toc - 1 - anne arundel county, maryland...sealed bids, addressed to anne arundel county, bid no....

436

Upload: others

Post on 08-Aug-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be
Page 2: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

TOC - 1

ANNE ARUNDEL COUNTY

FORT SMALLWOOD PARK PHASE 1B BOAT RAMP, PARKING LOTS, AND SITE IMPROVEMENTS

BID DOCUMENTS

Project Number P-535900 Proposal Number P-535904

TABLE OF CONTENTS ITEM PAGES NOTICE TO CONTRACTORS .............................................................................................. A1-1 INFORMATION TO BIDDERS INCLUDING EXECUTIVE ORDER 24 ............. A2-1 TO A2-4 SOLICITATION CHECKLIST ............................................................................................... A2-5 AFFIDAVIT ............................................................................................................... A3-1 TO A3-2 PROPOSAL INCLUDING EXECUTIVE ORDER 24 ........................................... A4-1 TO A4-13 CONTRACT .............................................................................................................. B1-1 TO B1-2 CONTRACTOR'S PERFORMANCE BOND ........................................................... B2-1 TO B2-2 CONTRACTOR'S LABOR AND MATERIAL BOND ........................................... B3-1 TO B3-3 CORPORATE RESOLUTION ................................................................................................. B4-1 BID BOND ................................................................................................................ B5-1 TO B5-2 EXPERIENCE AND EQUIPMENT CERTIFICATION .......................................... B6-1 TO B6-4 LIST OF SUBCONTRACTORS & EQUIPMENT SUPPLIERS ............................................ B7-1 TECHNICAL SPECIFICATIONS Division 1 – General Requirements SECTION 01010 General Description, Scope of Work and Special Conditions SECTION 01210 Engineer’s Office SECTION 01310 Construction Schedules SECTION 01400 Maintenance of Traffic Division 2 – Public Facilities and Site Work SECTION 02013 Test Pits SECTION 02100 Site Preparation SECTION 02155 Demolition and Removal SECTION 02200 Earthwork SECTION 02225 Earthwork for Utilities SECTION 02235 Mechanical Dredging and DMP Site Work SECTION 02640 Hot Mix Asphalt Pavement SECTION 02650 Permeable Articulating Concrete Block/ Mat SECTION 02700 Timber Piers, Piles and Platforms SECTION 02701 Wingwall and Jetty SECTION 02702 Stonework SECTION 02703 Floating Boarding Pier SECTION 02750 Environmental Site Design (ESD) Work SECTION 02760 Retaining Wall SECTION 02801 Landscape Work SECTION 02802 Topsoil

Page 3: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

TOC - 2

SECTION 02803 Wetland Planting SECTION 02825 Polyolefin Coated Chain Link Fence SECTION 02835 Cantilevered Chain Link Slide Gates SECTION 02845 Swing Gates, Screening Fence, Barricades, Guard Rails and Signage SECTION 02855 Termite Control for Gatehouse Division 3 – Concrete SECTION 03302 Cast-In-Place Concrete (Minor Construction) SECTION 03402 Precast Concrete Structures Division 5 – Metals SECTION 05520 Handrail System Division 6 – Wood and Plastics For Gatehouse SECTION 061000 Rough Carpentry SECTION 061600 Sheathing SECTION 062013 Exterior Finish Carpentry SECTION 064600 Wood Trim Division 7 – Thermal and Moisture For Gatehouse SECTION 072100 Thermal Insulation SECTION 072500 Weather Barriers SECTION 073110 Asphalt Shingles SECTION 074600 Siding SECTION 076200 Sheet Metal Flashing and Trim SECTION 079200 Joint Sealants Division 8 – Doors and Windows For Gatehouse SECTION 081113 Hollow Metal Doors and Frames SECTION 085680 Aluminum Sliding Service Windows SECTION 087100 Door Hardware Division 9 – Finishes For Gatehouse SECTION 092900 Gypsum Board SECTION 096513 Resilient Base and Accessories SECTION 096519 Resilient Tile Flooring SECTION 099113 Exterior Painting SECTION 099123 Interior Painting Division 10 – Specialties For Gatehouse SECTION 101200 Display Cases Division 12 – Furnishings For Gatehouse SECTION 123623.13 Plastic-Laminate-Clad Countertop Division 16 - Electric SECTION 16010 General Electrical Requirements SECTION 16050 Basic Electrical Materials and Methods SECTION 16071 Electrical Supporting Devices SECTION 16120 Conductors and Cables

Page 4: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

TOC - 3

SECTION 16130 Raceways and Boxes SECTION 16140 Wiring Devices SECTION 16145 Lighting Control Devices SECTION 16452 Grounding SECTION 16470 Panelboards SECTION 16511 Interior Lighting SECTION 16521 Exterior Lighting APPENDICES APPENDIX "A" ................................................................................................................. 2 PAGES APPENDIX "B" ................................................................................................................. 3 PAGES Appendix C: Geotechnical Evaluation Appendix D: MDE License and Water Quality Certification Appendix E: U.S. Army Corp of Engineers Permit

Page 5: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

A1-1

Revised 10/10/12

P:\_DBF\1947A009 Fort Smallwood Park\Specs\100% specs\Front End Documents\46-03 NOTICE TO CONTRACTORS.doc

