printing Office of the Board at least 14
days before beginning work. Previous background checks will not be accepted. The fee for the background check
shall be paid by the Consultant/Contractors by check or money order at the time the fingerprinting is performed. No
employee can begin work in a PGCPS School until results have been received. Violation of this provision may result
in Termination for Cause.
B. Employees Do Not Have Direct Contact with Students
Employees of Consultant/Contractor who will be placed in a PGCPS School but will not have direct contact with
students must have on record a Criminal Justice Information Service (CJIS) and NCIC background checks. Copies of
the background checks must be forwarded to the Contract Officer before services can commence. Every two years
the Consultant shall submit copies of background checks to the Contract Officer. Should any employee be flagged
during the term of this agreement, the Consultant shall contact the Contract Officer within 24 hours of notification.
Violation of this provision may result in Termination for Cause.
C. Employment of Child Sex Offenders:
The Consultant/Contractor shall at all times be compliant with the Criminal Procedure Article of Annotated Code of
Maryland Section 11-722 that states that a person who enters a contract with a County Board of Education or a
nonpublic school may not knowingly employ an individual to work at a school if the individual is a registered child
sex offender. If a registered child sex offender is employed by the Consultant/Contractor, the Consultant/Contractor
is prohibited from assigning that employee to perform management, delivery, installation, repair, construction, or any
other type of services on any BOARD property. Violation of this provision may result in Termination for Cause.
XXX. BIDDER'S QUALIFICATION
A. Bidders may be required to furnish satisfactory evidence that they are qualified dealers or manufacturers of the items
listed, or regularly engaged in performing the services on which they are bidding, and in both cases maintain a regularly
established place of business. An authorized representative of the BOARD OF EDUCATION may visit any prospective
Contractor's place of business to determine his/her ability, capacity, reliability, financial stability and other factors
necessary to perform the Contract.
XXXI. FAILURE TO RESPOND
A. Failure to make response to this invitation for bid may cause removal of your name from our bidder’s mailing list for this
commodity or service. Those bidders wishing to remain on the mailing list for this commodity or service but do not
desire to submit a bid at this time, should affix the enclosed mailing label, marked "no bid", to an envelope with the
company's name and return address clearly shown, and mail as indicated on the label. If you are not a supplier of this
commodity or service submit a "no bid" and request your name be removed from our mailing list for this commodity or
service only.
XXXII. ASBESTOS
A. This is to notify all Offerers of the existence of asbestos containing materials used in the Prince George's County Public
Schools. Contractor’s employees, including subcontractors, are prohibited from conducting any activities that can result
in damage to asbestos containing material or in the release of asbestos fibers into the air. The Prince George's County
IFB 042-17 15
Public Schools has inspected all buildings per the Asbestos Hazard Emergency Response Act (AHERA) and maintains a
management plan for each building that details the location and condition of all asbestos containing materials. It is
required that a responsible official of the successful offeror’s company visit the Prince George's County Public Schools
Environmental Office to review and understand the management plan for the building(s) involved in this specification.
THE CONTRACT MAY NOT BE AWARDED UNTIL THIS REQUIREMENT IS MET. Access to the material is
required. It is the responsibility of the Offerer to arrange such a review via the Contractual Point of Contract listed
below.
B. The Contractor shall be responsible for all asbestos removal within the work area and shall include in his proposal all
costs related to asbestos removal.
C. The BOARD recognizes that Offerers may need to review the management plans and/or make a site visit to the school
involved in the specification before submitting their proposals. Offerer should call the Prince George's County Public
School’s Environmental Office at 301-952-6525 to make arrangements for such actions.
D. It is the Contractor’s responsibility to make his/her employees and all Subcontractors’ employees aware of the existence
and location of all asbestos containing material and to take appropriate action in accordance with all applicable federal,
state and county guidelines whenever the Contractor has discovered any of the following conditions:
1. Asbestos containing material in the work area that must be removed before the Contractor will be able to continue
work.
2. Asbestos containing material in the work area that has preexisting damage.
3. Asbestos containing material in the Contractor’s work area that is undamaged, but which may be affected by the
Contractor’s activity.
4. Work performed by the Contractor has resulted in damage to asbestos containing material or other wise has caused
the release of asbestos fibers into the air.
E. The BOARD reserves the right to back charge the Contractor for the actual cost of all measures required by the BOARD
to correct asbestos damage or fiber release episodes that are the result of the Contractor’s actions. The BOARD also
reserves the right to conduct work in progress inspections at any time. The BOARD personnel conducting these
inspections will be have the authority to immediately stop work if they find work practices that result in damage to
asbestos containing material or otherwise result in asbestos fiber release.
F. A verification of the Contractor’s review of the Asbestos Management Plan(s) will be kept in the Contract File. The
Contractor shall submit the following verification to the Owner:
1. SAMPLE FORM:
I/We, he undersigned, have reviewed and understand the Asbestos Hazard Emergency Response Act
Management Plan(s). I/We also acknowledge that our employees will be notified of the existence and
location of asbestos containing materials as described in the Management Plan. Our employees will take
care to avoid damage to such asbestos containing materials and will immediately STOP WORK and
Notify the BOARD’s ENVIRONMENTAL OFFICE if any material is damage or if fibers are released
into the air.
XXXIII. MOSH
MARYLAND OCCUPATIONAL SAFETY & HEALTH (MOSH) REQUIREMENTS
A. All contracts with the BOARD OF EDUCATION OF PRINCE GEORGE’S COUNTY shall be governed by the STATE
OF MARYLAND OCCUPATIONAL SAFETY AND HEALTH (MOSH) LAWS. Where any difference(s) may exist
between any particular MOSH standard(s) and the corresponding, related United States Occupational Safety and Health
Administration (OSHA) standard(s), MOSH LAW SHALL TAKE PRECEDENCE.
1. Offerers submitting proposals relative to any BOARD Request for Proposals shall have the obligation and
responsibility of being knowledgeable with any/all MOSH Laws applicable to any respective Request for Proposals,
before submitting any offers. Unfamiliarity shall not be recognized, nor considered, as cause for relief from any
subsequent contract.
IFB 042-17 16
2. Information pertaining to any particular MOSH Law(s) may be obtained from:
STATE OF MARYLAND DEPARTMENT OF LICENSING AND REGULATION
Division of Labor and Industry/Maryland Occupational Safety and Health
10946 Golden W Dr, Suite # 160
Hunt Valley, Maryland 21031
Telephone No.: 410-527-2091
B. Delivery/Installation
1. In the performance of this contract, the contractor, their sub-contractor(s), agent, representative, or designee shall
conform to all MOSH requirements in the performance of deliveries or installation of equipment and materials
ordered herein.
C. Equipment/Materials
1. The contractor shall be responsible to deliver only that equipment and materials which conforms in all respects to
MOSH requirements. Any deficiencies found by MOSH inspectors or the BOARD SAFETY OFFICER in
equipment or materials delivered herein and deficient to MOSH standards existing at the time of the contract award,
shall be promptly corrected by the contractor at no cost to the BOARD OF EDUCATION.
D. Maryland Occupational Safety and Health (MOSH) “Access to Information About Hazardous and Toxic Substances”
Law (Article 89)
1. All contractors providing products deemed as “hazardous” under the above referenced Law, shall provide properly
completed Material Safety Data Sheets (including any up-dated information) for the respective products. The
Material Safety Data Sheets shall be mailed to the SAFETY OFFICE, BOARD OF EDUCATION OF PRINCE
GEORGE’S COUNTY, FACILITIES ADMINISTRATION BUILDING, 13300 OLD MARLBORO PIKE, UPPER
MARLBORO, MARYLAND 20772-9983; and the mailing shall coincide with date of shipment of the respective
product(s) to the designated location as specified in the Request for Proposal.
2. All contractors shall also have the responsibility to ensure that each container of hazardous chemical delivered is
labeled, tagged, or marked in accordance with MOSH Article 89 Law and have the following minimal, acceptable
information:
a. Identity of the hazardous chemical.
b. Appropriate hazardous warnings.
c. Name and address of the chemical manufacturer, importer, or distributor.
Labels, tags, or markings shall be legible, printed in English, and prominently displayed on each container, as
required by Law.
3. All contractors shall have the responsibility of furnishing sufficient additional labels, if needed, upon the BOARD’S
request, at no additional cost to the BOARD.
a. The BOARD reserves the right to refuse acceptance of any product(s) whether delivered or installed, which does
not conform to the aforementioned MOSH Article 89 requirements, with the cost of return or replacement being
the total responsibility of the providing contractor.
XXXIV. BUY AMERICAN STEEL
A. Consistent with the provisions of the Maryland Annotated Code, Article 78A, Sections 68 through 72, inclusive, known
as the "Buy American Steel" Act of the General Assembly of Maryland, Acts of 1978.
B. Wherever in these INSTRUCTIONS TO BIDDERS, "steel products," as hereafter defined, are part of the supplies,
services or construction required by Owner, for the construction, reconstruction, alteration, repair, improvement or maintenance of public works, the parties bidding shall predicate their base offer solely upon "steel products"
manufactured in the United States of America or one of its territories, continental or insular, subject to the jurisdiction of
the United States, unless such "steel products" are not produced in the United States in sufficient quantities to meet the
requirements of the Contract, in which event the Total Base Bid is to contain a certification to this effect.
IFB 042-17 17
C. Each bidder shall furthermore attach to his BID FORM (using the Substitution Request Form), the proposed cost of the
supplies, services or construction required by Owner where foreign "steel products" are proposed to be used.
D. The Owner, in addition to all other reservations set forth in the Bidding Requirements, shall at the time of the issuance of
the Award and Contract pursuant thereto, determine whether the supplies, services or construction required is to utilize
"steel products" of domestic or foreign origin.
E. Note further, that in the event the Award and Contract pursuant thereto is predicted upon the utilization of domestic "steel
products," then, in addition to all other requirements mandated for performance hereafter in these INSTRUCTIONS TO
BIDDERS, and all documents issued in conjunction therewith, the person, corporation, partnership, or other business unit
or association to whom the Award and Contract pursuant thereto is issued, shall as a further condition precedent to the
obtaining of final payment from Owner, furnish same with a certificate under oath that all "steel products" supplied,
delivered or constructed were of domestic origin.
F. The "Buy American Steel" Act of Maryland defines "steel products" as any product: "rolled, formed, shaped, drawn,
extruded, forged, cast, fabricated, or otherwise similarly processed, or processed by a combination of two or more
of such operations, from steel made in the United States by the open hearth, basic oxygen, electric furnace,
bessemer, or other steel making process."
IFB 042-17 18
SECTION II
SPECIAL PROVISIONS and INSTRUCTIONS TO BIDDER
Prince Georges County Public Schools is soliciting sealed bids from construction firms that meet all pre-requisite qualification
criteria stated below for the Sprinkler System Replacement at the current site of Seabrook Elementary School – 6001 Seabrook
Road, Lanham-Seabrook, MD 20706. Interested bidders are advised that this project is not a candidate for a LEED Certification.
1. Required Bidder Qualifications (Contractor’s Qualification Statement Package)
Only Contractors licensed by the State of Maryland and possessing a minimum of five (5) years of experience in successfully
executing similar projects for Prince George’s County Public Schools (or other Maryland public school agencies) are eligible
to submit bids on this solicitation for consideration of contract award.
a. Submit three (3) similar projects with three (3) corresponding references as satisfactory evidence of required
prior experience with Prince George’s County Public Schools (or other Maryland public school agencies)
performing similar projects within the past five (5) years:
Include the following information for each reference/similar project:
Firm or Agency Name
Project Description
List of Services Provided
b. Submit a notarized statement regarding the firm’s ability to provide the services listed in the scope of services noted
in the project specifications as well the following:
List any proposed sub-contractors - Provide relevant summary background.
List of proposed personnel – Provide resumes for the proposed key personnel and other employees that will be
directly involved in the construction including their applicable project resume.
2. General Requirements:
Contract is for a base bid
Provide a general net allowance of $20,000 in the base bid. This amount will be utilized to cover extra labor and
material costs, if any, that may occur under the direction of the Project Manager to address unforeseen conditions or
requirements. This shall be tracked separately from other contract costs. All mark up for this allowance shall be included in
the base bid. No additional or credited markup will be allowed for extra work paid for by this allowance.
This Project IS NOT subject to State Prevailing Wage Scale.
Project Schedule:
Sprinkler System Replacement Construction shall commence before June 2017. Sprinkler System Replacement Construction shall achieve substantial completion August 15, 2017.
PGCPS reserves the right to reduce or withhold contract payment in the event the Contractor does not provide the
Department with all required deliverables within the time frame specified in the contract or in the event that the Contractor
otherwise materially breaches the terms and conditions of the Contract until such time as the Contractor brings itself into
full compliance with the Contract. Any action on the part of the Department, or dispute of action by the Contractor, shall
be in accordance with the provisions of MD Code Ann., State Finance and Procurement Article §§15-215 through 15-223
and with COMAR 21.10.02.
An official Notice of Contract Award will be issued to the successful bidder (Note: no work of any kind should
commence prior to the issuance of a Notice to Proceed).
IFB 042-17 19
All prime contractors, including certified MBE firms, when submitting bids or proposals as general or prime contractors
are required to attempt to achieve this goal from State of Maryland certified MBE firms.
The Contractor should ensure that project information and current/new Administration details are correct prior to ordering
from:
MCE Sign Plant #111 C/O
Patuxent Institution
ATTN: Charles Behnke, Plant Manager 7555
Waterloo Road
Jessup, MD 20794
Phone: 410-799-5102, or 410 799-5103
IFB 042-17 20
DESIGN-BUILD SERVICES FOR A
SPRINKLER SYSTEM REPLACEMENT PROJECT
PROJECTS: FY-2015 Seabrook Elementary School
6001 Seabrook Rd Lanham-Seabrook, MD 20706
PROJECT/FUNDING: County Funded Systemic Project
Table of Contents
Part I – GENERAL
A. Introduction
B. Project Descriptions
C. Project Schedule
D. Scope Of Work
Part II – SCOPE OF SERVICES
A. Design-Build Services
1. General
2. Design Development Services
3. Construction Document Services and Permitting 4. Contract Administration Services
B. Miscellaneous Information
Part III – Proposal for Design-Build Services
Part IV – Affidavit of Non-Collusion Part V – Additional Information (Attachments)
A. Existing Floor Plans (8 ½ x 11)
B. Phasing Plan (Same as A)
IFB 042-17 21
PART I - GENERAL
A. INTRODUCTION
The Board of Education of Prince George’s County Public Schools (the Board) is soliciting proposals for Design-
Build (D/B) services for One (1) School’s Sprinkler System Replacement Project. A brief summary of the project
and an outlined scope of work can be found in Part II: Scope of Services.
Design-Build firms responding to this Invitation For Bid (IFB) must prepare their responses to Requirements for
Technical Proposal and Items II, III and IV.
The information in this is considered complete.
B. PROJECT DESCRIPTIONS
Project Name: FY-2015 Seabrook Elementary School
6001 Seabrook Rd
Lanham-Seabrook, MD 20706
C. TENTATIVE PROJECT SCHEDULE
Construction Upon PGCPS Approval to Proceed to Construction (TBD)
D. SCOPE OF WORK
The Scope of Work outlined below is for clarification purposes to define work items included in the Sprinkler System
Replacement project.
This project’s scope of work will include a complete sprinkler system design and installation for the entire school’s footprint.
The coolers located in the kitchen will require a fully sprinkled system as well to meet current code and regulations. The
existing water pressure is 65 PSI and the water service feed is 2 1/2". Determine a load count for the sprinkler system sizing,
and increase the water service from meter box to the school. The existing sprinkler system will be abandoned upon installation
of new system. All ceiling tiles, where applicable will be removed and replaced to expose area where support hangers can be
installed for required pipes. Flow test areas will need to be designated as well. This project would require mechanical
engineering to meet all State and fire code requirements. The sprinkler system will be installed with associated accessories to
indicate piping, valves, flow switches, sprinkler heads, backflows, etc. in accordance with ASTM C636, CISCA installation
standards, UL fire rating classifications and manufacturers’ current specifications. The sprinkler system will be installed
according to 2012 NFPA 13 and 2012 IBC code as appropriate. Installation to meet current regulations.
Reference attached front end and technical specifications, school footprint, utility plan and as-built drawing attached.
1. General: The contractor shall execute the following work:
Provide drawings and specs for all work included.
The project is a Design/Build project, which is county funded. (Prevailing Wages NOT Required)
Contractor shall provide all permits prior to construction that must be posted on site.
Contractor to coordinate all requirements with the Prince George's County Permitting Office (DPIE) for permit
process and review.
Daily cleaning of work areas are required.
Final cleaning before close-out of all related areas are also required.
Offeror to provide DB services to complete design development and construction documents and make all
IFB 042-17 22
submissions to DPIE and other permitting agencies for Permit approval, and cost will be included in the final bid
value.
PGCPS shall provide contractor with existing building plans. In the situation where none exists or could not be
located, contractor shall prepare floor plans. The as-built may include: architectural and mechanical.
Contractor shall prepare and provide complete set(s) of all design documents for the approval of PGCPS as
indicated in Section II of the solicitation.
Offeror shall investigate the existing building and site prior to preparing the construction documents.
Provide bi-weekly reports of project progress.
Contractor shall be responsible for all meeting minutes.
Contractor shall secure construction areas at all times.
All work must be performed during PGCPS Summer Vacation and/or in the evening hours when the school is
not occupied. If a contractor desires to work on weekends or Board holidays, the contractor will be required to
pay for custodial staffing.
Contractor must conduct the operations at the site and at the access to the site in such a manner so as not to
endanger, inconvenience or interfere with adjoining buildings or properties. This includes all trucking operations
and parking or workmen’s automobiles.
Existing condition (As-built) drawings are available at the Facilities Administration Building at 13300 Old Marlboro
Pike, Upper Marlboro, MD 20772, RM 18, Monday-Thursday, June 17 to August 1, 2017 and Monday-Friday after
August 1, 2017.
Tie-in of existing master systems, including parts/equipment is the responsibility of the contractor.
Asbestos abatement responsibility is part of this contract, Coordinate with PGCPS Environmental Office at (301)
952-6500 to schedule an appointment to view the asbestos books.
Contractor to provide construction safety barricading for areas of work.
Maintenance period. A two-year warranty will be required on all new work and materials as well as standard
factory warranties on equipment.
Contractor shall investigate existing utilities and make sure it is adequate for the new system.
General Project Performance Requirements:
1. Patch all wall openings and disturbances resulting from the construction activities.
2. Clean and paint patched walls to match existing surfaces and structures.
3. Provide/replace missing and broken ceiling tiles as a result of the construction activities.
Other Terms:
1. The existing fire alarm system shall be tied into devices associated with the sprinkler system, such as temper and
flow shall be installed complete and fully functioning.
2. The construction documents and specifications shall be prepared for owner’s approval and permitting purposes. The
work shall meet all the required Mechanical and Plumbing codes and shall be in accordance with all (current)
requirements of NFPA, all state and local codes and requirements, and the approved specifications.
3. All devices and equipment for this system shall be listed by the Underwriter’s Laboratories, Inc. (UL), bear the UL
label and shall conform to the applicable sections of National Fire Protection Association (NFPA) 72 and 90A,
revisions, and all Americans with Disabilities Act (ADA) Codes of federal regulation (or the corresponding revisions
and changes)
4. Prince George’s County Public Schools will approve payment for only two (2) Third Party Inspections for each
required inspection. The Design/Builder shall be responsible for the cost of any re-inspections after that is due to
failure of the Design/Builder to meet the inspection requirements.
5. Upon completion, the system shall be thoroughly tested by the contractor to assure proper functionality.
6. Remote graphic annunciator panel’s sprinkler zone boundaries shall be the Prince George’s County’s
IFB 042-17 23
regulatory requirements.
7. The Design/Builder shall test the sprinkler systems in the presence of Architect/Engineer, Fire Marshall, Owner
and authorities having jurisdiction.
8. Manufacturer shall furnish to the owner a two (2) year contract effective from date of acceptance, for
maintenance and inspection service of the manufacturers’ equipment.
9. The manufacturer shall maintain an adequate supply of spare parts for ten (10) years, and shall provide supervision
of the installation.
10. Design/builder shall deliver the project in a perfect working condition in every respect and shall warrant that the
material, equipment and workmanship furnished be entirely free from defect. Equipment and workmanship in
which defect develops before or during warranty period shall be replaced at the design-builder’s expense. These
conditions shall be provided in the specifications.
11. The new sprinkler system shall be compatible with the existing mechanical and electrical systems and its
peripherals (Sprinkler, Waterflow Switches, Valve Tamper Switches, Elevators, etc).
12. Design/Builder shall be responsible for providing any additional devices required by code or an inspector at
no additional cost to the Board of Education. The Design/Builder shall make all electrical connections
necessary to properly integrate the devices into the fire detection and alarm system.
13. The Design/Builder shall provide two (2) sets of as-built drawings for permanent use at the school and
maintenance office. The Design/Builder shall laminate each page of one set of the drawings to be kept at the
school.
14. Contractor shall review the asbestos management book and sign the acknowledgment form.
15. Project schedule shall be submitted with the proposals. Bi-weekly project reports shall be provided. Schedule
shall be regularly updated when project is behind.
16. The submission stages are as follows (as applicable):
Design Development submission
Construction Document submission
17. Design/Builder shall be responsible for taking, recording and distributing all meeting minutes following
each meeting.
18. Monthly progress report shall accompany each payment requisition.
a. Change order requests: Provide cost breakdown and justification for each item.
b. Job Meetings
(1) Progress Meeting: By-Weekly or as required.
c. The Design/Builder shall coordination all Inspections and certifications required by the Third Party
Inspection program d. Provide equipment guarantees and warranties
e. Close-out procedures includes, providing warranties, project manuals, As-built drawings, administration
of warranty period.