NOTICE TO CONTRACTORS Bid No.: P535904 Project No.: P535900 Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be received until 1:30 P.M. local time, Tuesday, June 10, 2014, at the Office of the Purchasing Agent, 3rd Floor, Heritage Office Complex, 2660 Riva Road, Annapolis, Maryland 21401, after which they will be publicly opened and read in the Patuxent Conference Room, located on the same floor. The Work includes the following major items: Construction of a public two-lane boat ramp, boarding piers (includes center floating pier), jetties, breakwater extension, mechanical dredging, shoreline protection (stone revetments, sand dune, plantings), waterway/navigable lights), paved access roadways, paved parking lots for boat ramp (cars and boat trailers), existing fishing pier and cedar pavilion, site entrance modification, gatehouse, automated gate for boat trailer entry, permanent and temporary paved loop road connections, paved trail, stormwater management and permeable paver system, screened portable toilets area, dumpster area, sediment and erosion control, storm drainage, landscaping, signage, pavement markings, lighting, electric, fencing, and other site furnishings. To all contractors, Anne Arundel County Purchasing Office now has bid results for Capital Construction Projects as well as Notice to Contractors on the Web Page. Entering http://www.aacounty.org/CentServ/Purchasing/index.cfm can access it. On or after May 12, 2014, Plans and Specifications may be downloaded from the Anne Arundel County Purchasing website listed above. Plans will only be distributed via the web site. This Contract will be constructed under the provisions of the Anne Arundel County Government January, 2001 "Standard Details and Specifications for Construction” and any subsequent revisions thereto. The cost range for the Project is: above $3,000,000.

EQUAL OPPORTUNITY It is the policy of Anne Arundel County, Maryland, to ensure equal employment opportunity for all persons, and to ensure that minority and women-owned business enterprises have the maximum opportunity to participate in the performance of all county contracts for supplies and services. NON-DISCRIMINATION IN EMPLOYMENT THE CONTRACTOR OR ANY SUBCONTRACTOR MAY NOT DISCRIMINATE IN ITS EMPLOYMENT PRACTICES AGAINST ANY EMPLOYEE OR APPLICANT FOR EMPLOYMENT BECAUSE OF RACE, COLOR, RELIGION, SEX, NATIONAL ORIGIN, ANCESTRY, HANDICAP, AGE OR MARITAL STATUS. On May 21, 2014 at 11:00 AM local time, a Pre-Bid conference will be held at the Department of Public Works, Heritage Office Complex, 2662 Riva Road, Annapolis, MD 21401. ALL VISITORS are asked to check in with the second floor receptionist for meeting location. The intent of this conference is to clarify the Plans and Specifications advertised and intended for bidding purposes. All potential bidders are requested to attend this conference. However, attendance is not a requirement of the Contract. Questions regarding this Project should be directed to the Project Manager, Joan Viennas at 410-222-4126.

ANNE ARUNDEL COUNTY William L. Schull, C.P.M., CPPB Purchasing Agent

Page 6: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

A2-1

Revised 7/8/13

P:\_DBF\1947A009 Fort Smallwood Park\Specs\100% specs\Front End Documents\46-04 INFORMATION TO BIDDERS INCLUDING EXECUTIVE ORDER 24.doc

ANNE ARUNDEL COUNTY, MARYLAND

Fort Smallwood Park Phase 1B Boat Ramp, Parking Lots and Site Improvements

Proposal No.: P535904 Project No.: P535900

INFORMATION TO BIDDERS

Sealed bids in duplicate, addressed to the Purchasing Agent, Anne Arundel County, Maryland, for construction of the Fort Smallwood Park Phase 1B Boat Ramp, Parking Lots and Site Improvements as shown on drawings on file in the Office of the Department of Public Works, Heritage Office Complex, 2662 Riva Road, Annapolis, Maryland 21401 will be received in the Office of the Purchasing Agent, 3rd Floor, Heritage Office Complex, 2660 Riva Road, Annapolis, Maryland 21401, until June 10, 2014 at 1:30 p.m. Bids will be opened and read aloud in the Patuxent Room located on the same floor, immediately thereafter. THE RIGHT IS HEREBY RESERVED TO REJECT ANY OR ALL BIDS AND TO WAIVE INFORMALITIES, AS THE INTERESTS OF THE COUNTY MAY REQUIRE. All work to be performed under this Project shall be done under strict compliance with the Anne Arundel County Government January 2001 "Standard Details and Specifications for Construction” and any subsequent revisions thereto. Copies of Standard Specifications for Construction and Standard Details may be obtained by accessing the Anne Arundel County Department of Public Works website, http://www.aacounty.org/DPW/Engineering.cfm. The Standard Specifications and Details for Construction will only be available via the web site, and it shall be the duty of the Bidder to be familiar with these documents. In addition, on May 18, 1990, the Commissioner of Labor and Industry adopted, through incorporation by reference to the Maryland Occupation Safety and Health Standards under COMAR 09.12.31 Maryland Occupational Safety and Health Act, amendments and revisions relating to Excavations as published in 54 Federal Register No. 209 (October 31, 1989) pages 45948-45991 and codified in Sub Part 29CFR 1926.650-1926.652 and Appendices A-F, together with certain amendments. The amendments are found at Maryland Register, Volume 17, issue 6 (Friday, March 23, 1990), pages 746-748. The Commissioner’s action is effective May 28, 1990. All holders of the Anne Arundel County Standard Specification and Details for Construction should familiarize themselves with these regulations and be guided accordingly. Each bid must be enclosed in a sealed envelope marked “Proposal No.P535904, Anne Arundel County, Maryland.” Bids made other than on the attached forms will not be considered. Changes in the phraseology of the bid, additions, or limiting provisions will render the bid irregular and may cause its rejection. All bids shall include the following forms, each of which is to be submitted in duplicate:

(1) Anti-collusion and non-bribery affidavit

Page 7: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

A2-2

Revised 1/28/14

P:\_DBF\1947A009 Fort Smallwood Park\Specs\100% specs\Front End Documents\46-04 INFORMATION TO BIDDERS INCLUDING EXECUTIVE ORDER 24.doc

(2) Proposal form

(3) Bid Bond (Bonding Companies must be licensed to do business in the State of Maryland and have complied with the law and the regulations of the U.S. Department of the Treasury and be approved as A Certified Companies or A Certified Reinsurer Companies.)