IFB 042-17 24
PART II – SCOPE OF SERVICES
A. DESIGN/BUILD SERVICES
1. General
The following services are expected during the various phases of planning.
NOTES:
a. Prince George’s County requires the services of a Fire Protection Engineer on all projects larger than
$4,000,000.
It is the Respondent’s responsibility to determine all other requirements of Prince George’s County or other
authorities, which may apply, to this project. It is expected that the Respondent will become completely
familiar with all applicable regulations, so that no delays or cost increases are experienced on account of
failure to comply with code or regulatory requirements. No adjustment in fee will be made for
Respondent’s failure to acquaint himself/herself fully with the requirements of Prince George’s County and
other authorities having jurisdiction.
b. Plans of the existing facility are available for review at the office of the Department of Planning and
Architectural Services, Facilities Administration Building, Room 18. Please contact the Mr. Pershey
Drayton at (301) 952-6615, 13300 Old Marlboro Pike, Upper Marlboro, Maryland.
c. Site visits can also be arranged if D/B contractor would like to see existing conditions.
2. Design Development Services:
a. Outline specifications with preliminary description of materials and scope of the work. Include
Design Data Handbook with manufacturer’s catalog cut sheets
b. Estimate of project cost
c. Administrative services and conferences, as required
d. Government and regulatory agency reviews:
(1) Board of Education
(2) Fire Marshall
(3) Department of Environmental Resources
(4) Licenses and Permits (5) Other local and Federal Regulatory Agencies as required
3. Construction Document Services and Permitting
NOTE: The Construction Documents are not considered to be complete until they have met all requirements of
local and state permitting authorities.
a. Statement of Project Cost
b. Detailed cost estimate
c. Administrative services and conferences, as required
d. Government and Regulatory Agency Reviews:
(1) Board of Education
(2) Fire Marshal
IFB 042-17 25
(3) Department of Environmental Resources
(4) Licenses and Permits (5) Washington Suburban Sanitary Commission
(Plumbing, sewer, fire hydrants and lines, and on-site permit)
(6) Other State, Local and Federal Regulatory Agencies as required
4. Contract Administration Services
a. Pre-construction conference
b. Job schedule review
c. Shop drawings and submittal
d. Review and approval of materials and assembly for PGCPS’s /DPIE approval
e. Drawings
(1) Interpretation of documents
f. Change order requests: Provide cost and justification for each item.
g. Job Meetings
(1) Progress Meetings: Bi-weekly, or more frequently as required
(2) Periodic visits during construction and provide observation report
(3) Punch Lists B.
h. Perform inspections and performance testing and certify that the construction project is built according to
approved plans and documents of Prince George’s County Department of Environmental Resources, Permits
and Review Division.
MISCELLANEOUS INFORMATION
It is intended that the Design/Builder shall provide complete services for all phases of the project, including obtaining all
approvals of plans/specifications and obtaining the release of all permits. Payment for 100% of Construction Document
Services will not be made until the project receives all required approvals to proceed to construction.
IFB 042-17 26
BID FORM
IFB 042-17 SEABROOK ELEMENTARY SCHOOL SPRINKLER SYSTEM REPLACEMENT
BIDDER:
DATE:
A. Please Note: Base bid must include taxes. Vendors are not allowed to submit invoice separately for taxes paid for
supplies.
Base Bid: (in words) Total $
Design (included in above base bid) Total $
Installation Cost (included in above base bid) Total $____________________
3rd
Party Inspection Cost (included in above base bid) Total $
Contingency Allowance (included in above base bid) Total $ $20,000.00
CD /Permit Fee (If applicable) (included in above base bid) Total $ _________________
Builder’s All Risk Insurance (included in above base bid) Total $
B. COMPLETION DATE
I/We agree to erect and achieve project completion, no later than November 15, 2017. The Owner shall retain the value of
uncompleted work ($1,000.00) for Liquidated Damages, for each calendar day in excess of the Completion Date set forth
herewith.
C. UNIT PRICES
Unit Prices are for both extra Work and Credits. This list of prices will be submitted with the Bid in duplicate and shall
become a part of the Contract upon its award. Unit prices listed below are applicable to all Work in this project involving
extra materials/services performed by the General Contractor or his Subcontractors and/or credits to the Owner for
materials/services deleted from the project. Unit Prices shall include all overhead and profit for the Subcontractor and
General Contractor. Prices, as stated, shall remain in effect through the end of the Contract Warranty period. The
undersigned acknowledges the unit price values as part of this bid proposal and agrees to add or delete items for the unit
prices identified when directed to do so by the Owner.
ITEM NO. DESCRIPTION OF ITEM UNIT PRICE
1. Flow Switch Ea. $ 2. Back Flow Preventer Ea. $ 3. Additional Piping Lf. $ 4. Test Ports (Custodial Closet/ Outside) Ea. $ 5. Stand Piping System Ea. $ 6. Tamper Switch Ea. $ 7. Sprinkler head Ea. $ 8. Booster Pump Ea. $
IFB 042-17 27
UNIT PRICES shall include the cost of material, labor, equipment overhead and profit; and shall be a total compensation
for the extra work or credit. All materials and workmanship shall be equal in character as specified or as shown on the
Drawings and complete, installed and finished.
D. AFFIDAVIT
being first duly sworn deposes and says that he is an officer in
the building construction organization known as , and the party
making a certain proposal or bid dated , to the Board of Education of Prince George’s
County for the Sprinkler System Replacement at Seabrook Elementary School - 6001 Seabrook Road, Lanham –
Seabrook, MD 20706., and that this bid is genuine and not collusive or sham; that said bidder has not colluded, conspired,
connived or agreed, directly, or indirectly, with any bidder or person to put in a sham bid or to refrain from bidding, and
has not in any manner, directly or indirectly, sought by agreement or collusion, or communication or conference, with any
person to fix the bid prices of the affidavit or any other bidder, or to fix any overhead, profit, or cost element of said bid
price, or that of any bidder, or to secure any advantage against the Board of Education of Prince George’s County or any
other person interested in the proposed contract; and that all statements in said proposal or bid are true.
Signature of:
x
(Bidder if the bidder is an individual)
x
(Bidder if the bidder is a partnership)
x
(Bidder if the bidder is a corporation)
Subscribed and sworn before me this day of _.
x
Notary Public
My commission expires: .
IFB 042-17 28
AFFIDAVIT This document must be completed, signed by an authorized company official & submitted with your bid response.
Contractor Bid No. Address
City, State and Zip
Telephone Fax Email
FOR MINORITY USE ONLY
LOCALLY BASED MINORITY BUSINESS: PGC MBE_ PGC MWE MD MBE MD MWE_
INDICATE IF YOU ARE A MINORITY BUSINESS CERTIFIED BY: P.G. COUNTY GOVN’T: Certification No.:
MD. STATE DEPT. OF TRANSPORATION: Certification No.:
AFFIDAVIT I The Contractor, his agent, servants and/or employees, have not in any way colluded with anyone for and on behalf of the contractor or themselves, to obtain information that would give the Contractor an unfair advantage over others, not have thy colluded with anyone for and on behalf to the contractor, or
themselves, to gain any favoritism in the award of the contract herein.
AFFIDAVIT II
No officer or employee of the Board of Education Prince George's County Public Schools, whether elected or appointed, has in any manner whatsoever,
any interest in or has received prior hereto or will received subsequent hereto any benefit, monetary or material, or consideration from the profits or
emoluments of this contract, job, work or service for the Board, and that no officer or employee has accepted or received or will receive in the future a service or thing of value, directly or indirectly, upon more favorable terms than those granted to the public generally, nor has any such officer or employee
of the Board received or will receive, directly or indirectly, any part of any fee, commission or other compensation paid or payable to the Board in
connection with this contract, job, work, or service for the Board, excepting, however, the receipt of dividends on corporation stock.
AFFIDAVIT III
Neither I, nor the Contractor, nor any officer, director, or partners, or any of its employees who are directly involved in obtaining contracts with the Board have been convicted of bribery, attempted bribery, or conspiracy to bribe under the laws of any state, or of the federal government for acts of
omissions committed.
AFFIDAVIT IV
Neither I, nor the Contractor, nor any of our agents, partners, or employees who are directly involved in obtaining contracts with the Board have been
convicted within the past 12 months of discrimination against any employee or applicant for employment, nor have we engaged in unlawful employment
practices as set forth in Section 16 of Article 49B of the Annotated Code of Maryland or, of Sections 703 and 704 of Title VII of the Civil Rights Act of 1964.
AFFIDAVIT V
I further affirm that neither I nor the above firm shall knowingly enter into a contract with the Board under which a person or business debarred or
suspended from contracting with a public body under Title 16 of the State Finance and Procurement Article of the Annotated Code of Maryland, will
provide, directly or indirectly, supplies, services, architectural services, construction related services, leases of real property, or construction. I
acknowledge that this Affidavit is to be furnished to the Board. I acknowledge that I am executing this Affidavit in compliance with the provisions of Title 16 of the State Finance and Procurement Article of the Annotated Code of Maryland which provides that persons who have engaged in certain prohibited activity may be disqualified, either by operation in law or after a hearing, from entering into contracts with the Board. I further acknowledge
that if the representations set forth in this Affidavit are not true and correct, the Board may terminate any contract awarded, and take any other
appropriate action.
I do solemnly declare and affirm under the penalties of perjury that the contents of the foregoing affidavit are true and correct to the best of my
knowledge, information and belief.
Signature Date Printed Name Title- Authorized Official
If a corporation, it was organized under the laws of the state of, in the year a partnership, list names of partners
ADMINISTRATIVE PROCEDURE
3325 Procedure No.
Ju.y 1, 2004 Date
MINORITY BUSINESS ENTERPRISE
PROCUREMENT PROCEDURES
I. PURPOSE: To establish a resolution that a goal of 30 percent be attempted on all
contracts with a minimum of 15 percent requirement of the total dollar value for all Prince George’s County Public Schools’ contracts for materials (other than materials of instruction), supplies, equipment, services and construction, as entered into during any fiscal year, be purchased directly or indirectly from Minority Business Enterprises (MBEs).
II. POLICY: As set forth in state law and county ordinance, the Prince George's
County Public Schools' Minority Business Enterprise Program must meet certain statutory and regulatory requirements. In recognition of existing state and county statutes, rules, regulations, and resolutions, and consistent with statutory provisions related to bidding proposals and awards thereon by local boards of education, the Board of Education of Prince George's County adopted a minority business Administrative Procedure on April 21, 1986. This procedure, revised on July 1, 2004, supersedes the procedure of June 30, 1998.
III. BACKGROUND: The following regulations all seek to achieve certain minimum
percentages of total contract expenditures for minority business enterprises, as hereafter defined, where state or county funds are involved. A. Annotated Code of Maryland, State Finance and Procurement, Article
14-301.
B. Annotated Code of Maryland, Education, Article Section 5-301.
C. Annotated Code of Maryland, Education, Article Section 4-125. D. Code of Maryland Regulations, Title 21, Subtitle 11, Chapter 3.
E. Prince George's County Code, 10-A, Subdivision 10A-136, Assistance to
Minority Business Enterprise.
F. Interagency Committee Rules, Regulations and Procedures for the Administration of the School Construction Program, Section 15 (approved by Board of Public Works, October 6, 1993).
IV. DEFINITIONS:
A. Minority Person: A member of a socially or economically disadvantaged minority group that for the purposes of this procedure includes African Americans, American Indians/Native Americans, Asians, Hispanics, Women, Physically or Mentally challenged individuals, and Not-for-Profit
1
ADMINISTRATIVE PROCEDURE
3325 Procedure No.
Ju.y 1, 2004 Date
MINORITY BUSINESS ENTERPRISE
PROCUREMENT PROCEDURES
entities organized to promote the interests of physically or mentally disabled individuals.
B. Minority Business Enterprise (MBE): Any legal entity, other than a joint
venture, that is at least 51 percent owned and controlled by one or more minority person(s), organized to engage in commercial transactions.
C. Ownership:
1. For a sole proprietorship to be deemed a minority business
enterprise, the sole proprietor must be a minority person. If the ownership interest held by a minority person is subject to formal or informal restrictions such as options, security interests, agreements, etc., held by a non-minority person or business entity, the options, security interests, agreements, etc., held by the non-minority person or business entity must not significantly impair the minority person's ownership interest.
2. For a partnership to be deemed a minority business enterprise, at
least 51 percent of the partnership's assets or interests must be owned by a minority person or minority persons. If the ownership interest held by a minority person is subject to formal or informal restrictions such as options, security interests, agreements, etc., held by a non-minority person or business entity, the options, security interests, agreements, etc., held by the non-minority person or business entity must not significantly impair the minority person(s) ownership interest.
3. For a corporation to be deemed a minority business enterprise, legal and equitable ownership of at least 51 percent of the aggregate of all classes of stocks, bonds, or other securities issued by the corporation must be owned by a minority person(s). If an ownership interest held by a minority person is subject to formal or informal restrictions such as options, security interests, agreements, etc., held by a non-minority person(s) or business entity, the options, security interests, agreements, etc., held by the non-minority person(s) or business entity may not significantly impair the minority person(s)’ ownership interest. (Note: stock held in trust is not considered as stock held by the disadvantaged business persons when computing the business person(s)’ ownership).
D. Control: Minority owners shall either collectively or individually possess the working knowledge of the technical requirements needed, power to
2
ADMINISTRATIVE PROCEDURE
3325 Procedure No.
Ju.y 1, 2004 Date
MINORITY BUSINESS ENTERPRISE
PROCUREMENT PROCEDURES
direct or cause the direction of management, policies and objectives and to make all substantive, day-to-day decisions on applicant's major and/or essential operations. In addition, the applicant must demonstrate technical knowledge of the firm’s major areas of work. No formal or informal restrictions of any kind shall exist which limit the customary discretion necessary for actual business control by the minority owners.
E. Certification: The determination that a legal entity is a minority business enterprise consistent with the provisions of Subtitle 3 (13-301b) of the State Finance and Procurement Article.
F. Certified Minority Business Enterprise: A minority business that holds a
certification issued by Maryland Department of Transportation (MDOT) or recertification issued by Prince George's County Government.
G. Race Neutral Measure: Means a method that is or can be used to assist
small businesses.
H. Minority Business Enterprise Coordinator: The employee designated to administer the Board of Education's Minority Business Enterprise Program.
I. Buyer: Purchasing agent-handling solicitations.
V. MINORITY BUSINESS ENTERPRISE PROGRAM RESPONSIBILITIES:
A. A roster of MBEs, listing each firm by commodity and service provided, certification, minority business code, location, and current certification status, shall be maintained in Purchasing Services.
B. The MBE Coordinator, who shall be an employee assigned to Purchasing Services, shall have the direct responsibility for maintaining said roster.
C. Any MBE on a current listing of Maryland Department of Transportation or Prince George's County Government list of certified MBEs shall, upon furnishing evidence of such, be automatically deemed eligible for placement on the roster of MBEs of Prince George's County Public Schools.
VI. CERTIFICATION: The determination that a legal entity is an MBE consistent with the intent of Subtitle 3 of the State Finance and Procurement Article.
VII. TECHNICAL ASSISTANCE-OUTREACH-TRAINING EFFORTS: The MBE Coordinator shall have the direct responsibility for implementing a
3
ADMINISTRATIVE PROCEDURE
3325 Procedure No.
Ju.y 1, 2004 Date
MINORITY BUSINESS ENTERPRISE
PROCUREMENT PROCEDURES
"Technical Assistance-Outreach-Training Program" for small and minority vendors. Said program may cover any and all factors necessary to enable small and minority firms to do business with Prince George's County Public Schools.
VIII. SOLICITATION OF BIDS: All Invitations for Bid (IFB) and Requests For
Proposal (RFP) will be reviewed and may, at the discretion of the Board of Education’s representative, require a percentage equal to 30 percent but a minimum of 15 percent participation by minority businesses as defined herein in supply, service, construction, moveable equipment, and architectural and engineering services contracts.
IX. ADVERTISING INVITATIONS FOR BID: Prior to advertising an Invitation
for Bid (IFB), a Prince George's County Public Schools’ representative from the appropriate division responsible for the contract, a Purchasing agent, and the MBE Coordinator will jointly identify all subcontractable opportunities in the IFB. All bids will include the following information: A. The Prince George’s County Public Schools does not discriminate on the
basis of race, color, sex, or national origin in consideration for award. Minority businesses are encouraged to submit bids in response to this notice.
B. Minority business firms will be considered as minority business contractor or subcontractor, if certified by any of the following: Prince George’s County Government and the Maryland Department of Transportation.
C. The certified minority business goal for each IFB will be noted on the front cover of the IFB under “Special Note” and identified as a deliverable in the contract.
X. SOLICITATION PROCESS FOR PHONE AND WRITTEN QUOTES.
THIS PROCESS INCLUDES PROFESSIONAL SERVICES (Architects, Engineers, Non-Instructional Services Consultants, Contractual Services, etc.) A. For contracts less than $5,000, solicitations from more than one vendor are
not required. Users and buyers are strongly encouraged to solicit from MBEs in addition to other prospective bidders.
B. If contracts are estimated to be between $5,001 - $10,000, a minimum of three (3) qualified firms shall be solicited for quotations. Two (2) firms are to be a certified minority. If three (3) firms cannot be solicited, or if pricing is obtained directly from the manufacturer or its direct distributor, a note of explanation shall be made on the quotation worksheet. Current
4
ADMINISTRATIVE PROCEDURE
3325 Procedure No.
Ju.y 1, 2004 Date
MINORITY BUSINESS ENTERPRISE
PROCUREMENT PROCEDURES
catalog prices and prior bid prices may, if confirmed by the supplier, serve in lieu of quotations. Certified minority business enterprises (MBEs) should always be contacted in addition to other prospective bidders.
C. A request for written quotations shall be solicited when the estimated dollar value of the request exceeds $10,001 but is less than $15,000. A written specification shall be prepared and mailed to a minimum of three (3) firms requesting written quotations of pricing. A minimum of two (2) minority firms shall be sent the solicitation.
D. Formal bids are required for procurements over $15,000.
E. Local MBE firms within Prince George's County should be contacted first for telephone and written solicitations. If there are less than 3 MBE firms available in Prince George’s County, a broader search of the MDOT MBE Central Directory at www.marylandtransportration.com (click on MBE/DBE Program and proceed to the Directory) shall be contacted.
F. In the event the buyer/user department is unable to locate a minority firm
for a specific service, the MBE Coordinator shall be contacted as an additional resource.
G. Evaluation and selection of professional services - The contract process for
these services will involve Purchasing Services. XI. SOLICITATION PROCESS FOR FORMAL BIDS:
A. To be considered a responsive bidder, contractors are required, when specified in bid documents, to subcontract with MBEs for the stated percentage of the total dollar value of the contract price. (The percentage of MBE participation is based on the anticipated value of the contract.) Should MBE participation be required, MBE forms 1 through 5 must be completed and submitted within ten (10) days after notification of being low bidder.
B. Bonus Points: Minority Business Enterprise (10%) Prince George’s County Based Minority Business Enterprise (15%) 1. During the evaluation process the Buyer shall determine the
eligibility of any participating certified MBE to match the bid of the lowest responsible bidder by application of bonus points.
5
ADMINISTRATIVE PROCEDURE
3325 Procedure No.
Ju.y 1, 2004 Date
MINORITY BUSINESS ENTERPRISE
PROCUREMENT PROCEDURES
2. In determining if a certified MBE is entitled to match the competitively bid price of the lowest responsible bidder, the Buyer shall adjust the bid price submitted by an MBE (for the purpose of evaluation and offer to match only) by reducing the bid price of such firm by the product of: (1) the bid price of the apparent lowest responsible bidder; and: (2) the bonus factor applicable to the MBE (as stated above).
3. Once it has been determined through the application of the bonus
points as aforementioned that the bid price submitted by an MBE, after adjustment, was lower than or equal to the bid price of the lowest responsible bidder, such MBE shall be given the opportunity to accept the bid at the lowest bid price.
4. If said lowest responsible bidder is a minority firm not located in Prince George's County or Maryland, a Prince George's County-based or Maryland-based firm will be awarded bonus points. Once the bonus points are applied, the Prince George's County-based or Maryland-based minority firm will be afforded the opportunity to match the bid of the lowest responsible bidder, if so justified.
5. The Buyer shall notify the MBEs, that by virtue of the application
of the bonus points, the minority business enterprise is entitled to match the bid of the lowest responsible bidder. Qualifying MBEs will be given a period of five (5) business days from the issuance of such notifications by the Buyer the opportunity to match the bid originally submitted by the lowest responsible bidder.
6. As a result of such notifications, if more than one MBE proposes to
reduce its previous bid to that of matching the bid of the original lowest responsible bidder, the contract shall be awarded with preferences given in the following order: first, Prince George's County-based MBE; and second, Maryland-based MBE.
7. If two or more MBEs qualify for the same preference contract
award and are prepared to match the bid of the original lowest responsible bidder, the Buyer shall, by toss of a coin, select the party to whom the contract will be awarded.
8. If the MBE entitled to match a bid indicates to the MBE
Coordinator that it can only match the bid of the otherwise lowest responsible bidder if relieved from the necessity of furnishing a bond from a recognized surety guaranteeing the total performance under any contract to be awarded, the Chief Financial Officer may,
6
ADMINISTRATIVE PROCEDURE
3325 Procedure No.
Ju.y 1, 2004 Date
MINORITY BUSINESS ENTERPRISE
PROCUREMENT PROCEDURES
upon a finding that the MBE has demonstrated adequate performance on prior contracts with the state, county, any of its agencies, municipal corporations, or any local boards of education, waive such requirement.
9. If the MBE determines that it cannot match the lowest responsible
bidder after being offered an opportunity to do so, the MBE will not be penalized.