(4) List of subcontractors and Equipment Suppliers; and

Failure to complete and submit these forms shall render the proposal irregular and may be cause for rejection of the bid. The Proposal form shall include the price, in figures, for each item of the proposed work and must be signed on behalf of the bidder. The bidder must examine the drawings, standard specifications, standard details and contract specifications carefully, and should make a personal examination of the location and nature of the proposed work. In case doubt shall arise as to the meaning or intent of anything shown on the drawings or comprised in the Standard Specifications, Standard Details and Contract Specifications, inquiry should be made of the project engineer, of the Department of Public Works before the bid is submitted. Submission of the bid shall indicate that the bidder thoroughly understands the drawings and the terms of the specifications. Bidders are especially directed to fill out the “total Price” column and total their bids, so that the results of the bidding, barring possible arithmetical errors, will be at once known. Any errors in computation will be corrected by the engineer when the bids are canvassed. The County reserves the right to accept alternatives in any order, to award on any bid item or combination of bid items. And to reject all bids if, in the sole determination of the County, it is advantageous to the County to do so. Any errors in computation or math will not invalidate the bid. In case of any discrepancy between the total figure and the correct total of the line items on the bid, the correct total of all line items shall govern and shall become the bid price. Each bid must be accompanied by, and have sealed in the same envelope with the bid, a certified check or bid bond acceptable to the County for five percent (5%) of the amount of the bid, payable to Anne Arundel County, Maryland; and unless so accompanied, the bid will not be considered. The check or bid bond will be forfeited to the County as liquidated damages in case the contract, performance bond, and labor and materials bonds are not executed within ten (10) days after receiving the contract for execution. The list of subcontractors and equipment suppliers to be submitted with the bid need only show certified small business, minority business and women business enterprises, which the bidder intends to use. In the event that the bidder cannot participate, the bidder shall include with the bid a notarized affidavit showing the evidence of the effort made to achieve this goal. Failure to submit the list of subcontractors and equipment suppliers delineating SBE, MBE, and WBE participation and/or the good faith documentation at the time the bid is submitted shall render the bid irregular and may be cause for rejection of the bid. The complete list of subcontractors and suppliers will be required from the apparent low bidder within (10) days of a request by the County. The experience and equipment certification is to be submitted to the county by the apparent low bidder within ten (10) calendar days after request from the County.

Page 8: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

A2-3

Revised 1/28/14

P:\_DBF\1947A009 Fort Smallwood Park\Specs\100% specs\Front End Documents\46-04 INFORMATION TO BIDDERS INCLUDING EXECUTIVE ORDER 24.doc

Each bid must include a signed and notarized affidavit concerning sales and use tax. It is the bidder’s responsibility to contact the State of Maryland, Comptroller of the Treasury, Retail Sales Tax Division, to determine if any portion of the project is exempt from sales use tax. THE APPARENT LOW BIDDER MAY NOT WITHDRAW ITS BID WITHIN ONE HUNDRED TWENTY (120) DAYS AFTER BID OPENING. If the bidder, to whom an award is made, shall fail to execute the contract and bonds, the award may be annulled and the contract awarded to the second lowest responsible bidder, and such bidder shall fulfill every stipulation embraced herein, as if the bidder were the original party to whom the award was made; or the county may reject all of the bids, as its interests may require. The County will hold the checks and/or bid bonds submitted by all bidders with their bids, until the execution and delivery of the contract and bonds whereupon they shall be returned. As required by the Maryland Law, all foreign corporations doing business within the State of Maryland are required to be registered with the State Department of Assessments and Taxation as a condition precedent to the award of a contract. If the contractor is a corporation, the contract shall be accompanied by a copy of the corporate resolution authorizing the officer of said corporation, whose name appears on the contract, to execute the contract. If a person other than an officer is designated, it must be stated under oath that the person is the agent of the corporation and is duly authorized to act for an in behalf of the corporation. The Bidder must perform fifty-one percent (51 %) of the work with his own forces. Bidders are further reminded of State Finance and Procurement Article, Section 17-106 Annotated Code of Maryland, which provides:

Before a contractor receives a progress or final payment under a contract covered by payment security, the contractor shall certify, in writing that, in accordance with contractual agreements, suppliers, and subcontractors: (1) Have been paid from the proceeds of previous progress payments; and (2) Will be paid in a timely manner from the proceeds of the progress or final payment

currently due.

The contractor shall make available, at anytime to the County, the contractor’s records for the purpose of auditing and/or verifying the contractor’s costs in connection with negotiated contracts, change order, or other amendments to the contract.