C. Composition of Minority Subcontractors:
1. It is the intent of Prince George's County Public Schools (PGCPS) that the contractor includes fair representation of all minority groups in the required percentage of MBE subcontracting participation.
2. If the successful bidder is an MBE firm, it shall be the obligation of
the contractor to maintain its status as a certified MBE or to maintain the required subcontracting percentage with certified MBE firms, whichever may be applicable, throughout the term of the contract or any extension thereof. In the event that any of the representations or circumstances of the contractor change with respect to the MBE status, the contractor shall notify the Board of Education immediately. The contractor shall also report any change in minority business usage if different than information submitted at the time contract is signed.
D. Pre-Bid Conference:
1. At each Pre-Bid Conference, the Prince George's County Public Schools representative will explain the MBE subcontracting requirement, MBE provisions of the solicitation, documentation required, and its relationship to the bidder's responsiveness.
2. Prime contractors must request price quotes from MBE
subcontractors at least five (5) working days prior to the bid opening. However, this may be adjusted at the discretion of the Board of Education.
3. Bidders may use the services offered by the MBE Program
Coordinator to develop its MBE participation requirement.
7
ADMINISTRATIVE PROCEDURE
3325 Procedure No.
Ju.y 1, 2004 Date
MINORITY BUSINESS ENTERPRISE
PROCUREMENT PROCEDURES
4. When MBE subcontracting is required, each bid or offer submitted in response to a solicitation must be accompanied by a completed Minority Business Enterprise Utilization Affidavit (MBE Form #1) which has been duly notarized.
5. After the review of responsive bids, the apparent low bidder will be
notified. Final approval of contract award will not be made until a list of all MBEs and other related documents from the contractor are received and reviewed.
E. Contract Award:
1. The following documentation must be furnished by the apparent low bidder within ten (10) working days from notification when subcontracting is required: a. A completed Schedule for Participation of Minority
Business Enterprise (MBE Form #2); b. A Statement of Intent (MBE Form #5); and c. A copy of the current acceptable certification letter attached
to each Statement of Intent.
Each document will show the agreed prices to be paid to each certified MBE for the work and identify in detail the contract items to be performed by the certified minority business and the proposed timetable for such performance. All documents must be signed by an authorized representative from both the prime and subcontracting firms. The bidder will certify in writing that there is an existing subcontract for all work that has been sublet.
2. The Prince George's County Public Schools’ MBE Program Coordinator will conduct a preliminary evaluation of the apparent low bidder's submission to determine whether the proposed MBE participation is in compliance with the outlined requirements.
3. Based on the evaluation of contract documents submitted, the
Prince George's County Public Schools’ representative will determine if the low bidder is in compliance with the MBE participation requirements and may recommend to make the final award or require additional information.
8
ADMINISTRATIVE PROCEDURE
3325 Procedure No.
Ju.y 1, 2004 Date
MINORITY BUSINESS ENTERPRISE
PROCUREMENT PROCEDURES
F. Request For Waiver of Minority Business Enterprise Goal: 1. A waiver of the MBE contract requirement may be granted by the
Board of Education only upon receipt of a written request with supporting documentation which presents a reasonable demonstration by the bidder that MBE participation was impossible to obtain or was not obtainable at a reasonable price, and that the public interest is served by a waiver. Any request for a waiver should be submitted on a Request for Waiver (MBE Form #4) and contain the following: a. A detailed statement of the efforts made to contact and
negotiate with certified minority businesses including: names, addresses, dates, and telephone numbers of certified minority businesses contacted;
b. A description of the information provided to MBEs regarding plans, specifications, and anticipated time schedule for portions of the work to be performed;
c. A detailed statement of efforts made to select portions of work proposed to be performed by certified minority businesses in order to increase the likelihood of achieving the stated requirement;
d. A detailed statement of reasons for a contractor's conclusion that a certified minority business is not qualified to perform the work needed; and
e. A list of minority subcontractors found to be unavailable. (This list should be accompanied by the Minority Subcontractor Unavailability Certificate (MBE Form #5) signed by the MBE or a statement from the apparent low bidder that the certified business did not provide the Minority Subcontractor Unavailability Certificate.)
2. A waiver exception to the MBE requirement will be granted upon
determination by the Prince George's County Public Schools’ representative that qualified MBEs are not available to participate in a contract or at a reasonable price consistent with the stated MBE contract requirement and the total contract award. Upon consideration of all the waiver documents submitted in accordance with this provision, the Prince George's County Public Schools’ MBE Coordinator may approve or deny any request for a waiver.
9
ADMINISTRATIVE PROCEDURE
3325 Procedure No.
Ju.y 1, 2004 Date
MINORITY BUSINESS ENTERPRISE
PROCUREMENT PROCEDURES
3. The low bidder's failure to participate in any of these proceedings or failure to furnish information after written request may result in rejection of the bid on the basis of non-responsiveness.
G. Contractor Responsibility and Compliance: The contractor shall perform the contract in accordance with the representations made in the Minority Business Enterprise Utilization Affidavit submitted as part of the bid proposal and on the Schedule for Participation of Certified Minority Business Enterprise (MBE) submitted after the bid proposal (MBE Form #2). All compliance monitoring of certified MBE participation will be in accordance with the following: 1. The contractor shall structure operations for the performance of the
contract to attempt to achieve the purpose of this procedure. 2. The contractor agrees to apply the firm's best efforts to carry out
these requirements consistent with the efficient performance of the project.
3. The contractor must assure that MBEs shall have the maximum
practical opportunity to compete for subcontract work under the contract, even after award of contract.
4. The contractor shall cooperate in any reviews of the contractor's
procedures and practices with respect to MBEs that the Board of Education may, from time to time, conduct.
5. The contractor shall maintain such records as may be necessary to
confirm compliance with its MBE utilization obligations. These records shall indicate the identity of minority subcontractors employed on the contract, type of work performed by each, dollar amount proposed, actual monies paid during the reporting period to date, and any services and procurements achieved.
6. All records concerning MBE participation must be retained by the
contractor for a period of three (3) years after final completion of the contract and will be available for inspection by the Board of Education.
7. It shall be the obligation of the contractor to maintain its status as a
certified MBE or to maintain the required subcontracting percentage with certified MBE firms, whichever may be applicable, throughout the term of the contract or any extension.
10
ADMINISTRATIVE PROCEDURE
3325 Procedure No.
Ju.y 1, 2004 Date
MINORITY BUSINESS ENTERPRISE
PROCUREMENT PROCEDURES
8. Any desired changes in the Schedule for Minority Business Enterprise Participation must be approved in advance by the Board of Education and shall indicate the contractor's efforts to substitute another MBE subcontractor to perform the work. Additionally, if changes to the contract require additional work resulting in a cost increase, the MBE participation should be adjusted to reflect this change.
9. Failure to notify the Board of Education of any changes of
representations or circumstances of the contractor with respect to the MBE status of the contractor or the percentage of MBE participation, may cause the contractor to be subject to disqualification from the award of any PGCPS system contracts for a period of three (3) years. In addition, the contractor shall be subject to such other actions as may be provided under applicable county ordinances and/or state law.
10. The agreed MBE goal identified in the IFP and RFP is a
deliverable. Failure to comply shall be subject to such other actions applicable to county ordinances and /or State law.
H. Amendment For Unforeseen Circumstances: If, at any time before award, an apparent low bidder believes or has reason to believe that a certified minority business listed in the Prince George's County Public Schools' Schedule of Minority Business Enterprise Participation has become unqualified or unavailable, the bidder will immediately notify the Prince George's County Public Schools’ MBE Coordinator. Within five (5) working days, the apparent low bidder must make every reasonable effort to achieve the stated requirement for the minority participation. Failure to make such efforts may result in a determination that the apparent low bidder is not eligible for award of the contract.
I. Emergency: If the Prince George’s County Public Schools’ Chief Financial Officer determines that a project is an emergency (e.g., hazard to the health and welfare of students), the Chief Financial Officer may waive requirements for MBE documentation.
J. Filing of Reports:
1. The Chief Executive Officer (CEO) shall report to the members of the Board of Education of Prince George's County, at least semi-annually, commencing January 2005, regarding progress being made in attainment of requirements established by the Resolution of
11
ADMINISTRATIVE PROCEDURE
3325 Procedure No.
Ju.y 1, 2004 Date
MINORITY BUSINESS ENTERPRISE
PROCUREMENT PROCEDURES
the Board of Education revised, concerning the awarding of contracts to MBEs.
2. The Minority Business Office is required to submit to the CEO on a semi-annual basis a report of MBE participation. Each year two reports will be issued: an interim report covering the period July 1 through December 31, and an annual report detailing activity from July 1 through June 30. Each report will include:
a. Total dollar value of contracts and purchases, by category;
and b. Total dollar value of contracts and purchases, by category,
awarded to MBEs.
K. Records, Reports and Subcontractor Payments: The prime contractor agrees to pay subcontractors within five (5) working days of receipt of payment from Prince George's County Public Schools. If payments are not made, the Board reserves the right to withhold the amount owed to subcontractor(s) from the prime contractor's next payment requisition.
L. Monitoring:
1. The Board of Education will carry out reviews as deemed necessary to monitor compliance with MBE participation requirements. Such reviews may include site visitations to ensure compliance with MBE requirements.
2. The Board of Education and contractors will maintain appropriate
records and, upon request, assist in on-site or post-audit reviews.
XII. BONDING:
A. The Director of Purchasing and Supply may, upon finding that an MBE has demonstrated adequate performance on prior contracts with the state, county, or any of its agencies, municipal corporations, or any local boards of education, waive bonding requirement on certain projects.
B. At the discretion of the Buyer, unless otherwise required by state or federal law or regulations as a condition to state, federal or county assistance, no bid bond, performance or payment bonds shall be required if the contract price is less than $50,000.
C. Bonds on construction projects over $50,000 must be provided by prime. However, at the discretion of the Prince George's County Public Schools’
12
ADMINISTRATIVE PROCEDURE
3325 Procedure No.
Ju.y 1, 2004 Date
MINORITY BUSINESS ENTERPRISE
PROCUREMENT PROCEDURES
representative, bonds may be waived. Additional documents may be required.
XIII. NON-DISCRIMINATION:
A. No contract may be awarded to any contractor or subcontractor unless the contract, subcontract or agreement contains the following non-discrimination clause:
"The contractor is to conduct business in a non-discriminatory manner prohibiting discrimination in any manner against any employee or applicant for employment because of sex, race, creed, color, age, mental or physical disability, sexual orientation or national origin.”
B. If the non-discrimination clause is omitted from a contract or subcontract subject to this Section, the Board of Education may declare the contract void. In that event, the contractor is entitled to the reasonable value of work that has been performed and materials that have been provided.
C. If the contractor willfully fails to comply with the requirements of the non-discrimination clause and the contract is partially completed, the Board of Education may compel the contractor to continue to perform under the contract; however, the Board:
1. Is liable for no more than the reasonable value of work performed
and materials provided after the date on which the breach of contract was or should have been discovered; and
2. Shall deduct any money that has been paid under the contract from
the money that became due.
D. If a subcontractor willfully fails to comply with the requirements of a non-discrimination clause, the contractor may void the subcontract. In that event, the contractor is liable for no more than the reasonable value of work performed or materials provided.
XIV. RELATED PROCEDURES: Administrative Procedure 7419, Minority Business
Enterprise Procedures For State Funding Public School Construction Projects. XV. MAINTENANCE AND UPDATE OF THESE PROCEDURES: These
procedures originate with the Department of Purchasing and Supply and will be updated as necessary.
13
ADMINISTRATIVE PROCEDURE
3325 Procedure No.
Ju.y 1, 2004 Date
MINORITY BUSINESS ENTERPRISE
PROCUREMENT PROCEDURES
XVI. CANCELLATIONS AND SUPERSEDURES: This Administrative Procedure
cancels and supersedes Administrative Procedure 3325, dated June 30, 1998. XVII. EFFECTIVE DATE: July 1, 2004.
APPROVED BY: André J. Hornsby Chief Executive Officer Attachments:
1 - Minority Business Enterprise Utilization Affidavit 2 – Minority Subcontractor Unavailability Certificate 3 – Request for Waiver 4 – Statement of Intent 5 – Schedule For Participation of Minority Business Enterprise
Distribution: Lists 1, 2, 3, 4, 5, 6, 10, and 11
14
Hangers and Supports Section 15060 Part 1 - General
I. Summary
A. This Section includes hangers and supports for mechanical system piping and
equipment.
II. Performance Requirements
A. Design channel support systems for piping to support multiple pipes capable of
supporting combined weight of supported systems, system contents, and test water.
B. Design heavy-duty steel trapezes for piping to support multiple pipes capable of
supporting combined weight of supported systems, system contents, and test water.
C. Design and obtain approval from authorities having jurisdiction for seismic-restraint
hangers and supports for piping and equipment.
III. Submittals
A. Product Data: For each type of pipe hanger, channel support system component, and
thermal-hanger shield insert indicated.
B. Shop Drawings: Signed and sealed by a qualified professional engineer for multiple
piping supports and trapeze hangers. Include design calculations and indicate size and
characteristics of components and fabrication details. This requirement may be modified
in writing, for specific applications.
C. Welding certificates.
IV. Quality Assurance
A. Welding: Qualify procedures and personnel according to AWS D1.1, "Structural Welding
Code--Steel."
Part 2 - Products
I. Manufacturers
A. In other Part 2 articles where subparagraph titles below introduce lists, the following
requirements apply for product selection:
1. Available Manufacturers: Subject to compliance with requirements, manufacturers
offering products that may be incorporated into the Work include, but are not limited
to, the manufacturers specified.
II. Manufactured Units
A. Pipe Hangers, Supports, and Components: MSS SP-58, factory-fabricated components.
B. Approved manufacturers:
Prince George’s County Public Schools 15060 – Hangers and Supports, Page 1 of 8
Hangers and Supports Section 15060 1. AAA Technology and Specialties Co., Inc.
2. B-Line Systems, Inc.
3. Carpenter & Patterson, Inc.
4. Empire Tool & Manufacturing Co., Inc.
5. Globe Pipe Hanger Products, Inc.
6. Grinnell Corp.
7. GS Metals Corp.
8. Michigan Hanger Co., Inc.
9. National Pipe Hanger Corp.
10. PHD Manufacturing, Inc.
11. PHS Industries, Inc.
12. Piping Technology & Products, Inc.
13. Approved Equal.
C. Galvanized, Metallic Coatings: For piping and equipment that will not have field-applied
finish.
D. Nonmetallic Coatings: On attachments for electrolytic protection where attachments are
in direct contact with copper tubing.
III. Channel Support Systems: MFMA-2, factory-fabricated components for field assembly.
A. Manufacturers:
1. B-Line Systems, Inc.
2. Grinnell Corp.
3. GS Metals Corp.
4. Michigan Hanger Co., Inc.
5. National Pipe Hanger Corp.
6. Thomas & Betts Corp.
7. Unistrut Corp.
8. Wesanco, Inc.
9. Approved Equal.
B. Coatings: Manufacturer's standard finish, unless bare metal surfaces are indicated.
C. Nonmetallic Coatings: On attachments for electrolytic protection where attachments are
in direct contact with copper tubing.
IV. Thermal-Hanger Shield Inserts: 100-psi minimum compressive-strength insulation, encased in
sheet metal shield.
A. Manufacturers:
Prince George’s County Public Schools 15060 – Hangers and Supports, Page 2 of 8
Hangers and Supports Section 15060 1. Carpenter & Patterson, Inc.
2. Michigan Hanger Co., Inc.
3. PHS Industries, Inc.
4. Pipe Shields, Inc.
5. Rilco Manufacturing Co., Inc.
6. Value Engineered Products, Inc.
7. Approved Equal
B. Material for Cold Piping: ASTM C 552, Type I cellular glass or water-repellent-treated,
ASTM C 533, Type I calcium silicate with vapor barrier.
C. Material for Hot Piping: ASTM C 552, Type I cellular glass or water-repellent-treated,
ASTM C 533, Type I calcium silicate.
D. For Trapeze or Clamped System: Insert and shield cover entire circumference of pipe.
E. For Clevis or Band Hanger: Insert and shield cover lower 180 deg rees of pipe.
F. Insert Length: Extend 2 inches beyond sheet metal shield for piping operating below
ambient air temperature.
V. Miscellaneous Materials
A. Powder-Actuated Drive-Pin Fasteners: Powder-actuated-type, drive-pin attachments with
pull-out and shear capacities appropriate for supported loads and building materials
where used.
B. Mechanical-Anchor Fasteners: Insert-type attachments with pull-out and shear capacities
appropriate for supported loads and building materials where used.
C. Structural Steel: ASTM A 36/A 36M, steel plates, shapes, and bars, black and
galvanized.
D. Grout: ASTM C 1107, Grade B, factory-mixed and -packaged, non-shrink and
nonmetallic, dry, hydraulic-cement grout.
1. Characteristics: Post hardening and volume adjusting; recommended for both
interior and exterior applications.
2. Properties: Non-staining, non-corrosive, and non-gaseous.
3. Design Mix: 5000-psi, 28-day compressive strength.
Part 3 - Execution
I. Applications
A. Specific hanger requirements are specified in Sections specifying equipment and
systems.
Prince George’s County Public Schools 15060 – Hangers and Supports, Page 3 of 8
Hangers and Supports Section 15060 B. Comply with MSS SP-69 for pipe hanger selections and applications that are not
specified in piping system Specification Sections.
C. Horizontal-Piping Hangers and Supports: Unless otherwise indicated and except as
specified in piping system Specification Sections, install the following types:
1. Adjustable Steel Clevis Hangers (MSS Type 1): For suspension of noninsulated or
insulated stationary pipes, ½” to 30” NPS.
2. Yoke-Type Pipe Clamps (MSS Type 2): For suspension of 120 to 450 deg F pipes, 4”
to 16” NPS, requiring up to 4 inches of insulation.
3. Carbon- or Alloy-Steel, Double-Bolt Pipe Clamps (MSS Type 3): For suspension of
pipes, ¾” to 24”, requiring clamp flexibility and up to 4 inches of insulation.
4. Adjustable Steel Band Hangers (MSS Type 7): For suspension of noninsulated
stationary pipes, ½” to 8” NPS.
5. U-Bolts (MSS Type 24): For support of heavy pipe, ½” to 30” NPS.
6. Pipe Saddle Supports (MSS Type 36): For support of pipes, 4” to 36” NPS, with steel
pipe base stanchion support and cast-iron floor flange.
7. Single Pipe Rolls (MSS Type 41): For suspension of pipes, 1” to 30” NPS, from 2
rods if longitudinal movement caused by expansion and contraction might occur.
8. Complete Pipe Rolls (MSS Type 44): For support of pipes, 2” to 42” NPS, if
longitudinal movement caused by expansion and contraction might occur but vertical
adjustment is not necessary.
D. Vertical-Piping Clamps: Unless otherwise indicated and except as specified in piping
system Specification Sections, install the following types:
1. Extension Pipe or Riser Clamps (MSS Type 8): For support of pipe risers, ¾” to 20”
NPS.
2. Carbon- or Alloy-Steel Riser Clamps (MSS Type 42): For support of pipe risers, ¾” to
20” NPS, if longer ends are required for riser clamps.
E. Hanger-Rod Attachments: Unless otherwise indicated and except as specified in piping
system Specification Sections, install the following types:
1. Steel Turnbuckles (MSS Type 13): For adjustment up to 6 inches for heavy loads.
2. Steel Clevises (MSS Type 14): For 120 to 450 deg F piping installations.
F. Building Attachments: Unless otherwise indicated and except as specified in piping
system Specification Sections, install the following types:
1. Steel or Malleable Concrete Inserts (MSS Type 18): For upper attachment to
suspend pipe hangers from concrete ceiling.
Prince George’s County Public Schools 15060 – Hangers and Supports, Page 4 of 8
Hangers and Supports Section 15060 2. Top-Beam C-Clamps (MSS Type 19): For use under roof installations with bar-joist
construction to attach to top flange of structural shape.
3. Side-Beam or Channel Clamps (MSS Type 20): For attaching to bottom flange of
beams, channels, or angles.
4. Center-Beam Clamps (MSS Type 21): For attaching to center of bottom flange of
beams.
5. Welded Beam Attachments (MSS Type 22): For attaching to bottom of beams if loads
are considerable and rod sizes are large.
6. C-Clamps (MSS Type 23): For structural shapes.
7. Welded-Steel Brackets: For support of pipes from below or for suspending from
above by using clip and rod. Use one of the following for indicated loads:
a) Light (MSS Type 31): 750 lb.
b) Medium (MSS Type 32): 1500 lb.
c) Heavy (MSS Type 33): 3000 lb.
8. Side-Beam Brackets (MSS Type 34): For sides of steel or wooden beams.
9. Plate Lugs (MSS Type 57): For attaching to steel beams if flexibility at beam is required.
G. Saddles and Shields: Unless otherwise indicated and except as specified in piping
system Specification Sections, install the following types:
1. Steel Pipe-Covering Protection Saddles (MSS Type 39): To fill interior voids with
insulation that matches adjoining insulation.
2. Protection Shields (MSS Type 40): Of length recommended by manufacturer to
prevent crushing insulation.
3. Thermal-Hanger Shield Inserts: For supporting insulated pipe, 360-degree insert of
high-density, 100-psi minimum compressive-strength, water-repellent-treated calcium
silicate or cellular-glass pipe insulation, same thickness as adjoining insulation with
vapor barrier and encased in 360-degree sheet metal shield.
H. Spring Hangers and Supports: Unless otherwise indicated and except as specified in
piping system Specification Sections, install the following types:
1. Spring Cushions (MSS Type 48): For light loads if vertical movement does not
exceed 1-1/4 inches.
2. Spring-Cushion Roll Hangers (MSS Type 49): For equipping Type 41 roll hanger with
springs.
Prince George’s County Public Schools 15060 – Hangers and Supports, Page 5 of 8
Hangers and Supports Section 15060 3. Variable-Spring Base Supports (MSS Type 52): Preset to indicated load and limit
variability factor to 25 percent to absorb expansion and contraction of piping system
from base support.
II. Installation
A. Pipe Hanger and Support Installation: Comply with MSS SP-69 and MSS SP-89. Install
hangers, supports, clamps, and attachments as required to properly support piping from
building structure.
B. Channel Support System Installation: Arrange for grouping of parallel runs of piping and
support together on field-assembled channel systems. Field assemble and install
according to manufacturer's written instructions.
C. Heavy-Duty Steel Trapeze Installation: Arrange for grouping of parallel runs of horizontal
piping and support together on field-fabricated, heavy-duty trapezes. Support pipes of
various sizes together and space trapezes for smallest pipe size or install intermediate
supports for smaller diameter pipes as specified above for individual pipe hangers. Field
fabricate from ASTM A 36/A 36M, steel shapes selected for loads being supported. Weld
steel according to AWS D1.1.
D. Install building attachments within concrete slabs or attach to structural steel. Space
attachments within maximum piping span length indicated in MSS SP-69. Install
additional attachments at concentrated loads, including valves, flanges, guides, strainers,
and expansion joints, and at changes in direction of piping. Install concrete inserts before
concrete is placed; fasten inserts to forms and install reinforcing bars through openings at
top of inserts.
E. Install powder-actuated drive-pin fasteners in concrete after concrete is placed and
completely cured. Use operators that are licensed by powder-actuated tool
manufacturer. Install fasteners according to powder-actuated tool manufacturer's
operating manual.
F. Install mechanical-anchor fasteners in concrete after concrete is placed and completely
cured. Install fasteners according to manufacturer's written instructions.
G. Install hangers and supports complete with necessary inserts, bolts, rods, nuts, washers,
and other accessories.
H. Install hangers and supports to allow controlled thermal and seismic movement of piping
systems, to permit freedom of movement between pipe anchors, and to facilitate action of
expansion joints, expansion loops, expansion bends, and similar units.
Prince George’s County Public Schools 15060 – Hangers and Supports, Page 6 of 8
Hangers and Supports Section 15060 I. Load Distribution: Install hangers and supports so that piping live and dead loads and
stresses from movement will not be transmitted to connected equipment.
J. Pipe Slopes: Install hangers and supports to provide indicated pipe slopes and so
maximum pipe deflections allowed by ASME B31.9, "Building Services Piping," is not
exceeded.
K. Insulated Piping: Comply with the following:
1. Attach clamps and spacers to piping.
a) Piping Operating above Ambient Air Temperature: Clamp may project through
insulation.
b) Piping Operating below Ambient Air Temperature: Use thermal-hanger shield
insert with clamp sized to match OD of insert.
c) Do not exceed pipe stress limits according to ASME B31.9.
2. Install MSS SP-58, Type 39 protection saddles, if insulation without vapor barrier is
indicated. Fill interior voids with insulation that matches adjoining insulation.
3. Install MSS SP-58, Type 40 protective shields on cold piping with vapor barrier.
Shields shall span arc of 180 degrees.
4. Shield Dimensions for Pipe: Not less than the following:
a) ¼” to 3 ½” NPS: 12 inches long and 0.048 inch thick.
b) 4” NPS: 12 inches long and 0.06 inch thick.
c) 5” and 6” NPS: 18 inches long and 0.06 inch thick.
d) 8” to 14” NPS: 24 inches long and 0.075 inch thick.
e) 16” to 24” NPS: 24 inches long and 0.105 inch thick.
5. Pipes 8” NPS and Larger: Include wood inserts.
6. Insert Material: Length at least as long as protective shield.
7. Thermal-Hanger Shields: Install with insulation same thickness as piping insulation.
III. Equipment Supports
A. Fabricate structural-steel stands to suspend equipment from structure above or to
support equipment above floor. Place grout under supports for equipment and make
smooth bearing surface.
IV. Metal Fabrication
A. Cut, drill, and fit miscellaneous metal fabrications for heavy-duty steel trapezes and
equipment supports. Fit exposed connections together to form hairline joints. Field-weld
connections that cannot be shop-welded because of shipping size limitations. Comply
Prince George’s County Public Schools 15060 – Hangers and Supports, Page 7 of 8
Hangers and Supports Section 15060 with AWS D1.1 procedures for shielded metal arc welding, appearance and quality of
welds, and methods used in correcting welding work, and with the following:
1. Use materials and methods that minimize distortion and develop strength and
corrosion resistance of base metals.
2. Obtain fusion without undercut or overlap.
3. Remove welding flux immediately.
4. Finish welds at exposed connections so no roughness shows after finishing and
contours of welded surfaces match adjacent contours.
V. Adjusting
A. Hanger Adjustment: Adjust hangers to distribute loads equally on attachments and to
achieve indicated slope of pipe.
VI. Painting
A. Touching Up: Clean field welds and abraded areas of shop paint. Paint exposed areas
immediately after erecting hangers and supports. Use same materials as used for shop
painting. Comply with SSPC-PA 1 requirements for touching up field-painted surfaces.
Apply paint by brush or spray to provide a minimum dry film thickness of 2.0 mils. See
Division 9 Section "Painting" for paint materials and application requirements.
B. Galvanized Surfaces: Clean welds, bolted connections, and abraded areas and apply
galvanizing-repair paint to comply with ASTM A 780.
END OF SECTION
Prince George’s County Public Schools 15060 – Hangers and Supports, Page 8 of 8
Valves Section 15110 Part 1 - General
I. Related Documents
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 1 Specification Sections, apply to this Section.
II. Summary
A. This Section includes the following general-duty valves:
1. Copper-alloy ball valves.
2. Ferrous-alloy ball valves.
3. Ferrous-alloy butterfly valves.
4. Spring-loaded, lift-disc check valves.
5. Bronze gate valves.
6. Cast-iron gate valves.
7. Chainwheel actuators.
B. Related Sections include the following:
1. Division 2 piping Sections for general-duty and specialty valves for site construction piping.
2. Division 13 fire-suppression piping and fire pump Sections for fire-protection valves.
3. Division 15 Section "Mechanical Identification" for valve tags and charts.
4. Division 15 Section "HVAC Instrumentation and Controls" for control valves and actuators.
5. Division 15 piping Sections for specialty valves applicable to those Sections only.
III. Definitions
A. The following are standard abbreviations for valves:
1. CWP: Cold working pressure.
2. EPDM: Ethylene-propylene-diene terpolymer rubber.
3. NBR: Acrylonitrile-butadiene rubber.
4. PTFE: Polytetrafluoroethylene plastic.
5. SWP: Steam working pressure.
6. TFE: Tetrafluoroethylene plastic.
IV. Submittals
A. Product Data: For each type of valve indicated. Include body, seating, and trim materials;
valve design; pressure and temperature classifications; end connections; arrangement;
dimensions; and required clearances. Include list indicating valve and its application. Include
Prince George’s County Public Schools 15110 – Valves, Page 1 of 9
Valves Section 15110 rated capacities; shipping, installed, and operating weights; furnished specialties; and
accessories.
V. Quality Assurance
A. ASME Compliance: ASME B31.9 for building services piping valves.
1. Exceptions: Domestic hot- and cold-water piping valves unless referenced.
B. ASME Compliance for Ferrous Valves: ASME B16.10 and ASME B16.34 for dimension and
design criteria.
C. NSF Compliance: NSF 61 for valve materials for potable-water service.
VI. Delivery, Storage, And Handling
A. Prepare valves for shipping as follows:
1. Protect internal parts against rust and corrosion.
2. Protect threads, flange faces, grooves, and weld ends.
3. Set angle, gate, and globe valves closed to prevent rattling.
4. Set ball and plug valves open to minimize exposure of functional surfaces.
5. Set butterfly valves closed or slightly open.
6. Block check valves in either closed or open position.
B. Use the following precautions during storage:
1. Maintain valve end protection.
2. Store valves indoors and maintain at higher than ambient dew-point temperature. If
outdoor storage is necessary, store valves off the ground in watertight enclosures.
C. Use sling to handle large valves; rig sling to avoid damage to exposed parts. Do not use
handwheels or stems as lifting or rigging points.
Part 2 - Products
I. Manufacturers
A. In other Part 2 articles where subparagraph titles below introduce lists, the following
requirements apply for product selection:
1. Subject to compliance with requirements, manufacturers offering products that may be
incorporated into the Work include, but are not limited to, the manufacturers specified.
2. Manufacturers: Subject to compliance with requirements, provide products by the
manufacturers specified.
II. Valves, General
A. Refer to Part 3 "Valve Applications" Article for applications of valves.
Prince George’s County Public Schools 15110 – Valves, Page 2 of 9
Valves Section 15110 B. Bronze Valves: NPS 2 and smaller with threaded ends, unless otherwise indicated.
C. Ferrous Valves: NPS 2-1/2 and larger with flanged ends, unless otherwise indicated.
D. Valve Pressure and Temperature Ratings: Not less than indicated and as required for system
pressures and temperatures.
E. Valve Sizes: Same as upstream pipe, unless otherwise indicated.
F. Valve Actuators:
1. Chainwheel: For attachment to valves, of size and mounting height, as indicated in the
"Valve Installation" Article in Part 3.
2. Gear Drive: For quarter-turn valves NPS 8 and larger.
3. Handwheel: For valves other than quarter-turn types.
4. Lever Handle: For quarter-turn valves NPS 6 and smaller, except plug valves.
5. Wrench: For plug valves with square heads. Furnish Owner with 1 wrench for every 10
plug valves, for each size square plug head.
G. Extended Valve Stems: On insulated valves.
H. Valve Flanges: ASME B16.1 for cast-iron valves, ASME B16.5 for steel valves, and
ASME B16.24 for bronze valves.
I. Valve Grooved Ends: AWWA C606.
J. Solder Joint: With sockets according to ASME B16.18.
1. Caution: Use solder with melting point below 840 deg F for angle, check, gate, and globe
valves; below 421 deg F for ball valves.
K. Threaded: With threads according to ASME B1.20.1.
L. Valve Bypass and Drain Connections: MSS SP-45.
III. Copper-alloy Ball Valves
A. Manufacturers:
1. Three-Piece, Copper-Alloy Ball Valves:
a) Conbraco Industries, Inc.; Apollo Div.
b) DynaQuip Controls.
c) Grinnell Corporation.
d) Hammond Valve.
e) Jamesbury, Inc.
f) Kitz Corporation of America.
g) NIBCO INC.
h) PBM, Inc.
i) Red-White Valve Corp.
Prince George’s County Public Schools 15110 – Valves, Page 3 of 9
Valves Section 15110 j) Worcester Controls.
B. Copper-Alloy Ball Valves, General: MSS SP-110.
C. Three-Piece, Copper-Alloy Ball Valves: Brass or bronze body with full-port, chrome-plated
bronze ball; PTFE or TFE seats; and 600-psig minimum CWP rating and blowout-proof stem.
IV. Ferrous-alloy Ball Valves
A. Manufacturers:
1. American Valve, Inc.
2. Conbraco Industries, Inc.; Apollo Div.
3. Cooper Cameron Corp.; Cooper Cameron Valves Div.
4. Crane Co.; Crane Valve Group; Stockham Div.
5. Flow-Tek, Inc.
6. Foster Valve Co.
7. Hammond Valve.
8. Jamesbury, Inc.
9. Jomar International, LTD.
10. Kitz Corporation of America.
11. KTM Products, Inc.
12. McCANNA, Incorporated.
13. Milwaukee Valve Company.
14. NIBCO INC.
15. PBM, Inc.
16. Richards Industries; Marwin Ball Valves.
17. Worcester Controls.
B. Ferrous-Alloy Ball Valves, General: MSS SP-72, with flanged ends.
C. Ferrous-Alloy Ball Valves: Class 150, full port.
V. Ferrous-alloy Butterfly Valves
A. Manufacturers:
1. Flanged, Ferrous-Alloy Butterfly Valves:
a) Bray International, Inc.
b) Cooper Cameron Corp.; Cooper Cameron Valves Div.
c) Grinnell Corporation.
d) Mueller Steam Specialty.
e) Tyco International, Ltd.; Tyco Valves & Controls.
Prince George’s County Public Schools 15110 – Valves, Page 4 of 9
Valves Section 15110 B. Ferrous-Alloy Butterfly Valves, General: MSS SP-67, Type I, for tight shutoff, with disc and
lining suitable for potable water, unless otherwise indicated.
C. Flanged, 150-psig CWP Rating, Ferrous-Alloy Butterfly Valves: Flanged-end type with one- or
two-piece stem.
VI. Spring-loaded, Lift-disc Check Valves
A. Manufacturers:
B. Type II, Compact-Wafer, Lift-Disc Check Valves:
1. Durabla Fluid Technology, Inc.
2. Flomatic Valves.
3. GA Industries, Inc.
4. Grinnell Corporation.
5. Hammond Valve.
6. Metraflex Co.
7. Milwaukee Valve Company.
8. Mueller Steam Specialty.
9. Multiplex Manufacturing Co.
10. NIBCO INC.
11. SSI Equipment, Inc.
12. Val-Matic Valve & Mfg. Corp.
13. Valve and Primer Corp.
C. Lift-Disc Check Valves, General: FCI 74-1, with spring-loaded bronze or alloy disc and bronze
or alloy seat.
D. Type II, Class 125, Compact-Wafer, Lift-Disc Check Valves: Compact-wafer style with cast-iron
shell with diameter made to fit within bolt circle.
VII. Bronze Gate Valves
A. Manufacturers:
1. Type 1, Bronze, Nonrising-Stem Gate Valves:
a) American Valve, Inc.
b) Cincinnati Valve Co.
c) Crane Co.; Crane Valve Group; Crane Valves.
d) Crane Co.; Crane Valve Group; Jenkins Valves.
e) Crane Co.; Crane Valve Group; Stockham Div.
f) Grinnell Corporation.
g) Hammond Valve.
Prince George’s County Public Schools 15110 – Valves, Page 5 of 9
Valves Section 15110 h) Kitz Corporation of America.
i) Legend Valve & Fitting, Inc.
j) Milwaukee Valve Company.
k) NIBCO INC.
l) Powell, Wm. Co.
m) Red-White Valve Corp.
n) Walworth Co.
o) Watts Industries, Inc.; Water Products Div.
B. Bronze Gate Valves, General: MSS SP-80, with ferrous-alloy handwheel.
C. Type 1, Class 125, Bronze Gate Valves: Bronze body with non-rising stem and bronze solid
wedge and union-ring bonnet.
VIII. Cast-iron Gate Valves
A. Manufacturers:
1. Type I, Cast-Iron, Nonrising-Stem Gate Valves:
a) Cincinnati Valve Co.
b) Crane Co.; Crane Valve Group; Crane Valves.
c) Crane Co.; Crane Valve Group; Jenkins Valves.
d) Crane Co.; Crane Valve Group; Stockham Div.
e) Grinnell Corporation.
f) Hammond Valve.
g) Kitz Corporation of America.
h) Legend Valve & Fitting, Inc.
i) Milwaukee Valve Company.
j) NIBCO INC.
k) Powell, Wm. Co.
l) Red-White Valve Corp.
m) Walworth Co.
n) Watts Industries, Inc.; Water Products Div.
B. Cast-Iron Gate Valves, General: MSS SP-70, Type I.
C. Class 125, NRS, All-Iron, Cast-Iron Gate Valves: Cast-iron body with cast-iron trim, non-rising
stem, and solid-wedge disc.
Prince George’s County Public Schools 15110 – Valves, Page 6 of 9
Valves Section 15110 IX. Outside Stem and Yoke Valves
A. Manufacturers:
1. John Crane
2. Stockham
3. Powell, Nibco
4. Milwaukee.
B. Cast-Iron Gate Valves, General: MSS SP-70, Type I.
C. Class 125, NRS, All-Iron, Cast-Iron Gate Valves: Cast-iron body with cast-iron trim, non-rising
stem, and solid-wedge disc.
X. Chainwheel Actuators
A. Manufacturers:
1. Babbitt Steam Specialty Co.
2. Roto Hammer Industries, Inc.
B. Description: Valve actuation assembly with sprocket rim, brackets, and chain.
C. Sprocket Rim with Chain Guides: Ductile iron, of type and size required for valve.Include zinc
coating.
1. Brackets: Type, number, size, and fasteners required to mount actuator on valve.
D. Chain: Hot-dip, galvanized steel, of size required to fit sprocket rim.
Part 3 - Execution
I. Examination
A. Examine piping system for compliance with requirements for installation tolerances and other
conditions affecting performance.
1. Proceed with installation only after unsatisfactory conditions have been corrected.
B. Examine valve interior for cleanliness, freedom from foreign matter, and corrosion. Remove
special packing materials, such as blocks, used to prevent disc movement during shipping and
handling.
C. Operate valves in positions from fully open to fully closed. Examine guides and seats made
accessible by such operations.
D. Examine threads on valve and mating pipe for form and cleanliness.
E. Examine mating flange faces for conditions that might cause leakage. Check bolting for proper
size, length, and material. Verify that gasket is of proper size, that its material composition is
suitable for service, and that it is free from defects and damage.
Prince George’s County Public Schools 15110 – Valves, Page 7 of 9
Valves Section 15110 F. Do not attempt to repair defective valves; replace with new valves.
II. Valve Applications
A. Refer to piping Sections for specific valve applications. If valve applications are not indicated,
use the following:
1. Shutoff Service: Ball, butterfly, or gate , gate, or plug valves.
2. Throttling Service: Angle, ball, butterfly, or globe valves.
3. Pump Discharge: Spring-loaded, lift-disc check valves.
B. If valves with specified SWP classes or CWP ratings are not available, the same types of valves
with higher SWP class or CWP ratings may be substituted.
C. Chilled-Water Piping: Use the following types of valves:
1. Ball Valves, NPS 2 and Smaller: Three-piece, 400-psig CWP rating, copper alloy.
2. Butterfly Valves, NPS 2-1/2 and Larger: Flanged, 150-psig CWP rating, ferrous alloy, with
EPDM liner.
D. Spring-Loaded, Lift-Disc Check Valves, NPS 2-1/2 and Larger: Type II, Class 125, cast iron.
E. Condenser Water Piping: Use the following types of valves:
1. Ball Valves, NPS 2 and Smaller: Three-piece, 400-psig CWP rating, copper alloy.
2. Butterfly Valves, NPS 2-1/2 and Larger: Flanged, 150-psig CWP rating, ferrous alloy, with
EPDM liner.
F. Spring-Loaded, Lift-Disc Check Valves, NPS 2-1/2 and Larger: Type II, Class 125, cast iron.
G. Domestic Water Piping: Use the following types of valves:
1. Ball Valves, NPS 2 and Smaller: Three-piece, 400-psig CWP rating, copper alloy.
2. Gate Valves, NPS 2-1/2 and Larger: Type 1, Class 125, NRS, bronze-mounted cast iron.
H. Heating Water Piping: Use the following types of valves:
1. Ball Valves, NPS 2 and Smaller: Three-piece, 400-psig CWP rating, copper alloy.
2. Butterfly Valves, NPS 2-1/2 and Larger: Flanged, 150-psig CWP rating, ferrous alloy, with
EPDM liner.
3. Spring-Loaded, Lift-Disc Check Valves, NPS 2-1/2 and Larger: Type II, Class 125, cast
iron.
I. Low-Pressure Steam Piping: Use the following types of valves:
1. Gate Valves, NPS 2 and Smaller: Type 1, Class 125, bronze.
2. Gate Valves, NPS 2-1/2 and Larger: Type I, Class 125, NRS, cast iron.
J. Steam Condensate Piping: Use the following types of valves:
1. Gate Valves, NPS 2 and Smaller: Type 1, Class 125, bronze.
2. Gate Valves, NPS 2-1/2 and Larger: Type I, Class 125, NRS, cast iron.
Prince George’s County Public Schools 15110 – Valves, Page 8 of 9
Valves Section 15110 K. Select valves, except wafer and flangeless types, with the following end connections:
1. For Copper Tubing, NPS 2 and Smaller: Solder-joint or threaded ends, except provide
valves with threaded ends for heating hot water, steam, and steam condensate services.
2. For Copper Tubing, NPS 2-1/2 to NPS 4: Flanged or threaded ends.
3. For Steel Piping, NPS 2 and Smaller: Threaded ends.
4. For Steel Piping, NPS 2-1/2 to NPS 4: Flanged or threaded ends.
5. For Steel Piping, NPS 5 and Larger: Flanged ends.
III. Valve Installation
A. Piping installation requirements are specified in other Division 15 Sections. Drawings indicate
general arrangement of piping, fittings, and specialties.
B. Install valves with unions or flanges at each piece of equipment arranged to allow service,
maintenance, and equipment removal without system shutdown.
C. Locate valves for easy access and provide separate support where necessary.
D. Install valves in horizontal piping with stem at or above center of pipe.
E. Install valves in position to allow full stem movement.
F. Install chainwheel operators on valves NPS 4 and larger and more than 96 inches above floor.
Extend chains to 60 inches above finished floor elevation.
G. Install check valves for proper direction of flow and as follows:
H. Swing Check Valves: In horizontal position with hinge pin level.
1. Dual-Plate Check Valves: In horizontal or vertical position, between flanges.
2. Lift Check Valves: With stem upright and plumb.
IV. Joint Construction
A. Refer to Division 15 Section "Basic Mechanical Materials and Methods" for basic piping joint
construction.
B. Soldered Joints: Use ASTM B 813, water-flushable, lead-free flux; ASTM B 32, lead-free-alloy
solder; and ASTM B 828 procedure, unless otherwise indicated.
V. Adjusting
A. Adjust or replace valve packing after piping systems have been tested and put into service but
before final adjusting and balancing. Replace valves if persistent leaking occurs.