Page 9: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

A2-4

Revised 1/28/14

P:\_DBF\1947A009 Fort Smallwood Park\Specs\100% specs\Front End Documents\46-04 INFORMATION TO BIDDERS INCLUDING EXECUTIVE ORDER 24.doc

Executive Order 24 Pursuant to Executive Order 24, vendors are required to comply with all applicable laws and regulations relating to the employment of aliens. If a vendor fails to comply with applicable laws and regulations relating to employment of aliens, such failure shall constitute a material breach of the vendor’s contractual relationship with the County and shall be grounds for termination of the contractual relationship. By executing this Agreement, the Contractor certifies that it is aware of its obligations under Executive Order 24 and that it complies with all applicable laws and regulations relating to the employment of aliens. Contractor shall include this clause in all subcontracts, making subcontractors subject to these requirements. Non-Discrimination Clauses: Contractor shall comply with Executive Order 11246 entitled “Equal Employment Opportunity” as amended by Executive Order 11375, and as supplemented in U.S. Department of Labor Regulations 41 CFR Part 60.

The Contractor agrees not to discriminate in any manner against any employee or applicant for

employment because of race, creed, color, or national origin; and, is obligated to include a similar requirement in all subcontracts, except subcontracts for standard commercial supplies or raw materials. In addition, the contractor and all subcontractors shall agree to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of the non-discrimination clause

Where the Contractor willfully fails to comply with the non-discrimination provisions, the

County may, where the Contract is still executory in part, compel continued performance of the Contract, but he County shall be liable only for the reasonable value of services performed and materials supplied from the date that the breach of contract was discovered, and any sums previously paid by the County under the Contract shall be set off against the sums to become due as the Contract is performed.

If any subcontractor willfully fails to comply with the non-discrimination provisions, the

Contractor may void the subcontract and shall be liable only for the reasonable value of the services performed and materials supplied to the date of the voiding of the subcontract.

As to all contracts for materials, supplies, maintenance, services or other procurements except

building construction services, the vendor agrees not to discriminate in any manner against any employee or applicant for employment because of race, creed, color, national origin, or sex. Any Contract with the County requiring subcontracts shall include similar requirements in each subcontract. The Contractor further agrees to comply with all applicable federal, state, and local laws and executive orders relating to equal employment opportunity. Equal Opportunity Clause: It is the policy of Anne Arundel County, Maryland, to ensure Equal Employment Opportunity for all persons, and to ensure that Minority and Women-Owned Business Enterprises have the maximum opportunity to participate in the performance of all County Contracts for supplies and services.

Page 10: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

A2-5

Revised 1/28/14

P:\_DBF\1947A009 Fort Smallwood Park\Specs\100% specs\Front End Documents\46-04 INFORMATION TO BIDDERS INCLUDING EXECUTIVE ORDER 24.doc

ANNE ARUNDEL COUNTY, MARYLAND

Solicitation Check List

PROPOSAL NO.:P535904 Project No.:P535900

________________________________________________________________

THIS CHECKLIST IS PROVIDED FOR YOUR CONVENIENCE ________ Bid Response/Proposal shall be delivered to the County Purchasing Department no later

than the date and time shown in the Solicitation. Did you visit our website at (http://www.aacounty.org/CentServ/Purchasing/index.cfm) for any addenda, which may have been posted to our website or eMD Marketplace?

________ Did an authorized company representative sign the Bid Response Form? ________ Did an authorized company representative sign and notarize the Affidavit form(s)? ________ Did you include the required signature authority documents, if required? ________ If you are an entity (limited liability partnerships, corporations, limited partnerships,

limited liability companies, limited liability limited partnerships, business trusts, real estate investment trust and trade name filings), is the legal name of your company listed with the State of Maryland Department of Assessments and Taxation and in good standing? You may check by going to www.sdat.org.

________ If this Solicitation requires a Bid/Proposal bond, did you include one? ________ Did you provide one original and one copy of your response? ________ Is the outside of the submittal envelope marked with the Bid/Proposal Number, the title,

the due date, your company name, and your company address?

MANDATORY REQUIREMENTS

The following item(s) are MANDATORY and shall be submitted, in fully executed format, with Bid Response/Proposal in order to be considered for an award. If the following item(s) are not submitted with the Bid Response/Proposal, the Bid/Response/Proposal shall be considered null and void, and therefore, will be rejected.

(A) Bid Bond or Certified Check (5%) (B) County's Bid Response/Proposal Form

Page 11: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

NOTE: THIS FORM MUST BE SUBMITTED IN DUPLICATE WITH THE BID

A3-1 Revised 11/22/13 P:\_DBF\1947A009 Fort Smallwood Park\Specs\100% specs\Front End Documents\46-05 AFFIDAVIT.doc

ANNE ARUNDEL COUNTY

Fort Smallwood Park Phase 1B Boat Ramp, Parking Lots and Site Improvements

Proposal No.: P535904 Project No.: P535900

AFFIDAVIT

On behalf of , I do solemnly declare and affirm,

(Contractor) under penalty of perjury, that to the best of my knowledge, information, and belief:

1. Neither , nor any of its officers, directors, or (Contractor)

partners, or any of its employees who are directly involved in obtaining or performing contracts with the State of Maryland, a unit of the State (as defined in '16-101 of the State Finance and Procurement Article), or a local governmental entity in the State, has:

(a) been convicted of bribery, attempted bribery, or conspiracy to bribe, under the laws of any state or of the federal government;

(b) been convicted under a State or federal law or statute of any offense enumerated in §16-203 of the State Finance and Procurement Article; or

(c) been found civilly liable under a State or federal antitrust statute as provided in §16-203 of the State Finance and Procurement Article.

2. shall not knowingly enter into a contract (Contractor)

with a public body under which a person or business debarred or suspended under Title 16, Subtitle 3 of the State Finance and Procurement Article will provide, directly or indirectly, supplies, services, architectural services, construction related services, leases of real property, or construction.

3. Neither , nor any employee or (Contractor)

representative of : (Contractor)

(a) agreed, conspired, connived, or colluded to produce a deceptive

show of competition in the preparation of the bid or offer being submitted; or

Page 12: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

NOTE: THIS FORM MUST BE SUBMITTED IN DUPLICATE WITH THE BID

A3-2 Revised 11/22/13 P:\_DBF\1947A009 Fort Smallwood Park\Specs\100% specs\Front End Documents\46-05 AFFIDAVIT.doc

(b) has in any manner, directly or indirectly, entered into any agreement, participated

in any collusion to fix the price of the bid or proposal of any bidder or offeror or any competitor, or otherwise taken any action in restraint of free competitive bidding in connection with the contract for which the bid or offer is submitted,

4. The Contractor/Bidder/Offeror: (a) Is not currently identified on the list created by the Maryland State Board of Public works

as a person engaging in investment activities in Iran as described in Section 17-702 of the Maryland State Finance and Procurement Article; and

(b) Is not currently engaging in investment activities in Iran as described in Section 17-702 of

the Maryland State Finance and Procurement Article. If the person is unable to make the certification, it will provide the County, under penalty of

perjury, a detailed description of the Contractor/Bidder/Offeror’s investment activities in Iran.

Contractor/Bidder/Offeror: ______________________________

By: ___________________________________

Printed Name: ___________________________ Printed Title: ____________________________

Date: __________________________________

Subscribed and sworn to before me, a Notary Public of the State of , County or City of , this day of , .

____________________________________ (Notary Public)

My Commission expires: .

Page 13: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

NOTE: THIS FORM MUST BE SUBMITTED IN DUPLICATE WITH THE BID

A4-1 Revised 1/10/13 P:\_DBF\1947A009 Fort Smallwood Park\Specs\100% specs\Front End Documents\46-07 PROPOSAL.doc

PROPOSAL

TO ANNE ARUNDEL COUNTY, MARYLAND

Fort Smallwood Park Phase 1B Boat Ramp, Parking Lots and Site Improvements

Proposal No.: P535904 Project No.: P535900

Made this day of , , by ______________________________________________________________________________ _________________________________________________________________________________ Business Address: _________________________________________________________________

We/I the undersigned Bidder declare that the only person, firm, or corporation, or persons, firms, or corporations, that has or have any interest in this Proposal, or in the Contracts proposed to be taken, is or are the undersigned; that this Proposal is made without any connection or collusion with any other person, firm, or corporation making a Proposal for the same work; the undersigned further certifies that they have received Drawings, Specifications, Addenda (if any), and copy of this Proposal and that they constitute all instruments for bidding this contract, and that the Specifications, form of contract and the Drawings, therein referred to, have been carefully examined and are understood; that as careful an examination has been made of the worksite as is necessary to become informed as to the character and extent of the work required; and that is proposed and agreed, if the Proposal is accepted, to Contract with Anne Arundel County, Maryland, in the form of contract hereto attached, to do the required work in the manner set forth in the Specifications and as shown by the Drawings.

If this Proposal shall be accepted by Anne Arundel County, Maryland and the undersigned shall refuse or neglect, within ten (10) days after receiving the Contract for execution, to execute the same and to give the stipulated Bond, then said County may, at its option, determine that the Bidder has abandoned the Contract, and thereupon the Proposal and the acceptance thereof shall be null and void, and the deposit accompanying the Proposal shall be forfeited and paid as liquidated damages to the County. The base bid, unit prices and alternatives on the attached and signed Proposal Form are to include and cover the furnishing of all necessary machinery, tools, apparatus and means for performing the work, and the doing of all the above mentioned work, in the manner set forth, described and shown in the Specifications and on the Contract Drawings within the prescribed number of consecutive calendar days after service of written notice from the Owner to proceed with the work.

Page 14: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

NOTE: THIS FORM MUST BE SUBMITTED IN DUPLICATE WITH THE BID

A4-2 Revised 1/10/13 P:\_DBF\1947A009 Fort Smallwood Park\Specs\100% specs\Front End Documents\46-07 PROPOSAL.doc

The successful Bidder shall be required to submit a list containing all parties to which he intends to subcontract any portion of the work. The list shall contain the subcontractor's name, address, work to be sublet and business telephone number. (NOTE: The Bidder or Bidders must sign here and the address of each must be given. In the case of firms, the firm name must be signed and subscribed to by at least one member. In the case of corporations, the corporate name must be signed by some authorized officer or agent thereof, who shall also subscribe his name and office. The seal of the corporation shall be affixed. Telephone number to be listed).

The names and addresses of all members of a firm or the names, addresses and titles of every officer of a corporation, or duly authorized agent, as the case may be, must be given here by the member of the firm or by the officer or agent of the corporation who signs the Proposal.

We/I will submit within ten (10) days of request by the county, the Experience and Equipment Certification specified and further understand and are/am aware that the work will be awarded to an approved organization which is properly constituted in experience, capital and equipment.