END OF SECTION
Prince George’s County Public Schools 15110 – Valves, Page 9 of 9
Automatic Sprinkler Systems Section 15300 Part 1 - General
I. General
A. The Bidding and Contract Requirements, Division 1 -General Requirements, Section
15010 - General Provisions, and Section 15050 - Basic Materials and Methods shall
apply to this section.
II. Scope
A. An automatic sprinkler system shall be designed, installed, tested and approved for the
entire building in accordance with Fairfax County School standards, NFPA standards,
state codes, local jurisdiction's requirements and contract documents.
B. In all renovation and addition projects the contractor shall provide temporary protection
for all branch mains and bulk mains run through corridors where the ceiling has been
removed. The contractor shall provide upright sprinklers (within 12" of the deck above)
along the path of all water charged sprinkler branch mains and bulk mains in the corridor.
When the ceilings are replaced the upright sprinklers shall be removed and the outlets
they were connected to shall be capped.
III. Quality Assurance
A. The automatic sprinkler system shall be tested in accordance with NFPA No. 13, FM
1637, UL 2443 and be approved by the local jurisdiction.
B. The sprinkler contractor shall be licensed by the local jurisdiction to install the sprinkler
system as required.
C. All grooved joint couplings, fittings, valves, and specialties shall be the products of a
single manufacturer. Grooving tools shall be of the same manufacturer as the grooved
components.
1. All castings used for coupling housings, fittings, and valve bodies shall be date
stamped for quality assurance and traceability.
IV. Submittals
A. This contractor shall prepare eight sets of shop drawings for the Architect to review. The
local jurisdiction, the Architect and the Owner shall approve the shop drawings. The shop
drawings shall include detailed working drawings at a scale no smaller than 1/8" per foot
and shall also include lighting fixtures, ductwork, ceiling diffusers, grilles, HVAC and
plumbing piping and any other possible obstructions. An overall plan showing the
sprinkler zones shall be included on the working drawings (See paragraph 2.05).
Calculations, sprinkler heads, alarm check valve, flow switches and other equipment shall
Prince George’s County Public Schools 15300 – Automatic Sprinkler System, Page 1 of 10
Automatic Sprinkler Systems Section 15300 also be included on the shop drawings. No sprinkler piping shall be installed until shop
drawings have been reviewed.
Part 2 - Products
I. Design
A. The entire building shall receive a sprinkler system, hydraulically designed and zoned.
Zones shall not exceed fifty thousand square feet (50,000 sq. ft.). The sprinkler design
shall be a wet-pipe system for the interior of the building. Attic spaces, crawlspaces and
areas subject to freezing shall receive dry system. Loading docks, Walk-in freezer and
unheated outdoor storage shall have dry heads. The sprinkler contractor shall obtain
current hydrant flow test information from the local water authority prior to starting any
design work.
II. Sprinkler Heads
A. Sprinklers shall be glass bulb type, with hex-shaped wrench boss integrally cast into the
sprinkler body to reduce the risk of damage during installation. Wrenches shall be
provided by the sprinkler manufacturer that directly engage the wrench boss. Sprinklers
with rubber O-Rings are not acceptable. Acceptable manufacturers include:
1. Victaulic
2. Viking
3. Reliable Automatic Sprinkler Corporation of America
4. Tyco
B. Sprinkler heads, where there are ceilings, shall be recessed mounted with a polished
chrome finish and escutcheon and shall be quick response type. Heads shall be as
manufactured by Victaulic model "V2708". Exception: Sprinkler heads in locker rooms
and shower rooms shall have a corrosion resistant coating.
C. Sprinkler heads, upright or pendent, exposed, shall be factory brass and shall be quick
response as manufactured by Victaulic model "V2704 (upright) and V2708 (pendant)".
D. Sprinkler heads, dry sidewall, shall be glass bulb, quick response with white epoxy
coating and escutcheon as manufactured by Victaulic model "V3610".
E. Sprinkler heads, sidewall, shall be wall mounted with polished chrome finish and
escutcheon and shall be extended coverage quick response as manufactured by Victaulic
model "V3416".
F. Sprinkler heads, dry pendant, shall be extended type glass bulb, quick response with
corrosion resistant coating and escutcheon as manufactured by Victaulic model "V3606".
Prince George’s County Public Schools 15300 – Automatic Sprinkler System, Page 2 of 10
Automatic Sprinkler Systems Section 15300 Provide and install dry sprinkler boot as manufactured by Victaulic to eliminate the air gap
at the wall or ceiling.
G. Sprinkler heads in unoccupied spaces may be rough brass.
H. Sprinkler heads, concealed, shall have factory finished white painted cover plate and
shall be quick response as manufactured by Victaulic model "V3904”. For ceilings painted
black, custom black painted cover plate shall be provided.
I. Provide sprinkler guards on all heads in the physical education rooms, gymnasiums, gym
storage, walk-in coolers, loading docks, all storage rooms, gang toilets, locker rooms,
boiler rooms and in mechanical rooms. Guards in occupied spaces shall be chrome
plated. See 3.01.R for gang toilet and locker room exception.
J. Escutcheons and guards shall be listed, supplied, and approved for use with the sprinkler
by the sprinkler manufacturer.
K. Sprinkler heads shall be of the same manufacturer for each type used.
L. Escutcheon finishes shall match that of the sprinkler head they serve.
M. Chrome plating is not an acceptable corrosion resistant coating.
III. Flow Switches
A. The flow switches shall be vane type. The flow switches shall be equipped with two sets
of form 'C' contacts. Flow switches as manufactured by Potter Electric or Viking shall be
acceptable.
IV. Chrome Fire Department Connection (siamese)
A. Two-way projecting Siamese with cast brass, straight Y pattern, double inlet body,
furnished with plugs and chains, and brass escutcheon plate lettered 'AUTO. SPKR.'
Finish - polished brass chrome plated and shall be manufactured by Potter Roemer, No.
5750 with automatic ball drip. Provide low point drain for service. Siamese connections
fully equal to the item specified, manufactured by ELKHART, GUARDIAN FIRE
EQUIPMENT< FIRE END< CROKER CORPORATION or POWHATTAN shall be
acceptable. Siamese connections with a rough brass finish are not allowed. Provide a
minimum 24” x 24” keyed lockable, access door, key shall be compatible to the owners
HL302 key, to service check valve, ball drip and low point drain. Provide one key for each
location and store in sprinkler cabinet.
B. At the low point near each fire department connection, install a 90-degree elbow with
drain connection to allow for system drainage to prevent freezing. Basis of Design:
Victaulic #10-DR.
V. Sprinkler Zone Graphic
Prince George’s County Public Schools 15300 – Automatic Sprinkler System, Page 3 of 10
Automatic Sprinkler Systems Section 15300 A. Provide two sets of small scale floor plans showing the sprinkler zone diagram graphic.
The graphic shall show the outline of the entire school, all rooms and corridors with
multiple floors shown separately. The sprinkler zones, as shown on the drawings shall be
delineated with each zone shown in a different color. The number of each zone shall be
shown in its respective area and the graphic shall be titled "Sprinkler Control Zones". The
graphic shall show the Siamese connection, the locations of all control, zone, test and
drain valves, all low point drains, bulk drains, fire department connection drain, hose
valves and shall identify the zone the valve serves and its function. The graphic shall
have minimum dimensions of 11”x17” for elementary,middle, high and secondary
schools. Larger drawings shall be provided if the minimum dimensions are too small to
convey the required information legibly. The graphic shall be laminated. The graphic shall
be professionally produced; hand shading will not be accepted. Provide shop drawings on
this graphic with sprinkler shop drawings.
B. One zone diagram shall be wall mounted next to the sprinkler service entrance and shall
be framed and covered by 1/8" clear plastic. The second zone diagram shall be turned
over to the owner for sprinkler shop records.
VI. Valves
A. Sprinkler system valves shall be as manufactured by STOCKHAM, MILWAUKEE,
NIBCO, MUELLER, UNITED, VICTAULIC, KENNEDY or any manufacturers listed in
section 2.02. Butterfly valves as manufactured by Central are not acceptable. The
minimum working pressure for system components shall be 250 psi. All valves controlling
the flow of water to sprinklers shall be listed indicating valves. The main system control
valve shall be an O.S. & Y, equal to VICTAULIC SERIES 771H. type; other control valves
may be with grooved ends or wafer type (butterfly), equal to VICTAULIC SERIES 705.
Butterfly valves shall include a pressure responsive seat, and the stem shall be offset
from the disc centerline to provide complete 360-degree circumferential seating. Auxiliary
control valves, (elevator shaft, pit and machine room), shall be slow close ball valves,
equal to VICTAULIC SERIES 728 (MILWAUKEE series BB-SCS). All control valves shall
be provided with tamper switches. All valve actuators shall be weatherproof. Fire
department connection check valves shall incorporate upstream and downstream
pressure taps. The inspectors test/drain valve shall be as manufactured by G/J
Innovations, Inc. Model Sure-Test, combination test and drain valve with integral sight
glass and test orifice. Test and drain valves manufactured by VICTAULIC TestMaster II
Style 720, UNITED BRASS or AGF shall also be acceptable.
Prince George’s County Public Schools 15300 – Automatic Sprinkler System, Page 4 of 10
Automatic Sprinkler Systems Section 15300 B. Backflow prevention valve shall be a U.L., listed double check valve assembly including
ball type test cocks to protect the potable water supply against backflow from the
automatic sprinkler system. Shutoff valves shall be U.L./FM listed, OS&Y type with
tamper switches. The assembly shall comply with ASSE 1015 or AWWA C510. The
double check valve assembly shall be manufactured by CONBRACO INDUSTRIES, INC.,
APOLLO VALVES 4SG series. Backflow prevention valves equal to the item specified as
manufactured by WATTS, AMES, FEBCO orWILKINS shall be acceptable.
C. Service device valves shall be UL listed and FM approved, with a grooved end ductile
iron body. The valves shall be rated for service of 225-psi (minimum). The valves shall be
externally resettable, and all internal components shall be replaceable without removing
the valve from the installed position. Basis of Design: VICTAULIC Series 751 (alarm
valve), Series 769-NXT (preaction / deluge valve), and Series 768-NXT (dry valve, with
required air pressure of 13-psi. Approved equal by VIKING will be acceptable.
VII. Piping
A. All main and branch piping shall be schedule 40 or schedule 10 steel pipe. Schedule 10
piping shall only be allowed for piping larger than two inches. No piping less than
schedule 10 shall be acceptable. Grooved end fittings shall be ductile iron, short-pattern,
with flow equal to standard pattern fittings. Basis of Design: VICTAULIC FireLock, or
approved equal.
B. Grooved joint couplings shall consist of two ductile iron housing segments to ASTM A536,
pressure responsive gasket to ASTM D2000, and zinc electroplated steel bolts and nuts
to ASTM A449. Couplings shall comply with ASTM F1476 Standard Specification for the
Performance of Gasketed Mechanical Couplings for Use In Piping Applications.
1. Rigid Type: Coupling housings shall be cast with offsetting, angle-pattern bolt pads to
provide joint rigidity and support and hanging in accordance with NFPA-13.
Couplings shall be fully installed at visual pad-to-pad offset contact.
Tongue-and-recess type couplings, or any coupling that requires exact gapping of
bolt pads at required torque ratings, shall be installed in strict accordance with the
manufacturer’s published instructions.
a) Basis of Design: Victaulic Style 009-EZ and 107H, Installation-Ready, for direct
stab installation without field disassembly, or standard rigid couplings Victaulic
Style 005 “FireLock” and Style 07 “Zero-Flex”.
Prince George’s County Public Schools 15300 – Automatic Sprinkler System, Page 5 of 10
Automatic Sprinkler Systems Section 15300 2. Flexible Type: For use in locations where vibration attenuation and stress relief are
required, and for the elimination of flexible connectors. Basis of Design: Victaulic
Installation-Ready Style 177 or Style 77.
C. Spaces with suspended acoustical ceilings shall receive flexible sprinkler drops
manufactured by FLEXHEAD INDUSTRIES or VICTAULIC. Union joints shall be provided
for all flexible sprinkler drops. Areas without suspended acoustical ceilings shall be hard
piped using return bends. Dry pipe systems shall have galvanized piping.
D. FlexHead industries- flexible sprinkler drops, hose assembly shall be stainless steel fully
welded non-mechanical fittings, braided, leak tested with minimum one (1) inch true-bore
internal corrugated hose diameter. The ceiling brackets shall be galvanized steel
attachment type with integrated snap-on clip ends attached to the ceiling using
tamper-resistant screws. The flexible hose attachment shall be removable hub type with
set screw.
E. Victaulic- flexible sprinkler drops, the sprinkler drops shall be stainless steel, braided with
union joints factory tested to 400 psi. No O-rings will be allowed. The flexible drop shall be
attached to the ceiling grid using a one-piece open gate stainless steel bracket. The
sprinkler heads installed in acoustical ceiling and concealed ceiling shall be factory
pre-assembled to the flexible sprinkler drops. The drops shall include all required supports
and bracing.
Part 3 - Execution
I. Installation
A. The sprinkler system shall be installed and tested in accordance with NFPA NO. 13 and
shall be approved by the local jurisdiction. Two copies of the test results approved by the
jurisdiction shall be sent to the Architect.
B. The sprinkler piping shall be installed concealed above the ceiling and be coordinated not
to interfere with the ductwork, air devices, lighting fixtures HVAC piping, plumbing piping
and other items. All mains shall run below the ductwork and all branches shall be as high
as possible. Branch piping that is not installed as high as possible shall be removed and
re-installed at the proper height at no additional cost to the owner. Piping shall be
arranged to allow for the easy removal of acoustical ceiling tiles, piping shall be a
minimum of 6” above ceiling grid.
C. The sprinkler heads in ceilings shall be installed in the center (both longitudinally and
laterally) of the ceiling tile in lobbies, corridors and large rooms such as cafeterias, media
Prince George’s County Public Schools 15300 – Automatic Sprinkler System, Page 6 of 10
Automatic Sprinkler Systems Section 15300 centers, libraries, lecture rooms, etc. Sprinkler heads installed in corridor ceilings shall be
installed in the center of the corridor. The intent is that when the corridor width allows for
a single row of sprinklers, the heads shall align witht the centerline of the corridor.
Sprinkler heads in tiles in other spaces shall be installed in the center of tiles in at least
the lateral dimension (width).Flexible sprinkler drops shall be installed in the top or side of
main or branch piping (see drawing detail) inverted attachment is not acceptable.
D. All sprinkler heads installed within the same room or space, shall be set at a uniform
elevation.
E. Test or drain lines shall discharge to the exterior of the building and shall be kept away
from any entrances and off of loading docks and sidewalks.
F. Maintain a minimum clearance of 6" between sprinkler heads and any other obstruction
such as lighting fixtures, clocks, etc.
G. The fire service main shall be lined piping outside of the building and inside up to the OS
& Y valve. If a spool piece is used between the fire line stub and the OS & Y valve then
the spool piece shall be galvanized. If the OS & Y valve is rated by the American Water
Works Association (AWWA) as suitable for a connection to a potable water system, then
no galvanized pipe is required and the OS & Y valve may be attached directly to the fire
line stub.
H. The sprinkler system shall be zoned as shown on the sprinkler zone diagram on the
drawings. Each zone shall have an inspector’s test and drain valve located off the remote
area of the zone.
I. Provide high temperature sprinkler head(s) in the kitchen heat removal hood, Kiln room,
near unit heaters and above gas water heaters. Heads installed within ten feet of gas
clothes dryers shall be rated at 200º deg F. Heads located in the kitchen heat removal
hood shall be located in the corner of the hood opposite the combi-steamer unit and rated
at 360°F. Heads located in kiln hoods shall be rated at 286* deg F. Sprinklers in the heat
removal hood and in the kiln room shall be white epoxy coated or stainless steel. Provide
intermediate temperature, standard response sprinkler head (200°F), at the bottom of the
elevator shaft and in the elevator machine room. Provide intermediate temperature,
standard response sprinkler head (200°F), in the walk-in freezer.
J. All zone valves, control valves, test valves, hose valves and drain valves shall have
laminated plastic labels attached to the valve to identify the zone the valve serves and the
function of the valve (i.e. - "Control Valve - Zone 1", "Inspector's Test - Zone 1", “Drain
valve – Zone 1”, etc.). Laminated plastic shall be one eighth inch thick, red with white
Prince George’s County Public Schools 15300 – Automatic Sprinkler System, Page 7 of 10
Automatic Sprinkler Systems Section 15300 center core. Labels shall be a minimum of two inch by six inches with a minimum one
quarter inch high block lettering. Peel off labels or permanent markers are not acceptable.
Pre-manufactured labels with engraved information are acceptable. Where valves are
located above ceilings, labels shall be screwed or riveted to the ceiling grid. In addition to
the above, where valves are located in spaces which have doors, label with dimensions
of 2” x10” shall be installed above the door on the occupied side of the door. Label shall
read “Sprinkler control valve zone _ _ _” etc. Labels attached directly to valves shall be
attached by a non-ferrous metal chain.
K. Piping shall be substantially supported from the building structure; the support shall be
attached to the upper chord of the structure. Attachments shall be made either by welding
or using top beam clamps. The supporting of piping from the supports of other disciplines
is not acceptable.
L. As phases of construction are completed, the sprinkler system shall be activated for any
additions to the building that are turned over to the owner for occupancy. Active sprinkler
mains that run through portions of the building without sprinkler protection shall be
protected as required by the Fire Marshall or the Authority Having Jurisdiction. Sprinkler
valve signs shall be installed in these areas. Sprinkler systems shall remain activated
throughout normal school hours and any subsequent connections into active systems
shall be made outside of these hours.
M. All dry type sprinklers shall be of the same manufacturer and shall be insulated and
sealed around the pipe penetration and shall have a corrosion resistant coating. Walk-in
coolers/freezers shall have sprinklers located on opposite side of refrigeration equipment.
All dry type sprinklers shall be 12” long unless special conditions require longer lengths.
N. Sprinkler main and branch piping shall be flushed prior to installing any sprinkler heads.
Flushing connections shall be provided on mains and shall be 2 1/2”. Flushing
connections shall consist of threaded nipples with hose valves and caps. Flushing
connections shall remain after the flushing and testing has been completed for use as
future drain valves. Two flushing connections shall be provided for each zone and shall
be located within 50’ of operable windows or exterior doors. Flushing connections shall be
located on opposite ends of each zone. The flushing of each zone shall be witnessed and
verified by the owner’s representative.
O. Check valves shall not be mounted higher than five feet above the finished floor.
Prince George’s County Public Schools 15300 – Automatic Sprinkler System, Page 8 of 10
Automatic Sprinkler Systems Section 15300 P. Fire department check valve upstream and downstream pressure taps shall have valves
and be provided with capped hose end connections for future maintenance/inspection
purposes.
Q. All control and zone valves located in the sprinkler room shall not be mounted higher than
five feet above the finished floor.
R. All inspectors’ test/drain valves shall be located in chases with keyed alike, lockable
access doors, minimum size is 10”x10”.. Key shall be compatible with owner’s HL302
key. Provide one key for each location and store in sprinkler cabinet.
S. Coordinate the spacing of heads with curtains and folding partitions.
T. Backflow valves shall be tested by an approved testing agency after installation.
U. Provide concealed type sprinkler heads in all group toilets, locker rooms and shower
rooms, for all middle, high and secondary schools. Provide concealed type sprinkler
heads in bulkheads, and spaces where the ceiling height is 7 foot 6 inches or less.
Provide concealed type sprinkler heads at folding partitions as to not interfere with the
operation of the folding partition.
V. Piping in exposed areas shall not be painted prior to the Fire Marshall approval of
hydrostatic testing.
W. The use of piping bushings is not acceptable.
X. The shortest suitable length flexible braided sprinkler drop shall be used, however, avoid
excessively shard bends or stress at the takeoff from the branch line or main.
Y. The sprinkler bulb protector must remain in place until the sprinkler is completely installed
and before the system is placed in service. Remove bulb protectors carefully by hand
after installation. Do not use any tools to remove bulb protectors.
Z. Do not install sprinklers that have been dropped, damaged, or show a visible loss of fluid.
Never install sprinklers with cracked bulbs.
AA. Grooved joints shall be installed in accordance with the manufacturer’s written
recommendations. Grooved ends shall be clean and free from indentations, projections,
or roll marks. The gasket shall be molded and produced by the coupling manufacturer of
an elastomer suitable for the intended service.
II. Spare Parts
A. Provide and install cabinet adjacent to sprinkler service with spare heads, escutcheons,
and wrenches for each type of sprinkler used including, but not limited to, all dry type and
concealed heads, in accordance with the following schedule:
Prince George’s County Public Schools 15300 – Automatic Sprinkler System, Page 9 of 10
Automatic Sprinkler Systems Section 15300 TOTAL NUMBER OF SPRINKLERS
NUMBER OF SPARE SPRINKLERS
REQUIRED
1-10 1
11-299 6
OVER 299 12
B. All dry sprinklers shall be provided by the same manufacturer. Spare sprinklers shall be
the same as those used on the project (temperature, color, length, etc.)
C. Provide a spare sprinkler wrench for each type of sprinkler and provide PVC sleeves with
screwed caps to house dry type sprinklers. Hang sleeves on wall adjacent to sprinkler
cabinet(s). Provide allen keys for flow/tamper covers.
D. Provide two spare flexible sprinkler drops for each length used. Provide bracket and
hardware for each flexible sprinkler drop.
E. Provide one set of Backflow Preventer repair kit.
F. Spare wrench for recessed heads shall be socket type.
III. Special Conditions
A. The kitchen, all storage, mechanical, science rooms and science prep rooms shall be
designed for Ordinary Hazard, Group One.
B. Sprinkler heads needed for sprinkler system design but not specifically referenced under
paragraph 2.02 will be considered on a case by case basis.
C. Systems utilizing bulk mains, as shown on contract drawings, shall have zone valve
assemblies located as shown on these drawings. The zone valve assembly shall consist
of a control valve with tamper switch, a check valve and a flow switch.
D. Inspector test valves for attic dry pipe systems shall be installed in the space below, with
drum drip and keyed, access door.
E. Pool areas shall use galvanized piping and sprinkler heads with corrosion resistant
coatings.
END OF SECTION
Prince George’s County Public Schools 15300 – Automatic Sprinkler System, Page 10 of 10
Fire Pumps Section 15320 Part 1 - General
I. General
A. The Bidding and Contract Requirements, Division 1 -General Requirements, Section
15010 - General Provisions, and Section 15050 - Basic Materials and Methods shall
apply to this section.
II. Scope
A. A complete fire pump system shall be installed.
III. Quality Assurance
A. A fire pumping system shall be installed and tested to meet the requirements of NFPA 20
Centrifugal Fire Pumps, state codes and the local jurisdiction.
IV. Submittals
A. Provide shop drawings on the complete fire pump system as described in Section 15010 -
1.04.
Part 2 - Products
I. Fire Pump
A. Furnish and install as indicated on the drawings an electric horizontal motor driven fire
pump complete with control panel, valves, check valves, bypass, pump test header, relief
valve, strainers, jockey pump, and jockey pump control panel.
1. Fire pump shall be a packaged system mounted on a common base of fabricated
steel and shall be U. L. and F. M. approved for fire protection equipment. Acceptable
manufacturers include:
a) Peerless
b) Syncroflow
c) Tigerflow.
2. Fire pump shall be a (select) G. P. M. at a design head of (select) PSI,(select)
HP(select) volt, 3 phase, 60 hertz, rate at 3525 RPM, motor shall be provided by the
pump manufacturer, in accordance with NFPA 20 with all accessories for automatic
operation.
B. The fire pump controller shall be as manufactured by Firetrol Inc. The fire pump controller
shall be automatic stop with timer and shall be identified "Fire Pump Controller". Fire
pump controllers fully equal to the item specified, approved by the engineer, shall be
acceptable.
Prince George’s County Public Schools 15320 – Fire Pumps, Page 1 of 3
Fire Pumps Section 15320 C. The fire pump controller shall be U.L. listed and factory mutual approved for fire pump
service and horsepower rating of the fire pump motor.
D. The fire pump controller shall have a service rated disconnect and shall be a solid state
limited service with across-the-line starting type for fire pumps under 30HP and full
service with across-the-line starting type for fire pumps 30HP and greater.
E. The fire pump controller shall have an interrupting capacity of at least 65,000 AIC.
F. Provide one set of dry contacts within the fire pump controller for connection to the
owners security intrusion system, contacts shall make on pump run, (wiring to security
system by others).
II. Jockey Pump
A. Furnish and install a jockey pump as indicated on the drawings to maintain pressure in
the fire protection system complete with specialties as listed in 2.03 and controller.
1. The jockey pump shall be a (select) H.P., turbine type, (select)____ volts, 3 phase,
60 hertz, at 3450 R.P.M. as manufactured by Burks Pump. Jockey pumps fully equal
to the item specified, approved by the Engineer, shall be acceptable.
2. The jockey pump controller shall be U.L. listed and factory mutual approved for fire
service. The jockey pump controller shall incorporate a full voltage magnetic starter,
fusible disconnect switch that is service rated, hand-off-auto selector switch, pressure
switch and red pilot light. The jockey pump controller shall be as manufactured by
Firetrol, Inc. The jockey pump controller fully equal to the item specified approved by
the Engineer shall be acceptable.
III. Specialties
A. Specialties shall be provided to meet the requirements of NFPA 20 including but not
limited to pipe, fittings, valves, check valves, eccentric reducers, concentric increasers,
strainers, relief valves, pressure gauges, pressure switch including wiring and air vents. A
ceiling lifting lug shall be provided directly over the fire pump motor. The lifting lug shall
be sized to lift no less than 400 Lbs.
IV. Test Manifold
A. The test manifold for fire pump test connection shall be as shown on the drawings. The
flush type wall hydrant shall be cast brass, double inlet body with male NPT inlet(s) and
furnished with caps and chains, and cast brass escutcheon plate marked "Pump Test
Connection". Finish shall be polished chrome plated, size 6" x 2-1/2" x 2-1/2", as
manufactured by Potter-Roemer, Model 5862-7, complete with male snoots, caps and
chains and removable swivel hose valves. Provide automatic ball drip. After the tests are
Prince George’s County Public Schools 15320 – Fire Pumps, Page 2 of 3
Fire Pumps Section 15320 complete and approved, the valves shall be removed and stored in lockable wall cabinet,
20” x 20” x 9”, with solid door, as manufactured by Potter-Roemer, Model 1815. Locate
cabinet in pump room. Pump test manifolds fully equal to the item specified,
manufactured by Allenco, Seco, or Elkhart, and shall be acceptable.
Part 3 - Execution
I. Installation
A. The fire pump system shall be installed and tested as shown on the drawings and
specified herein and in accordance with NFPA 20, state and local codes. Two copies of
the test report approved by the local jurisdiction shall be submitted to the Owner.
B. The fire pump supplier shall provide the services of a factory qualified technician to align
pump coupling and check all items prior to fire pump test. Provide the owner with a copy
of this report.
C. Relief valves that discharge into floor drains shall not cause splashing of water in the
pump room.
D. Unless prohibited by code, drains shall discharge to the exterior of the building.
E. Install unions to facilitate the replacement of relief valves on the fire pump and jockey
pump.
F. All piping shall be properly supported with hangers or clamps.
G. All drain lines for drip cups and relief valves shall be PVC, CPVC or copper pipe.
II. Tests
A. The automatic fire pump shall be tested for capacity and flow in accordance with NFPA
20.
B. All labor, tools, materials and the services of an electrician shall be provided by the Fire
Protection Contractor for all required automatic fire pump tests.
END OF SECTION
Prince George’s County Public Schools 15320 – Fire Pumps, Page 3 of 3
PGCPS Pre-Qualified Asbestos Abatement Contractors
A&I, Inc.
8301B Pulasky Highway
Baltimore, MD 21237
Telephone: 410.238.3020
Fax: 410.238.3024
Email: [email protected]
Bristol Environmental
9100 Yellow Brick Road, Suite E
Baltimore, MD 21237
Telephone: 410.682.3201
Fax: 410.682.3205
Email: [email protected]
ACM Services, Inc.
12033 Parklawn Drive
Rockville, MD 20852
Telephone: 301.230.2822
Fax: 301.322.1449
Email: [email protected]
Colt Insulation, Inc.
2901 Dede Road, Suite B
Finksburg, MD 21048
Telephone: 410.833.3383
Fax: 410.833.3389
Email: [email protected]
Asbestos Specialists, Inc.
7585 Washington Boulevard, Suite 104
Elkridge, MD 21075
Telephone: 410.796.5379
Fax: 410.796.2849
Email: [email protected]
Retro Environmental , Inc.
5301 Enterprise Street, Suite D
Sykesville, MD 21784
Telephone: 410.552.9301
Fax: 301.552.9305
Email: [email protected]
Barco Enterprises, Inc.
11200 Pulaski Highway
White Marsh, MD 21162
Telephone: 410.335.0660
Fax: 410.335.0790
Email: [email protected]
SandDow Construction, Inc.
3610 East Street
Landover, MD 20785
Telephone: 301.322.1446
Fax: 301.322.1449
Email: [email protected]
The following is a list of Asbestos Containing Materials located at Seabrook ES. • 9x9 floor tiles and mastic • 12x12 floor tiles and mastic (*** 3 classrooms have 12x12 floor tile covering the old 9x9 floor tile***). • Pipe Insulation in all crawl space tunnels which includes the mudded fittings and mastic on the pipe wrapping. (*** any pipes that may be located above the ceiling are assumed to contain asbestos insulation wrap and mudded fittings ***). I haven't found any piping in the ceiling but I don't have access to everything***) • Asbestos glue dots behind bulletin and chalk boards.
SEABROOK ES
2 3 4
1
21
16
18
19
20
17
MEDIA
CENTER
S AV S
14
12
10
8
13
11
9
7
6
M.P.R STAGE
KITCHEN
OFFICE
PRINCIPAL VICE
PRINCIPAL
BOILER 3
BO
ILE
R 2
COURT
HEALTH
CN T
EA
CH
ER
S
L
OU
NG
E
T
T C
S
S
R.RES
CONF S S
T
T
T T C C
T
CW S
S CW
15 5
JAMES JONES
3/14/2016
BOILER 2
FIRE DOORS
SEABROOK ES
2 3 4
21
16
18
19
20
17
MEDIA
CENTER
S AV S
14
12
10
8
13
11
9
7
6
M.P.R STAGE
KITCHEN
OFFICE
PRINCIPAL VICE
PRINCIPAL
BOILER 3
BO
ILE
R 2
COURT
HEALTH
CN T
EA
CH
ER
S
L
OU
NG
E
T
T C
S
S
R.RES
CONF S S
T
T
T T C C
CW S
S CW
15 5
JAMES JONES
3/14/2016
BOILER 2
9X9 ASBESTOS CONTAINING
FLOOR TILES AND MASTIC
T
1
SEABROOK ES
2 3 4
1
21
16
18
19
20
17
MEDIA
CENTER
S AV S
14
12
10
8
13
11
9
7
6
M.P.R STAGE
KITCHEN
OFFICE
PRINCIPAL VICE
PRINCIPAL
BOILER 3
BO
ILE
R 2
COURT
HEALTH
CN T
EA
CH
ER
S
L
OU
NG
E
T
T C
S
S
R.RES
CONF S S
T
T
T T C C
T
CW S
S CW
15 5
JAMES JONES
3/14/2016
BOILER 2
12x12 ASBESTOS CONTAINING
FLOOR TILES AND MASTIC
SEABROOK ES
2 3 4
1
21
16
18
19
20
17
MEDIA
CENTER
S AV S
14
12
10
8
13
11
9
7
6
M.P.R STAGE
KITCHEN
OFFICE
PRINCIPAL VICE
PRINCIPAL
BOILER 3
BO
ILE
R 2
COURT
HEALTH
CN T
EA
CH
ER
S
L
OU
NG
E
T
T C
S
S
R.RES
CONF S S
T
T
T T C C
T
CW S
S CW
15 5
JAMES JONES
3/14/2016
BOILER 2
12x12 COTTAGE TAN FLOOR TILE INSTALLED OVER
9X9 ASBESTOS CONTAINING FLOOR TILES
SEABROOK ES
2 3 4
1
21
16
18
19
20
17
MEDIA
CENTER
S AV S
14
12
10
8
13
11
9
7
6
M.P.R STAGE
KITCHEN
OFFICE
PRINCIPAL VICE
PRINCIPAL
BOILER 3
BO
ILE
R 2
COURT
HEALTH
CN T
EA
CH
ER
S
L
OU
NG
E
T
T C
S
S
R.RES
CONF S S
T
T
T T C C
T
CW S
S CW
15 5
JAMES JONES
3/14/2016
BOILER 2
PIPE INSULATION WRAP, MUDDED FITTING’S AND
BLACK MASTIC
CRAWL TUNNELS
SEABROOK ES
2 3 4
1
21
16
18
19
20
17
MEDIA
CENTER
S AV S
14
12
10
8
13
11
9
7
6
M.P.R S
TA
GE
KITCHEN
OFFICE
PR VP
V
BOILER 2
BOILER 3
BO
ILE
R 2
COURT
HEALTH
CN T
EA
CH
ER
S
L
OU
NG
E
T T
C S
S
R.RES
CONF S S
T
T
T T C C
T
CW
S CW
15 5
S
FLEXI-JOINTS
EXPANSION-JOINTS
FLEXI-JOINTS
EXPANSION-JOINTS
PGCPS Allowance 01210 Page 1
SECTION 01210 - ALLOWANCES
PART 1 GENERAL
1.1 Summary - A "Schedule of Allowances," showing amounts included in Contract Sum, is included in this section. Coordinate allowance to ensure that each section is completely integrated and interfaced. Requirements for allowances are shown and specified to extent established by date of Contract Documents; additional requirements will be established by Change Order. At earliest possible date, advise Architect/Engineer of date each final allowance selection must be completed. Submit proposals for allowance Work as directed and in manner specified for Change Orders. Indicate quantities, unit costs, total purchase amounts, taxes, delivery charges and trade discounts. Where requested, furnish a detailed breakdown of quantity survey. Contractor mark-up of overrun of allowance purchases will be permitted where purchase amount exceeds established allowance by more than 15%; otherwise, and except as otherwise indicated, amount of Change Order on each allowance will be the difference between purchase amount and allowance. Deliver excess materials of allowance Work to Owner's storage space, or dispose of by other means as directed. Designate in project construction schedule delivery dates for products and services specified under each allowance. Contingency allowances may be drawn upon in accordance with guidelines put forth in Article 7, Changes in the Work, of General Conditions.
1.2 CASH ALLOWANCES
A. Costs Included in Cash Allowances: Cost of product to Contractor or subcontractor,
less applicable trade discounts, less cost of delivery to site, less applicable taxes.
B. Contractor Responsibilities: 1. Obtain proposals from suppliers and installers and offer recommendations. 2. Arrange for and process shop drawings, product data, and samples. Arrange for delivery. 3. Promptly inspect products upon delivery for completeness, damage, and defects.
Submit claims for transportation damage. 4. Differences in costs will be adjusted by Change Order.
1.3 FORM OF PAYMENT
A. Payment for allowance items shall be made regularly by Contractor to suppliers of allowance
items as work progresses. Contractor shall invoice for allowance items through periodic applications for payment as Work progresses.
1.4 ALLOW ANCES SCHEDULE
A. Owner’s Charge Order Allowance to be used by PGCPS for unforeseen conditions. Allowance to be included in Contractor’s base bid is scheduled below. 1. This amount will be utilized for unforeseen conditions to cover extra labor and
material costs, if any, and shall be tracked separately from other contract costs. All mark-up, including general conditions, overhead, profit, etc., for this allowance shall be included in the base bid. No additional or credited markup will be allowed for extra work paid for by this allowance.
2. Allowance Schedule: a. Refer to Bid Form for allowance amount.
PGCPS Contract Modification Spec 01260 Page 1
SECTION 01260 - CONTRACT MODIFICATION PROCEDURES
PART 1 - GENERAL
1.1 SUMMARY
A. Section includes administrative and procedural requirements for handling and processing Contract modifications.
1.2 MINOR CHANGES IN THE WORK
A. Architect will issue through Construction Manager supplemental instructions authorizing minor
changes in the Work, not involving adjustment to the Contract Sum or the Contract Time, on AIA Document G710, "Architect's Supplemental Instructions."
1.3 PROPOSAL REQUESTS
A. Owner-Initiated Proposal Requests: Architect will issue through Construction Manager a
detailed description of proposed changes in the Work that may require adjustment to the Contract Sum or the Contract Time. If necessary, the description will include supplemental or revised Drawings and Specifications. 1. Work Change Proposal Requests issued by Architect through Construction Manager are
not instructions either to stop work in progress or to execute the proposed change. 2. Within time specified in Proposal Request after receipt of Proposal Request, submit a
quotation estimating cost adjustments to the Contract Sum and the Contract Time necessary to execute the change. a. Include a list of quantities of products required or eliminated and unit costs, with total
amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities.
b. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts.
c. Include costs of labor and supervision directly attributable to the change. d. Include an updated Contractor's construction schedule that indicates the effect of the
change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time.
e. Quotation Form: Use CSI Form 13.6D, "Proposal Worksheet Summary," and Form 13.6C, "Proposal Worksheet Detail."
f. Maximum Contractors markup (OH & Profit) shall be limited to 8% of the cost of the work associated with the change order.
g. Provide all supplier, subcontractor, manufacturer, etc backup to substantiate the proposed cost.
B. Contractor-Initiated Proposals: If latent or changed conditions require modifications to the
Contract, Contractor may initiate a claim by submitting a request for a change to Construction Manager. 1. Include a statement outlining reasons for the change and the effect of the change on the
Work. Provide a complete description of the proposed change. Indicate the effect of the proposed change on the Contract Sum and the Contract Time.
2. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities.
PGCPS Contract Modification Spec 01260 Page 2
3. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts.
4. Comply with requirements in Division 01 Section "Substitution Procedures" if the proposed change requires substitution of one product or system for product or system specified.
5. Proposal Request Form: Use CSI Form 13.6A, "Change Order Request (Proposal)," with attachments CSI Form 13.6D, "Proposal Worksheet Summary," and Form 13.6C, "Proposal Worksheet Detail."
6. Maximum Contractors markup (OH & Profit) shall be limited to 8% of the cost of the work associated with the change order.
7. Provide all supplier, subcontractor, manufacturer, etc backup to substantiate the proposed cost.
1.4 CHANGE ORDER PROCEDURES
A. On Owner's approval of a Work Changes Proposal Request, Construction Manager
will issue a Change Order for signatures of Owner and Contractor on form included in Project Manual.
1.5 CONSTRUCTION CHANGE DIRECTIVE
A. Construction Change Directive: Architect may issue through Construction Manager a
Construction Change Directive on AIA Document G714. Construction Change Directive instructs Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. 1. Construction Change Directive contains a complete description of change in the
Work. It also designates method to be followed to determine change in the Contract Sum or the Contract Time.
B. Documentation: Maintain detailed records on a time and material basis of work required by the
Construction Change Directive. 1. After completion of change, submit an itemized account and supporting data
necessary to substantiate cost and time adjustments to the Contract.
PART 2 - PRODUCTS (NOT USED)
PART 3 - EXECUTION (NOT USED)
END OF SECTION
PGCPS Closeout Submittals Spec 01780 Page 1
SECTION 01780 - CLOSEOUT SUBMITTALS PART 1 GENERAL
1.1 SECTION INCLUDES
A. Project Record Documents.
B. Operation and Maintenance Data.
C. Warranties and bonds.
1.2 SUBMITTALS
A. Project Record Documents: Submit documents to PGCPS with claim for final Application for Payment. PGCPS requires 4 sets in binders and 2 sets electronic submitted on CDs.
B. Operation and Maintenance Data:
1. Submit two copies of preliminary draft or proposed formats and outlines of contents before start of Work. Architect will review draft and return one copy with comments.
2. For equipment, or component parts of equipment put into service during construction and operated by Owner, submit completed documents within ten days after acceptance.
3. Submit one copy of completed documents 15 days prior to final inspection. This copy will be reviewed and returned after final inspection, with Architect comments. Revise content of all document sets as required prior to final submission.
4. Submit 4 sets hard copies and 2 sets electronic of revised final documents in final form within 10 days after final inspection.
C. Warranties and Bonds:
1. For equipment or component parts of equipment put into service during construction with Owner's permission, submit documents within 10 days after acceptance.
2. Make other submittals within 10 days after Date of Substantial Completion, prior to final Application for Payment.
3. For items of Work for which acceptance is delayed beyond Date of Substantial Completion, submit within 10 days after acceptance, listing the date of acceptance as the beginning of the warranty period.
4. PGCPS requires 4 sets in binders and 2 sets electronic submitted on CDs.
PART 2 PRODUCTS - NOT
USED PART 3 EXECUTION
3.1 PROJECT RECORD DOCUMENTS
A. Maintain on site one set of the following record documents; record actual revisions to the Work: 1. Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other modifications to the Contract. 5. Reviewed shop drawings, product data, and samples. 6. Manufacturer's instruction for assembly, installation, and adjusting.
PGCPS Closeout Submittals Spec 01780 Page 2
B. Ensure entries are complete and accurate, enabling future reference by Owner.
C. Store record documents separate from documents used for construction.
D. Record information concurrent with construction progress.
E. Specifications: Legibly mark and record at each product section description of actual products installed, including the following: 1. Manufacturer's name and product model and number. 2. Changes made by Addenda and modifications.
F. Record Drawings and Shop Drawings: Legibly mark each item to record actual
construction including: 1. Measured horizontal and vertical locations of underground utilities and
appurtenances, referenced to permanent surface improvements. 2. Measured locations of internal utilities and appurtenances concealed in
construction, referenced to visible and accessible features of the Work. 3. Field changes of dimension and detail. 4. Details not on original Contract drawings.
3.2 OPERATION AND MAINTENANCE DATA
A. Source Data: For each product or system, list names, addresses and telephone numbers of
Subcontractors and suppliers, including local source of supplies and replacement parts.
B. Product Data: Mark each sheet to clearly identify specific products and component parts, and data applicable to installation. Delete inapplicable information.
C. Drawings: Supplement product data to illustrate relations of component parts of equipment
and systems, to show control and flow diagrams. Do not use Project Record Documents as maintenance drawings.
D. Typed Text: As required to supplement product data. Provide logical sequence of
instructions for each procedure, incorporating manufacturer's instructions.
3.3 OPERATION AND MAINTENANCE DATA FOR MATERIALS AND FINISHES
A. For Each Product, Applied Material, and Finish: 1. Product data, with catalog number, size, composition, and color and texture designations.
B. Instructions for Care and Maintenance: Manufacturer's recommendations for cleaning agents
and methods, precautions against detrimental cleaning agents and methods, and recommended schedule for cleaning and maintenance.
C. Where additional instructions are required, beyond the manufacturer's standard
printed instructions, have instructions prepared by personnel experienced in the operation and maintenance of the specific products.
3.4 OPERATION AND MAINTENANCE DATA FOR EQUIPMENT AND SYSTEMS
A. For Each Item of Equipment and Each System: 1. Description of unit or system, and component parts. 2. Identify function, normal operating characteristics, and limiting conditions.
PGCPS Closeout Submittals Spec 01780 Page 3
3. Include performance curves, with engineering data and tests. 4. Complete nomenclature and model number of replaceable parts.