Prior to, or following, the award of this Contract, the Owner or Engineer may request that We/I supply him with whatever information is needed by him in order to become better familiarized with any of the subcontractors and/or equipment suppliers. It is further stipulated that no change in the names of those persons or organizations will be made unless written application is made with justification and prior approval is granted. It is further agreed that the apparent low bidder will submit within 10 days of a request by the county a detailed list of all subcontractors and equipment suppliers including anticipated dollar values.

We/I agree to accept as full compensation the unit prices stipulated for the contingent construction items that are incorporated into the work by direction of the Engineer in the field.

Page 15: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

A4-3 Last Revision: 1/10/13 P:\_DBF\1947A009 Fort Smallwood Park\Specs\100% specs\Front End Documents\46-07 PROPOSAL.doc

ANNE ARUNDEL COUNTY DEPARTMENT OF PUBLIC WORKS ANNAPOLIS, MARYLAND

FORT SMALLWOOD PARK PHASE 1B BOAT RAMP, PARKING LOTS and SITE IMPROVEMENTS

Project No..: P-535900 Proposal No.: P-535904

DATE: __________________

This is to certify that has received Addendum No.__ through and this bid reflects the changes created by these addenda. THE CONTRACTOR OR ANY SUBCONTRACTOR ON THIS WORK WILL BE REQUESTED TO COMPLY WITH EXECUTIVE ORDER 11246, ENTITLED "EQUAL EMPLOYMENT OPPORTUNITY" AS AMENDED BY EXECUTIVE ORDER 11375, AND AS SUPPLEMENTED IN U.S. DEPT. OF LABOR REGULATIONS (41 CRF PART 60). Bidder's Names: _________________________________________________________________________ Bidder's Signature: _______________________________________________________________________ Bidder's Address: _______________________________________________________________________ Telephone Number: _____________________________________________________________________

Page 16: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

A4-4 Last Revision: 1/10/13 P:\_DBF\1947A009 Fort Smallwood Park\Specs\100% specs\Front End Documents\46-07 PROPOSAL.doc

BASE BID ITEM DESCRIPTION UNIT

SIZE ESTIMATED QUANTITY

UNIT PRICE

TOTAL PRICE

Dol. Cts. Dol. Cts. 1

“Mobilization/ Demobilization” L.S. 1

2

“DEMOLITION AND REMOVAL” Lump sum price shall include all labor, equipment, and materials necessary for placement, maintenance and removal of sediment control measures, saw cutting, removal, disposal and backfilling selective paved, concrete and gravel surface areas; curb, fence, gatehouse and tree removal; landfill tipping fees, and all incidentals included within this Project Manual and as shown on the Contract Drawings.

L.S.

1

3

“BOAT RAMP LANE INCLUDING TURNAROUND AREA” (from Sta. 8+70 to Sta.14+82.10) Lump sum price shall include all labor, equipment, and materials necessary for grading, excavation and construction of bituminous roadway, concrete leveling pad and their sub-bases; signage; timber and steel bollards; pad and fence for portable restroom; and all incidentals included within this Project Manual and as shown on the Contract Drawings.

L.S.

1

4

“BOAT RAMP PARKING LOT” Lump sum price shall include all labor, equipment, and materials necessary for grading, excavation and construction of bituminous parking lot and its sub-base; wheelstops; signage; timber bollards; and all incidentals included within this Project Manual and as shown on the Contract Drawings.

L.S. 1

5

“UTILITY WORK” Lump sum price shall include all labor, equipment, and materials necessary for completion of the electric service and lighting for the boat ramp parking lot’s lights; the electric and telephone service for the new gatehouse 5’ from the building; and all incidentals included within this Project Manual and as shown on the Contract Drawings.

L.S. 1

6

“WINGWALLS with COURTESY PIERS” (from Sta.0+00(S) to Sta. 0+62.87(S) and Sta. 0+00 (N) to Sta. 0+62.87 (N)) Lump sum price shall include all labor, equipment, and materials necessary for excavation, grading and construction of wingwalls with piers; toewall with wheelstop; safety ladders and stations; and all incidentals included within this Project Manual and as shown on the Contract Drawings.

L.S. 1

Page 17: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

A4-5 Last Revision: 1/10/13 P:\_DBF\1947A009 Fort Smallwood Park\Specs\100% specs\Front End Documents\46-07 PROPOSAL.doc

7

“BOAT RAMP SLAB” Lump sum price shall include all labor, equipment, and materials necessary for excavation, grading and construction of the boat ramp’s concrete ramp slab and its sub-base; timber curb; coffer dam; dewatering operations and all incidentals included within this Project Manual and as shown on the Contract Drawings.

L.S. 1

8

“BOARDING PIERS” Lump sum price shall include all labor, equipment, and materials necessary for placement and construction of the floating aluminum and fixed concrete piers; steel guide piles; and all incidentals included within this Project Manual and as shown on the Contract Drawings.

L.S. 1

9 “JETTIES with COURTESY PIERS” (from Sta. 0+62.87(S) to Sta. 1+20.83(S) and Sta. 0+62.87 (N) to Sta. 1+20.83 (N) Lump sum price shall include all labor, equipment, and materials necessary for construction of jetties with piers; and all incidentals included within this Project Manual and as shown on the Contract Drawings.