B. Where additional instructions are required, beyond the manufacturer's standard
printed instructions, have instructions prepared by personnel experienced in the operation and maintenance of the specific products.
C. Panelboard Circuit Directories: Provide electrical service characteristics, controls,
and communications; typed.
D. Include color coded wiring diagrams as installed.
E. Operating Procedures: Include start-up, break-in, and routine normal operating instructions and sequences. Include regulation, control, stopping, shut-down, and emergency instructions. Include summer, winter, and any special operating instructions.
F. Maintenance Requirements: Include routine procedures and guide for preventative
maintenance and troubleshooting; disassembly, repair, and reassembly instructions; and alignment, adjusting, balancing, and checking instructions.
G. Provide servicing and lubrication schedule, and list of lubricants required.
H. Include manufacturer's printed operation and maintenance instructions.
I. Include sequence of operation by controls manufacturer.
J. Provide original manufacturer's parts list, illustrations, assembly drawings, and diagrams required for maintenance.
K. Provide control diagrams by controls manufacturer as installed.
L. Provide Contractor's coordination drawings, with color coded piping diagrams as installed.
M. Provide charts of valve tag numbers, with location and function of each valve, keyed to flow
and control diagrams.
N. Provide list of original manufacturer's spare parts, current prices, and recommended quantities to be maintained in storage.
O. Include test and balancing reports.
P. Additional Requirements: As specified in individual product specification sections.
3.5 ASSEMBLY OF OPERATION AND MAINTENANCE MANUALS
A. Assemble operation and maintenance data into durable manuals for Owner's personnel
use, with data arranged in the same sequence as, and identified by, the specification sections.
B. Where systems involve more than one specification section, provide separate tabbed divider
for each system.
C. Binders: Commercial quality, 8-1/2 by 11 inch three D side ring binders with durable plastic covers; 2 inch maximum ring size. When multiple binders are used, correlate data into related consistent groupings.
PGCPS Closeout Submittals Spec 01780 Page 4
D. Cover: Identify each binder with typed or printed title OPERATION AND MAINTENANCE INSTRUCTIONS; identify title of Project; identify subject matter of contents.
E. Project Directory: Title and address of Project; names, addresses, and telephone numbers of Architect, Consultants, Contractor and subcontractors, with names of responsible parties.
F. Tables of Contents: List every item separated by a divider, using the same identification as
on the divider tab; where multiple volumes are required, include all volumes Tables of Contents in each volume, with the current volume clearly identified.
G. Dividers: Provide tabbed dividers for each separate product and system; identify the
contents on the divider tab; immediately following the divider tab include a description of product and major component parts of equipment.
H. Text: Manufacturer's printed data, or typewritten data on 24 pound paper.
I. Drawings: Provide with reinforced punched binder tab. Bind in with text; fold larger drawings
to size of text pages.
J. Arrangement of Contents: Organize each volume in parts as follows: 1. Project Directory. 2. Table of Contents, of all volumes, and of this volume. 3. Operation and Maintenance Data: Arranged by system, then by product
category. a. Source data. b. Product data, shop drawings, and other submittals. c. Operation and maintenance data. d. Field quality control data. e. Photocopies of warranties and bonds.
4. Design Data: To allow for addition of design data furnished by Architect or others, provide a tab labeled "Design Data" and provide a binder large enough to allow for insertion of at least 20 pages of typed text.
3.6 WARRANTIES AND BONDS
A. Obtain warranties and bonds, executed in duplicate by responsible Subcontractors, suppliers,
and manufacturers, within 10 days after completion of the applicable item of work. Except for items put into use with Owner's permission, leave date of beginning of time of warranty until the Date of Substantial completion is determined.
B. Verify that documents are in proper form, contain full information, and are notarized.
C. Co-execute submittals when required.
D. Retain warranties and bonds until time specified for submittal.
E. Manual: Bind in commercial quality 8-1/2 by 11 inch three D side ring binders with durable plastic covers.
F. Cover: Identify each binder with typed or printed title WARRANTIES AND BONDS, with title of
Project; name, address and telephone number of Contractor and equipment supplier; and name of responsible company principal.
G. Table of Contents: Neatly typed, in the sequence of the Table of Contents of the Project
Manual, with each item identified with the number and title of the specification section in which specified, and the name of product or work item.
PGCPS Closeout Submittals Spec 01780 Page 5
H. Separate each warranty or bond with index tab sheets keyed to the Table of Contents listing.
Provide full information, using separate typed sheets as necessary. List Subcontractor, supplier, and manufacturer, with name, address, and telephone number of responsible principal.
END OF SECTION
PGCPS Demonstration & Training Spec 01790 Page 1
SECTION 01790 - DEMONSTRATION AND TRAINING PART 1 GENERAL
1.1 SUMMARY
A. Demonstration of products and systems to be commissioned and where indicated in
specific specification sections.
B. Training of Owner personnel in operation and maintenance is required for: 1. All software-operated systems. 2. HVAC systems and equipment. 3. Electrical systems and equipment.
C. Training of Owner personnel in care, cleaning, maintenance, and repair is required for:
1. Roofing, waterproofing, and other weather-exposed or moisture protection products. 2. Finishes, including flooring, wall finishes, ceiling finishes. 3. Fixtures and fittings. 4. Items specified in individual product Sections.
1.2 SUBMITTALS
A. See Section 01300 - Administrative Requirements, for submittal procedures; except:
1. Make all submittals specified in this section, and elsewhere where indicated for commissioning purposes, directly to the Commissioning Authority.
2. Submit one copy to the Commissioning Authority, not to be returned. 3. Make commissioning submittals on time schedule specified by Commissioning Authority. 4. Submittals indicated as "Draft" are intended for the use of the Commissioning Authority
in preparation of overall Training Plan; submit in editable electronic format, Microsoft Word 2003 preferred.
B. Draft Training Plans: Owner will designate personnel to be trained; tailor training to needs
and skill-level of attendees. 1. Submit to Architect for transmittal to Owner. 2. Submit to Commissioning Authority for review and inclusion in overall training plan. 3. Submit not less than four weeks prior to start of training. 4. Revise and resubmit until acceptable. 5. Provide an overall schedule showing all training sessions. 6. Include at least the following for each training session:
a. Identification, date, time, and duration. b. Description of products and/or systems to be covered. c. Name of firm and person conducting training; include qualifications. d. Intended audience, such as job description. e. Objectives of training and suggested methods of ensuring adequate training. f. Methods to be used, such as classroom lecture, live demonstrations, hands-on, etc. g. Media to be used, such a slides, hand-outs, etc. h. Training equipment required, such as projector, projection screen, etc., to be
provided by Contractor.
C. Training Manuals: Provide training manual for each attendee; allow for minimum of two attendees per training session. 1. Include applicable portion of O&M manuals.
PGCPS Demonstration & Training Spec 01790 Page 2
2. Include copies of all hand-outs, slides, overheads, video presentations, etc., that are not included in O&M manuals.
3. Provide one extra copy of each training manual to be included with operation and maintenance data.
D. Training Reports:
1. Identification of each training session, date, time, and duration. 2. Sign-in sheet showing names and job titles of attendees. 3. List of attendee questions and written answers given, including copies of and references
to supporting documentation required for clarification; include answers to questions that could not be answered in original training session.
4. Include Commissioning Authority's formal acceptance of training session.
E. Video Recordings: Submit digital video recording of each demonstration and training session for Owner's subsequent use. 1. Format: DVD Disc. 2. Label each disc and container with session identification and date.
1.3 QUALITY ASSURANCE
A. Instructor Qualifications: Familiar with design, operation, maintenance and troubleshooting
of the relevant products and systems. 1. Provide as instructors the most qualified trainer of those contractors and/or installers
who actually supplied and installed the systems and equipment. 2. Where a single person is not familiar with all aspects, provide specialists with
necessary qualifications.
PART 2 PRODUCTS - NOT
USED PART 3 EXECUTION
3.1 DEMONSTRATION - GENERAL
A. Demonstrations conducted during system start-up do not qualify as demonstrations for the purposes of this section, unless approved in advance by Owner.
B. Demonstrations conducted during Functional Testing need not be repeated unless
Owner personnel training is specified.
C. Demonstration may be combined with Owner personnel training if applicable.
D. Operating Equipment and Systems: Demonstrate operation in all modes, including start-up, shut-down, seasonal changeover, emergency conditions, and troubleshooting, and maintenance procedures, including scheduled and preventive maintenance. 1. Perform demonstrations not less than two weeks prior to Substantial Completion. 2. For equipment or systems requiring seasonal operation, perform demonstration for
other season within six months.
E. Non-Operating Products: Demonstrate cleaning, scheduled and preventive maintenance, and repair procedures. 1. Perform demonstrations not less than two weeks prior to Substantial Completion.
PGCPS Demonstration & Training Spec 01790 Page 3
3.2 TRAINING - GENERAL
A. Commissioning Authority will prepare the Training Plan based on draft plans submitted.
B. Conduct training on-site unless otherwise indicated.
C. Owner will provide classroom and seating at no cost to Contractor.
D. Do not start training until Functional Testing is complete, unless otherwise specified or approved by the Commissioning Authority.
E. Provide training in minimum two hour segments.
F. The Commissioning Authority is responsible for determining that the training was
satisfactorily completed and will provide approval forms.
G. Training schedule will be subject to availability of Owner's personnel to be trained; re-schedule training sessions as required by Owner; once schedule has been approved by Owner failure to conduct sessions according to schedule will be cause for Owner to charge Contractor for personnel "show-up" time.
H. Review of Facility Policy on Operation and Maintenance Data: During training discuss:
1. The location of the O&M manuals and procedures for use and preservation; backup copies.
2. Typical contents and organization of all manuals, including explanatory information, system narratives, and product specific information.
3. Typical uses of the O&M manuals.
I. Product- and System-Specific Training: 1. Review the applicable O&M manuals. 2. For systems, provide an overview of system operation, design parameters and
constraints, and operational strategies. 3. Review instructions for proper operation in all modes, including start-up, shut-
down, seasonal changeover and emergency procedures, and for maintenance, including preventative maintenance.
4. Provide hands-on training on all operational modes possible and preventive maintenance. 5. Emphasize safe and proper operating requirements; discuss relevant health and
safety issues and emergency procedures. 6. Discuss common troubleshooting problems and solutions. 7. Discuss any peculiarities of equipment installation or operation. 8. Discuss warranties and guarantees, including procedures necessary to avoid
voiding coverage. 9. Review recommended tools and spare parts inventory suggestions of manufacturers. 10. Review spare parts and tools required to be furnished by Contractor. 11. Review spare parts suppliers and sources and procurement procedures.
J. Be prepared to answer questions raised by training attendees; if unable to answer
during training session, provide written response within three days. END OF SECTION
Prince George’s County Public Schools Department of Supporting Services ׀ Environmental Office
Asbestos Abatement
Page 1 of 17
Section 02080
SECTION 02080 – ASBESTOS REMOVAL I SCOPE OF WORK: Asbestos Abatement
Base Bid: The Base Bid shall include the total cost of all asbestos abatement work described. This work shall be performed in accordance with this Section, the plans, all other bid documents, and all federal and state regulations.
A. PGCPS requires all Asbestos Abatement to be performed by a PGCPS Approved Vendor.
Please see the attached list for all PGCPS Approved vendors. B. The contractor will provide all labor, materials, equipment, supervision, testing, permits
and all other incidentals required to remove the asbestos containing materials (ACM) listed within these specifications from the areas indicated on the drawings and as described as follows: 1. The contractor shall, completely remove all asbestos containing mastic/caulking
associated with wallboards, cement sinks, pipe insulation, duct insulation, floor tile, windows, and mastic in the areas indicted in the drawings.
2. Completely remove all asbestos containing acoustical ceiling tile. Contractor will replace all abated acoustical ceiling tile.
3. Remove all other ACM material encountered and or exposed during project work or involving connection to existing concealed building utilities.
4. The contractor shall, completely remove all asbest
C. The Abatement Contractor shall provide the complete isolation of the work area(s) as needed, and for the total cleaning and decontamination of the area(s) such that no airborne or residual asbestos remains in accordance with the applicable regulatory provisions. The contractor shall be responsible for the proper removal, storage, transportation and disposal of asbestos waste. No waste or debris will be placed in any BOARD owned dumpster or refuse container.
D. The Abatement Contractor can use existing electrical receptacles to operate their
equipment. Any electrical work required by the contractor (moving light fixtures, installing “pigtails” for equipment, etc.) must be completed by a contractor, licensed to perform electrical work in Prince Georges County, Maryland. Prices for performing such work shall be incorporated in the total job cost submitted.
E. The BOARD will contract a BOARD approved independent air monitoring company to conduct daily air sampling, final visual inspection and subsequent clearance air and bulk sampling as described in Article X of this document.
Prince George’s County Public Schools Department of Supporting Services ׀ Environmental Office
Asbestos Abatement
Page 2 of 17
Section 02080
F. The contractor will retain primary responsibility for all means, methods, sequencing and coordination during the asbestos abatement phase. Responsibility for the preparation, accuracy, and execution of any drawings or work plans remains with the Contractor. The contractor shall communicate with the general contractor in order to secure access to power, water, telephone and other utilities as part of his bid.
G. This document addresses only the ACM that is associated with the actual work areas. This serves as notice that some materials in other areas within the facility, also has been identified as ACM. It is the General Contractor’s responsibility to review the Asbestos Management Plan for each School and familiarize his employees, inclusive of all Subcontractors, that ACM is present and the possible locations that it may be encountered. Any and all work that involves handling of ACM must be conducted by the asbestos contractor, approved by the BOARD.
H. The cost of any planned or un-planned clean-up activity, inclusive of all school system personnel salaries, required relative to ACM being disturbed by abatement, demolition or construction activities, shall be borne by the Asbestos Contractor.
II REGULATIONS:
A. All work must comply with all applicable Federal, State and County regulations. Work performed in this building falls within the regulatory authority of the Asbestos Hazard Emergency Response Act (AHERA). All workers and supervisors are required to be AHERA certified.
B. All employees performing work on this project must be accredited as required by the Federal AHERA regulations and certified to remove asbestos under the Maryland COMAR Regulations. Appropriate AHERA accreditation must be held by all workers, supervisors and project designers.
C. The successful bidder shall ensure that an Abatement Supervisor (as described in the AHERA Regulations) is on-site at all times during any asbestos removal activity that is conducted during this project. The Supervisor shall be able to present accreditation documents for all workers.
D. All work must comply with the following Federal and State regulations which govern asbestos abatement work or hauling and disposal of asbestos waste materials including but not limited to the following:
Prince George’s County Public Schools Department of Supporting Services ׀ Environmental Office
Asbestos Abatement
Page 3 of 17
Section 02080
1. U. S. Environmental Protection Agency (EPA) including but not limited to: • Asbestos Abatement Projects Rule
CFR Part 762 TS 62044, FRL 2843-9 Federal Register, Vol 50 No 134, July 12,1985 8530-28540
• Regulation for Asbestos Title 40, Part 61, Subpart A of the Code of Federal Regulations • National Emission Standard for Asbestos Title 40, Part 61, Subpart M (Revised Subpart B) of the Code of Federal Regulations
2. U.S. Department of Labor, Occupational Safety and Health
Administration, (OSHA), including but not limited to: • Occupational Exposure to Asbestos, Tremolite,
Anthophyllite, and Actinolite; Final Rules Title 29, Part 1910, Section 1001 and Part 1926, Section 1101 of the Code of Federal Regulations
• Respiratory Protection Title 29, Part 1910, Section 134 of the Code of Federal Regulations
• Construction Industry Asbestos Standard Title 29, Part 1926, of the Code of Federal Regulations Construction Industry Lead Standard Title 29, Part 1926, Section 62, of the Code of Federal Regulations
• Access to Employee Exposure and Medical Records Title 29, Part 1910, Section 2 of the Code of Federal Regulations
• Hazard Communication Title 29, Part 1910, Section 1200 of the Code of Federal Regulations
• Specifications for Accident Prevention Signs and Tags Title 29, Part 1910, Section 145 of the Code of Federal Regulations
3. State of Maryland • Control of Asbestos Act, Maryland Code, COMAR Title 26
Subtitle 11, Chapter 21
Prince George’s County Public Schools Department of Supporting Services ׀ Environmental Office
Asbestos Abatement
Page 4 of 17
Section 02080
• Asbestos Accreditation of Individuals, and Approval of Training Courses, Maryland Code, COMAR Title 26, Subtitle 11, Chapter 23
III SITE VISIT: A. Bidders should visit the site to verify existing conditions and establish the amount
of ACM to be removed. Arrangements for a site visit must be made through the BOARD’S Environmental Office at (301) 952-6539. NO UNAUTHORIZED VISITS WILL BE PERMITTED.
B. A schematic representation, which indicates the actual work areas, is included for
informational purposes, only. The materials listed in the “Scope of Work” portion of this document, are to be removed completely, unless otherwise documented in writing by the BOARD. The BOARD will not accept sample analysis that the contractor submits relevant to a specific material that is not ACM.
IV SUBCONTRACTORS:
A. Full documentation of the firm that will conduct the asbestos work, including certifications and a signed statement affirming they visited the building, must be approved within two(2) business days after the apparent low bidder is notified. This shall include copies of their Maryland License accreditation(s), and references from at least five previous jobs. No contractor substitutions will be permitted, without the BOARD’S consent, after the BOARD reviews and verifies the provided information.
B. The BOARD can reject an Asbestos contractor, if they have demonstrated poor or
unsafe performance or poor quality of work from past projects. Any additional costs incurred by the subcontractor or a general contractor, as a result of this action being taken, will not be the responsibility of the BOARD. Asbestos contractors must be pre-approve, with the BOARD’s Environmental Office, at least one week prior to the bid due date for this project.
C. In a case where an asbestos contractor has violated any terms or condition of his contract, the BOARD reserves the right to obtain another reputable abatement contractor to complete the remaining work. All associated costs relative to that work shall be borne by the original abatement contractor.
V ASBESTOS REMOVAL PLANS:
Prince George’s County Public Schools Department of Supporting Services ׀ Environmental Office
Asbestos Abatement
Page 5 of 17
Section 02080
A. As soon as possible but not later than 14 calendar days after receipt of a contract
award, the successful bidder shall submit a detailed removal plan, for each facility, including shop drawings, prepared and signed by an accredited AHERA Project Designer, for the Board’s approval. The drawings shall detail the following items for each work section, as required:
1. Work areas 2. Work entrance and exit points 3. Shower and clean room locations 4. Locations and quantities of negative pressure ventilation equipment 5. Storage locations for supplies and equipment 6. Storage locations for removed materials prior to such materials being
transported off site 7. Cleanup and waste disposal plans 8. The locations of any demolition activity the contractor may undertake in
order to gain access to remove any ACM 9. Work schedule
10. Number of workers and copies of their qualifications
VI NOTIFICATION TO REGULATORY AUTHORITIES:
The contractor is responsible for making required notification to the Maryland Air Management Administration, the Environmental Protection Agency and any other regulatory authorities with jurisdiction. Copies of such notification must be provided to the BOARD before work can begin. A. NOTICES: ENVIRONMENTAL PROTECTION AGENCY Send Written Notification as required by USEPA National Emission Standards for
Hazardous Air Pollutants (NESHAPS) Asbestos Regulations (40CFR 61, Subpart M) to the regional Asbestos NESHAPS Contact at least 10 days prior to beginning any work on asbestos-containing materials. Send notification to the following address:
REGION 3: USEPA, Region III 1650 Arch Street Philadelphia, Pennsylvania 19103-2029
1. Notification must be sent to EPA for all demolitions and for renovations
involving 160 square feet or 260 linear feet or more.
Prince George’s County Public Schools Department of Supporting Services ׀ Environmental Office
Asbestos Abatement
Page 6 of 17
Section 02080
2. Notification: Include the following information in the notification sent to the NESHAPS Contact: • Name and address of owner or operator. • Description of the facility being demolished or renovated,
including the size, age, and prior use of the facility. • Estimate of the approximate amount of friable asbestos material
present in the facility in terms of linear feet of pipe, and surface area on other facility components. For facilities in which the amount of friable asbestos materials less than 80 linear meters (260 linear feet) on pipes and less than 15 square meters (160 square feet) on other facility components, explain techniques of estimation.
• Location of the facility being demolished or renovated. • Scheduled starting and completion dates of demolition or
renovation. • Nature of planned demolition or renovation and method(s) to be
used. • Procedures to be used to comply with the requirements of USEPA
National Emission Standards for Hazardous Air Pollutants (NESHAPS) Asbestos Regulations (40 CFR 61 Subpart M). Final Rule.
• Name and location of the waste disposal site where the friable asbestos waste material will be deposited.
• For facilities being demolished under an order of a State or local governmental agency, issued because the facility is structurally unsound and in danger of imminent collapse, the name, title, and authority of the State or local governmental representative who has ordered the demolition.
B. STATE AGENCIES:
Send written Notification as required by local regulations prior to beginning any work on asbestos-containing materials to:
Asbestos Licensing/Enforcement Division MD Department of Environment (MDE) 1800 Washington Boulevard
Baltimore, Maryland 21230 1. Notification must be postmarked 10 working days prior to commencement
of work.)
Prince George’s County Public Schools Department of Supporting Services ׀ Environmental Office
Asbestos Abatement
Page 7 of 17
Section 02080
C. LICENSES:
1. Licenses: Maintain current licenses as required by applicable state or local jurisdictions for the removal, transporting, disposal or other regulated activity relative to the work of this contract.
2. Posting and Filing of Regulations: Maintain two (2) copies of applicable federal, state and local regulations above. Post one copy of each at the job site. Keep on file in contractor's office one copy of each.
Copies of all notification will be provided to the BOARD before work can
begin.
VII ALTERNATIVE PROCEDURES:
A. Procedures described in the specifications will be used at all times. If the specified procedures cannot be utilized, the contractor shall provide a written statement to the BOARD’S Environmental Office describing the problems encountered and recommended alternatives. Any alternative procedures must be approved by the BOARD and regulatory authorities before implementation. The BOARD reserves the right to reject any variances or alternative methods not found to be acceptable to the BOARD.
B.
VIII MONITORING WORK PROGRESS:
A. The BOARD’s Environmental Office, Safety Office and/or contracted industrial hygienist will monitor the progress of work. This person(s) shall have the authority to make work-in progress inspections at any time and to stop work if, in their opinion, an immediate health threat exists to the public or the contractor’s employees due to improper work methods or noncompliance with the specifications or regulations.
B. In situations where job site performance is unsatisfactory but does not present an
immediate health threat to the public or workers, a written warning will be given to the contractor. A deadline will be given to correct the referenced situation. Failure to comply with said written orders could be considered grounds for shutting down a job until said condition has been remedied to the satisfaction of the BOARD.
Prince George’s County Public Schools Department of Supporting Services ׀ Environmental Office
Asbestos Abatement
Page 8 of 17
Section 02080
C. The BOARD’S Environmental Office and/or the contracted industrial hygiene consultant will have final authority over questions of interpretation of regulations and specifications. Whenever a conflict occurs, the most stringent requirement shall be followed.
IX PERMISSION TO BEGIN WORK:
A. Prior to asbestos abatement activities (including preparatory work such as containment system fabrication), a pre-job meeting shall be scheduled at which time the contractor shall submit proof satisfactory to the BOARD that all required permits and arrangements for transportation and disposal of waste materials have been made. The Contractor shall also provide a list of all employees who will be working on the project along with submitting AHERA. and Maryland training accreditation for these workers. At the pre-job meeting, the Contractor and the BOARD’S Environmental Office representative will review the specifications and asbestos removal plans. The BOARD’S Environmental Office will respond verbally to any questions by the Contractor. The BOARD will document all verbal authorization via written memoranda.
B. The contractor shall not begin any site work, either actual abatement or
preparatory work until he has received verbal permission from the Environmental Office. The BOARD will document all verbal authorizations via written memoranda.
C. After completing preparatory activities for each work area, the contractor must
arrange for a site inspection by the BOARD’s Environmental Office before authorization to begin actual asbestos removal. During this inspection the contractor shall demonstrate (where applicable) that the containment system, mini enclosures, work entrance way, etc. are properly sealed and all meet the specifications. Additionally, he will be required to prove proper operation of any required negative pressure ventilation equipment. This inspection process shall be repeated as each new work area is established. No asbestos removal can begin until the satisfactory completion of such an inspection.
X. AIR SAMPLING BY THE CONTRACTOR AND/OR CONTRACTED
INDUSTRIAL HYGIENE CONSULTANT:
A. PERSONAL SAMPLING - The contractor will be responsible for conducting and paying for “personal” air samples during the course of work. Personal air monitoring will be conducted for the maintenance of Time Weighted Average (TWA) fiber counts for types of respiratory protection required. This includes
Prince George’s County Public Schools Department of Supporting Services ׀ Environmental Office
Asbestos Abatement
Page 9 of 17
Section 02080
Short Term Excursion (STEL) Level samples of 30 minutes. These samples can be collected by the contracted industrial hygiene consultant.
B. BACKGROUND SAMPLING - The BOARD’s hygiene consultant will conduct
background air samples for each containment area to establish background fiber levels prior to work commencing along with all daily air tests and personal air sampling. These samples can be collected by the contracted industrial hygiene consultant. The hygiene consultant shall coordinate with the BOARD’S Environmental Office the exact location where these samples will be taken and the time of day when daily samples will be taken. The analysis laboratory shall use methods approved by the Environmental Protection Agency. The samples will be archived in case the BOARD has a need to retrieve them.
C. Results of the air test taken within the work area prior to commencement of work
will determine the need for respirator use during construction of containment systems. If these air tests show fiber levels higher than the permissible exposure limit, respirators will be worn during containment fabrication; otherwise respirator use during this phase is optional. “Personal” samples will be taken during containment construction since airborne fiber levels may increase during this work. If the results of the samples taken during this activity show levels higher than the permissible exposure limit, respirators and other protective equipment shall immediately be utilized for the remainder of all containment work.
D. OUTSIDE AMBIENT AIR SAMPLES
1. Air Samples will be collected daily outside but nearby the work area to detect faults in the work area isolation such as: • Contamination of the building outside of the work area with
airborne asbestos fibers, • Failure of filtration or rupture in the negative pressure system, • Contamination of the building exterior with airborne asbestos
fibers 2. These samples will be collected by the contracted industrial hygiene
consultant. If airborne fiber levels in such samples exceed air fiber levels revealed in the “before work” (background) ambient samples or 0.1 fibers per cubic centimeter (fiber/cc), the contractor shall immediately stop work and notify the BOARD’s Environmental Office. If this air sample was taken inside the building and outside of critical barriers around the work area, the contractor shall immediately inspect the critical barriers to ensure their integrity. The affected area shall be isolated from the balance of the building and evacuated if the area is occupied. Critical barriers shall be erected at the next existing structural isolation of the involved space (e.g.
Prince George’s County Public Schools Department of Supporting Services ׀ Environmental Office
Asbestos Abatement
Page 10 of 17
Section 02080
wall, pipe, and floor). The project will be reviewed jointly by the contractor and the BOARD’s Environmental Office to determine and correct the cause of the high air sample results. The contractor will clean the outside area and retest before work can be restarted.
E. INSIDE AIR SAMPLES The contractor shall maintain an average airborne count in the work area of less
than 0.2 fibers/cc. If the fiber counts rise above this figure for any sample taken, the contractor shall revise work procedures (i.e., additional use of amended water or increased negative pressure to lower fiber counts). If these methods do not effectively reduce the average airborne level then the contractor is to stop all work, leave engineering controls/negative air system in operation and notify the BOARD’S Environmental Office. Do not recommence work until authorized by the BOARD’S Environmental Office.
F. ANALYTICAL METHODS: The NIOSH 7400 method of phase contrast microscopy will be used by the
laboratory in analyzing filters used to collect air samples before and during abatement. Transmission Electron Microscopy shall be performed on final air sampling.
G. SAMPLE VOLUMES: General: The number and volume of air samples taken by the Industrial Hygiene
Consultant will be in accordance with the following schedule. Sample volumes given may vary depending upon the analytical method used.
H. SCHEDULE OF AIR SAMPLES: Before Start of Work: Base Line: Pre-Tests
are taken to establish background levels of airborne fibers to determine respiratory protection required during preparation of the work area. If any of the Pre-Tests or the air samples taken during preparation are >0.01 fibers per cubic centimeter (f/cc) the workers shall wear respiratory protection. The type of respirator worn shall be determined by the standards set in OSHA Regulations 29CFR 1910.1001.
The Industrial Hygiene Consultant will secure the following Air Samples: SCHEDULE BASE LINE : Before Start of Work (Pre-Test).
Prince George’s County Public Schools Department of Supporting Services ׀ Environmental Office
Asbestos Abatement
Page 11 of 17
Section 02080
ACM - Asbestos Containing Material TEM - Transmission Electron
Microscopy IWA - Inside Work Area OWA - Outside Work Area PCM - Phase Contrast Microscopy, NIOSH 7400 Method SCHEDULE OF DAILY AIR SAMPLES : During Work Project Size IWA OWA Blank Analysis
>5,000 SF 4 4 2 PCM >500 LF 4 4 2 PCM <5,000 SF 2 2 2 PCM < 500 LF 2 2 2 PCM ACM - Asbestos Containing Material IWA - Inside Work Area OWA - Outside Work Area PCM - Phase Contrast Microscopy, NIOSH 7400 Method TEM - Transmission Electron Microscopy
XI LABORATORY TESTING:
Project Size IWA OWA Blank Analysis
>5,000 SF 5 5 2 PCM >500 LF 5 5 2 PCM <5,000 SF 5 5 2 PCM < 500 LF 5 5 2 PCM
Prince George’s County Public Schools Department of Supporting Services ׀ Environmental Office
Asbestos Abatement
Page 12 of 17
Section 02080
A. The services of a testing laboratory will be employed by the Industrial Hygiene Consultant to perform laboratory analysis of the air samples. A microscope and technician will be setup at the job site (where project conditions permit), so that verbal reports on air samples can be obtained immediately.
B. The services of a testing laboratory will be employed by the Contractor to perform
laboratory analysis of the OSHA air samples.
C. A complete record, certified by the testing laboratory, of all air monitoring tests and results will be furnished to the BOARD’S Environmental Office.
D. Verbal Reports: of all air monitoring tests will be communicated at the job site by
the Industrial Hygiene Consultant, to the Contractor on a daily basis. Air sample results shall be posted in a central location on a daily basis.
E. Exposure monitoring of the work place for employees safety will be performed in accordance with Occupational Safety and Health Administration (OSHA) Asbestos Regulations for the Construction Industry (20 CFR 1926.1101).
F. Verbal results for all air samples shall be supplied to the BOARD within 24 hours, with written results maintained at the work site.
XII. DAMAGE TO THE BUILDING:
A. Care shall be taken by the contractor not to damage finishes, wiring, piping or other building systems or equipment. Any such damage shall be corrected per all relative codes and regulations at the contractor’s expense.
XIII. ASBESTOS WORKER ACCESS:
A. All work entry is to be made through the nearest exterior door. This location will be given to the Contractor at the pre-construction meeting.
B. Limited parking is available in the school’s parking lot. Vehicles must be parked
in parking spaces. No parking will be permitted in fire lanes, loading zones, reserved parking spaces, grass, etc. A clear lane must be kept at all times for emergency vehicles, deliveries, and other school traffic.
Prince George’s County Public Schools Department of Supporting Services ׀ Environmental Office
Asbestos Abatement
Page 13 of 17
Section 02080
C. The Contractor shall supply protective equipment, including a respirator and disposable suit to the school Custodian in the event he needs to enter the work area during asbestos removal.
D. Smoking is not permitted in this facility or on the property. XIV. ASBESTOS WORK SCHEDULE:
A. Preliminary asbestos removal work cannot begin until the BOARD issues a written notice to the General Contractor. All asbestos abatement activities, relevant to the ACM found in the actual work area, must be completed within Fourteen (14) calendar days.
B. The Contractor is responsible for paying the wages of the school system personnel
if the work is conducted during times when the facility is not staffed. C. The general Contractor shall limit any other work activities that may inhibit the
progress of the asbestos removal work. D. The BOARD reserves the right to require that all activities involving asbestos
work, be conducted during the hours when the school is normally occupied. The BOARD will pay no additional cost, if this stipulation is invoked.
XV. DISPOSAL OF ASBESTOS:
A. The contractor is free to utilize any landfill approved to accept friable asbestos waste. The contractor shall submit with their bid response, the name and address of the facility he proposes to use.
B. Transportation of asbestos waste must comply with all Federal, State and County Regulations.
C. Copies of all dump receipts; transportation manifests and other documentation of legal disposal shall be supplied to the BOARD’S Environmental Office as disposal occurs. No payment will be made without such documentation of proper disposal.
D. All bagged asbestos debris must be removed from the work area on a daily basis. E. Bagged debris may be stored on the premises while awaiting transport to the
dumpsite. Storage shall be within a locked, closed container, such as a dumpster
Prince George’s County Public Schools Department of Supporting Services ׀ Environmental Office
Asbestos Abatement
Page 14 of 17
Section 02080
equipped with a lid or top. This container shall be located as directed by the BOARD’S Environmental Office.
XVI. EQUIPMENT:
A. The contractor will have, as needed, a sufficient quantity of scaffolds, ladders, lifts and hand tools. Under no circumstances will the contractor be allowed to use equipment owned by the BOARD.
XVII ASBESTOS CONTAINING MATERIAL (ACM) REMOVAL PROCEDURES
A. AAssbbeessttooss CCoonnttaaiinniinngg mmaatteerriiaall rreemmoovvaall shall be conducted in a regulated enclosure, including hygiene facilities, with negative pressure ventilation units equipped to provide a minimum one work place air change every fifteen (15) minutes and a negative pressure differential inside the work area equal to, or greater than .02 inches of water column.
B. The product name and Material Safety Data Sheet (MSDS) for all materials must
be supplied at the pre-job meeting for the BOARD’S Environmental Office approval. No material change will be permitted without the BOARD’S Environmental Office approval.
C. Removal is not complete until all surfaces are smooth to the extent that a sample
cannot be obtained. Patched areas will have to be cleaned such that a sample cannot be obtained by scratching away the material.
D. All surfaces (walls, pipes, floors, etc.) shall be free of any residue. The contractor
shall take all precautions to limit the spread of odors outside the area of work. E. The BOARD reserves the right to review and reject unsuitable work practices at
its sole discretion. F. Materials, not identified for removal in these specifications that are damaged by
the contractor, will be repaired and/or replaced and the associated cost deducted from the contractor’s retention.
G. Other portions of this facility may be occupied and/or used while the asbestos
work is being done. The contractor shall take measures to keep the construction related dust to a minimum. The contractor shall also take measures to prevent his activities from creating a disruption to building and instructional activities. The
Prince George’s County Public Schools Department of Supporting Services ׀ Environmental Office
Asbestos Abatement
Page 15 of 17
Section 02080
BOARD can require the contractor to work evenings if their operation causes disruptions to the daytime building and instructional activities.
XVIII. CLEARANCE TESTING
A. Initial final clearance air testing will be conducted by the company engaged by the BOARD. In the event the initial test shows the average concentration of asbestos of five (5) air samples collected within the containment area are greater than 70 structures per square millimeter 70s/mm2, the contractor is responsible for all costs associated with the second and subsequent final air clearance tests in the affected “work area” from the contractor’s final retention. See item XIX.G below for additional information.
B. Each work area will be treated separately for final clearance air testing. The testing will take place as soon as feasible once abatement work is finished.
C. The contractor shall notify the BOARD’s representative at least 48 hours in advance of requesting a final air sampling, in each area. Following the satisfactory completion of a visual inspection by BOARD Personnel, the BOARD will arrange for an air-monitoring professional to aggressively sample the air for airborne asbestos fiber concentrations.
D. Final Clearance Sampling-Transmission Electron Analysis (TEM) shall be used to
analyze all final clearance air samples per 40 CFR Part, Appendix A to Subpart E.
1. All clearance Air Samples will be taken using aggressive sampling techniques as follows: • Sampling shall not begin until 1 hour after the area is dry with no
visible water or condensation remaining (a minimum of 4 hours following encapsulation).
• Samplers shall be placed at random around the work area. If the work area contains the number of rooms equivalent to the number of required samples based on floor area, a sampler shall be placed in each room. When the number of rooms is greater than the required number of samples a representative sample of rooms shall be selected.
• The representative samplers placed outside the work area but within the building shall be located to avoid any air that might escape through the isolation barriers and shall be approximately 50 feet from the entrance to the work area, and 25 feet from the isolation barriers.
Prince George’s County Public Schools Department of Supporting Services ׀ Environmental Office
Asbestos Abatement
Page 16 of 17
Section 02080
• In each homogeneous work area after completion of all cleaning work, a minimum of 13 samples will be taken and analyzed as follows:
FINAL CLEARANCE SAMPLING SCHEDULE :
Location Sampled
Number of Samples
Filter Media
Detection Limits
Structures/mm2
Minimum Volume
Rate (LPM)
Work Area 5 MCE 70 1200 6-9.9
Outside Work Area
5 MCE 70 1200 6-9.9
Field Blank
2 MCE 70 1200 6-9.9
Sealed Blank
1 MCE 70 1200 6-9.9
Release Criteria: Decontamination of the work site is complete if the concentration of all samples is (less than) <70 s/mm2.
E. Final Clearance Sampling for the soil in each work area shall be conducted by
Polarized Light Microscopy (PLM) bulk sampling. Nine (9) bulk sampling shall be conducted in a statically random manner of each work area. Each bulk sample shall be less than one percentage (< 1%).
E. The BOARD reserves the right to require that the work area be re-cleaned, at no
additional cost, even if the average concentration of asbestos of five air samples collected in the containment area is less than 70s/mm2, and the result of any one (1) sample collected within the work area yields a result of 80s/mm2 or above.
F. The enclosure shall remain intact until final clearance has been obtained and no
additional cleaning as specified in Item XIX.G is required. Verbal results will be given to the contractor as soon as the BOARD is given the results; this will be followed up in writing when the results become available.
XIX. ASBESTOS SUBMITTALS:
Prince George’s County Public Schools Department of Supporting Services ׀ Environmental Office
Asbestos Abatement
Page 17 of 17
Section 02080
A. The Contractor shall, submit within two (2) working days, after the apparent low bidder is notified, a qualification statement. This statement will include:
1. Owners of the asbestos removal firm, addresses and telephone
numbers. 2. A list of five (5) comparable previous asbestos jobs. The list will include
names, addresses, telephone numbers and dates of the jobs 3. Asbestos removal firm’s Maryland license to remove or encapsulate
asbestos. 4. A statement that the contractor has ample equipment and personnel to
perform the work within the time specified 5. Copies of valid Maryland certificates of all asbestos workers and
supervisors who will be performing abatement activities 6. The name, addressed phone number of the disposal facility. 7. The name, addresses and phone number of the independent laboratory that
the contractor will employ to analyze air samples END OF SECTION 02080
Division of Supporting Services ׀ Building Services Department ׀Environmental Office Environmental Contractors 2014 ׀
Asbestos Abatement
A & I 8301B Pulaski Highway Baltimore, MD 21237 Phone: 410-238-3020 Contact: Mike Keman, 443.463.5436 (last choice for reinstall) [email protected] ASBESTOS SPECIALIST, INC (ASI) PO Box 368 Linthicum Heights MD 21090 Phone: 410-796-5379 Contact: David Purdum Phone: 410-796-5379 Fax: 410-796-2849 | Cell: 443-790-1225 [email protected] Project manager: Richard Bentley 410-320-3678 BARCO ENTERPRISES INC 11200 Pulaski Highway White Marsh, MD 21162 Phone: 410-335-0660 Contact: Bart [email protected] COLT INSULATION, INC 4203 Menlo Drive Baltimore, MD 21215 Phone: 410-358-5010 Contact: David Paetow [email protected] Darryl McCoy, Project Manager RETRO Retro Environmental Inc 5301 Enterprise St Suite D Sykesville, MD 21784 Phone: 410-552-9301 Contact: Robert Gurecki Cell: 410.365.3794 (abatement and reinstall) [email protected] Jim Wallace, Estimator 443.829.2400 c Phone: 410.552.9301 | Fax: 410.552.9305 Cell: 443.829.2400 Chuck 410-365-7759 BRISTOL ENVIRONMENTAL, INC 8288 Telegraph Road Suite C 1Odenton, MD 21113 410.672.2781 – P 410.672.2785 – F Direct # 410.682.3201 [email protected]
SANDOW CONSTRUCTION, INC Andre Downey Project Manager SanDow Construction, Inc. 3610 East Street Landover, MD 20785 301-322-1446 office 301-322-1449 fax 240-508-9323 mobile [email protected] [email protected] email, COO www.sandowconstruction.com website ACM SERVICES, INC. 12022 Parklawn Drive, Rockville, MD 20852-1800 800.242.7760 | 301.230.2822 | Fax 301.230.1377 | [email protected]
Underground Storage Tanks TIDEWATER Scott Grier [email protected] 7161-C Columbia Gateway Drive Columbia, MD 21046 Ph: 410-997-4458 | Fax: 410-997-8713 Meneka Rodrigo DATANET Andy Cignata 443.250.2078 11416 Reisterstown Rd., Owings Mills, MD 21117 P.410.654.1800 | F.410.654.3711
Industrial Hygienist (Asbestos Air Monitoring | Sampling)
CHAMBER ENVIRONMENTAL Joseph Dinga at 240-464-1202 [email protected] 4928 78th Ave Hyattsville, MD 20784-1712 SOIL LAND USE TECHNOLOGY (SaLut) 4740 Corridor Place, Suite E Beltsville, MD 20705 T (301) 595-3783 | F (301) 595-3787 Judy Garnell [email protected]
IH SERVICES 6601 Chandlery St Baltimore, MD 21224 (410) 633-4000 Operations Manager: Scott S. Richardson QA Manager Francis L. Ptak
Division of Supporting Services ׀ Building Services Department ׀Environmental Office Environmental Contractors 2014 ׀
Office Manager Carrie A. Merryman [email protected] TIDEWATER
Jonathan N. Schatz, MS Manager, IH Services Tidewater, Inc. 6625 Selnick Drive, Suite A Elkridge, MD 21075 Phone: 410-997-4458 Cell Phone: 443-668-2219 Fax Number: 410-997-8713 www.tideh2o.net [email protected] YOYI N.N.& ASSOCIATES, Inc. (YNN) John Ndanga, Manager 4808 Continental Drive, Olney, MD 20832 Phone: (301) 260-0687 Fax: (301) 260-0688 John Ndanga [email protected]
Hazardous Chemicals
ENVIRONMENTAL MANAGEMENT SERVICES, INC (EMSI) 1688 East Gude Drive, Suite 301Rockville, MD 20850 Fax: (301) 309-9052 Angela Sharma 301.674.5982 C 301.309.0475 O [email protected]
Floor Installation FITZ FLOORING 9101 Hampton Overlook Capitol Heights, MD 20743-3836 Bob Fitzwater 202-439-6173 [email protected] B & B FLOOR SERVICES, LLC 202-562-0241(office)
301-254-4307 (cell) www.bbfloorservices.com Cory Bellamy [email protected] Kaeana Tutt (pronounced Ky-anna) [email protected] Lee Belamy, President 301.523.5094 [email protected] – contact him for PGCPS projects and Cory