L.S. 1

10

“JETTIES” (from Sta. 1+20.83(S) to Sta. 3+12.83(S) and Sta. 1+20.83 (N) to Sta. 2+64.83 (N) Lump sum price shall include all labor, equipment, and materials necessary for construction of jetties; and all incidentals included within this Project Manual and as shown on the Contract Drawings.

L.S.

1

11

“WAVE SCREEN” (from Sta. 3+12.83 (S) to Sta 4+02.83(S) Lump sum price shall include all labor, equipment, and materials necessary for construction of wave screen; and all incidentals included within this Project Manual and as shown on the Contract Drawings.

L.S. 1

12

“STONE WORK” Lump sum price shall include all labor, equipment, and materials necessary for excavation, grading and construction of stone revetment, stone breakwater extension, and scour stone; and all incidentals included within this Project Manual and as shown on the Contract Drawings.

L.S. 1

13

“DREDGING” Lump sum price shall include all labor, equipment, and materials necessary for mechanical dredging to elevation -4.6’; transport to the designated DMP site; and all incidentals included within this Project Manual and as shown on the Contract Drawings.

L.S. 1

Page 18: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

A4-6 Last Revision: 1/10/13 P:\_DBF\1947A009 Fort Smallwood Park\Specs\100% specs\Front End Documents\46-07 PROPOSAL.doc

14

“DMP SITE WORK” Lump sum price shall include all labor, equipment, and materials necessary for grading at the designated DMP site; signage; construction of sand and goose fences; sand gradation testing; Phragmites excavation and disposal, sprigging of wetland grass (beach grass, patens and alterniflora); and all incidentals included within this Project Manual and as shown on the Contract Drawings.

L.S. 1

15

“NAVIGATION LIGHT” Lump sum price shall include all labor, equipment, and materials necessary for construction of pile with sign, platform and navigation light; and all incidentals included within this Project Manual and as shown on the Contract Drawings.

L.S. 1

16

“SWM FACILITIES” Lump sum price shall include all labor, equipment, and materials necessary for excavating, grading, filling and construction of ESD and bioretention facilities; landscape within facilities’ footprint; inlets; piping; and all incidentals included within this Project Manual and as shown on the Contract Drawings.

L.S. 1

17

“LOW PROFILE RETAINING WALLS” Lump sum price shall include all labor, equipment, and materials necessary to construct retaining walls (7) at trees to remain; and all incidentals included within this Project Manual and as shown on the Contract Drawings.

L.S. 1

18

“BOAT RAMP LANE” (from Sta. 0+00 to Sta. 8+70) Lump sum price shall include all labor, equipment, and materials necessary for grading, excavation and construction of bituminous roadway and its sub-base; signage; mechanical gates; and all incidentals included within this Project Manual and as shown on the Contract Drawings.

L.S. 1

19

“PARK LOOP ROAD” (from Sta. 0+00 to Sta. 7+49.84) Lump sum price shall include all labor, equipment, and materials necessary for grading, excavation and construction of bituminous roadway and its sub-base; signage; electronic and mechanical gates; curb; fence; and all incidentals included within this Project Manual and as shown on the Contract Drawings.

L.S. 1

20

“GATEHOUSE” Lump sum price shall include all labor, equipment and materials, necessary for grading and construction of the gatehouse; foundation; interior and exterior telephone and electric service within 5’ of building; and all incidentals included within this Project Manual and as shown on the Contract Drawings.

L.S. 1

Page 19: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

A4-7 Last Revision: 1/10/13 P:\_DBF\1947A009 Fort Smallwood Park\Specs\100% specs\Front End Documents\46-07 PROPOSAL.doc

21

“PAVILION LANE” (from Sta. 0+00 to Sta. 8+66.08) Lump sum price shall include all labor, equipment, and materials necessary for grading, excavation and construction of bituminous roadway and its sub-base; signage; guardrail, bollards, pad and fence for portable restroom, and all incidentals included within this Project Manual and as shown on the Contract Drawings.

L.S.

1

22

“WALKWAYS” Lump sum price shall include all labor, equipment, and materials necessary for grading, excavation and construction of selective bituminous walkways and their sub-bases (8’x470’ total); signage; timber bollards; and all incidentals included within this Project Manual and as shown on the Contract Drawings.

L.S.

1

23

“MITIGATION-LANDSCAPE WORK Lump sum price shall include all labor, equipment, and materials necessary for mitigation and landscaping (exclusive of SWM facilities); and all incidentals included within this Project Manual and as shown on the Contract Drawings.

L.S.

1

24

“VEGETATIVE RESTORATION” Lump sum price shall include all labor, equipment, and materials necessary for vegetative restoration of graded and disturbed areas exclusive of wetland sprigging and impervious surfaces; and all incidentals included within this Project Manual and as shown on the Contract Drawings.

L.S.

1

BASE BID (Items 1-24, Inclusive): __________________________________________________$________________(A) BID PRICE MUST BE WRITTEN AND SHOWN IN NUMBERS, IN CASE OF DISCREPANCY THE WRITTEN AMOUNT WILL SUPERSEDE.

Page 20: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

A4-8 Last Revision: 1/10/13 P:\_DBF\1947A009 Fort Smallwood Park\Specs\100% specs\Front End Documents\46-07 PROPOSAL.doc

FIXED PRICE CONTINGENT ITEMS The bidder agrees that in the event that additions are made to the proposed work, beyond required by the contract, as directed by the engineer (in writing), adjustments to the lump sum price shall be computed (including installation and labor and all other incidental costs) based on the following unit prices for the following items. All material shall be per contract documents.

ITEM DESCRIPTION UNIT SIZE

ESTIMATED QUANTITY

UNIT PRICE

Dol. Cts.

TOTAL PRICE

Dol. Cts. 25

“Silt Fence” (Including material, placement, and maintenance)

L.F.

100

$ 3.25

$ 325.00

26

“Reinforced Silt Fence” (Including material, placement, and maintenance)

L.F.

1,000

$ 4.50

$ 4,500.00

27

“Super Silt Fence” (Including material, placement, and maintenance)

L.F.

100

$ 10.00

$ 1,000.00

28

“Soil Stabilization Matting – Miramat, Curlex” (Including material, delivery, and placement)

S.Y.

400

$ 12.00

$ 4,800.00

29

“Inlet Protection” (Including material, placement, and maintenance)

EA.

1

$ 225.00

$ 225.00

30

“Stabilized Construction Entrance” (Including material, delivery, placement and maintenance)

EA.

1

$ 600.00

$ 600.00

31

“Test Pit - Unpaved” (Including excavation, fill and grading)

EA.

3

$ 66.00

$ 198.00

32

“Top Soil” (Including material, placement and grading)

CY.

100

$ 30.00

$ 3,000.00

TOTAL OF FIXED PRICE CONTINGENT ITEMS, (Items 25 – 32, Inclusive): Fourteen thousand six hundred forty eight dollars and no cents $14,648 (B)

Page 21: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

A4-9 Last Revision: 1/10/13 P:\_DBF\1947A009 Fort Smallwood Park\Specs\100% specs\Front End Documents\46-07 PROPOSAL.doc

CONTINGENT UNIT PRICE BID ITEMS The following items are contingent items authorized at the County’s direction. All material shall be per contract documents.

ITEM DESCRIPTION UNIT SIZE

ESTIMATED QUANTITY

UNIT PRICE

Dol. Cts.

TOTAL PRICE

Dol. Cts.

33 “Twelve inch-three feet (12”-3’) Pile” (Including material, delivery and placement)

L.F.

400

34

“Vinyl Sheeting” (Including material, delivery and placement)

V.L.F.

200

35

“Twelve inch (12”) Steel Guide Pile” (Including material, delivery and placement)

L.F.

20

36

“Chain link Fence” (Including material, delivery and placement)

10’ Section

2

37

“Rolled Concrete Curb & Gutter” (Including material, delivery, grading and placement)

L.F.

20

38

“6” Concrete Curb & Gutter” (Including material, delivery, grading and placement)

L.F.

40

39

“Retaining Wall” (Including material, delivery, grading and placement for a 24” high wall)

L.F.

100

40

“Graded Aggregate” (Including material, delivery and placement)

TON

250

41

“AASHTO No. 57 Stone” (Including material, delivery and placement)

TON

20

42

“Bituminous Concrete Surface Course” (Including material, delivery and placement)

TON

70

43

“Bituminous Concrete Base Course” (Including material, delivery and placement)

TON

110

44

“Turf Reinforcement Mat (TRM)” (Including material, delivery, placement, and grading)

S.Y.

60

Page 22: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

A4-10 Last Revision: 1/10/13 P:\_DBF\1947A009 Fort Smallwood Park\Specs\100% specs\Front End Documents\46-07 PROPOSAL.doc

45

“Imported Common Fill” (Non-Structural Fill) (Including material, delivery, placement, and grading)

C.Y.

50

46

“Imported Select Fill” (Structural Fill) (Including material, delivery, placement, and grading)

C.Y.

50

47

“Class 1A Excavation”(Including excavation and removal)

C.Y.

50

48

“Orange Safety Fence” (Including material, placement, maintenance and removal)

L.F. 50

49

Individual Tree Removal for Greater 30” Caliper” (including stump and root removal and disposal off-site)

EA 2

50

Individual Tree Removal for Less 30” but Greater than 8” Caliper (including stump and root removal and disposal off-site)

EA 10

TOTAL CONTINGENT UNIT PRICE BID ITEMS (Items 33-50, Inclusive): __________ _____ __________________________________________________$________________(C) PRICE MUST BE WRITTEN AND SHOWN IN NUMBERS, IN CASE OF DISCREPANCY THE WRITTEN AMOUNT WILL SUPERSEDE. TOTAL BASE BID (Items 1-50, Inclusive): (A+B+C) ___________________________________________$___________________(A+B+C) BID PRICE MUST BE WRITTEN AND SHOWN IN NUMBERS, IN CASE OF DISCREPANCY THE WRITTEN AMOUNT WILL SUPERSEDE.

Page 23: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

A4-11 Last Revision: 1/10/13 P:\_DBF\1947A009 Fort Smallwood Park\Specs\100% specs\Front End Documents\46-07 PROPOSAL.doc

ADD ALTERNATES The County reserves the right to select any, none or all Add Alternates in any order. The bidder agrees that in the event that add alternates are made to the proposed work, beyond required by the contract, as directed by the engineer (in writing), adjustments to the lump sum price shall be computed (including installation and labor and all other incidental costs) based on the following add alternates. All material shall be per contract documents. ADD ALTERNATE NUMBER ONE (1) ITEM DESCRIPTION UNIT

SIZE ESTIMATED QUANTITY

UNIT PRICE

Dol. Cts.

TOTAL PRICE

Dol. Cts. 51

“FISHING PIER PARKING LOT” Lump Sum Price shall include all labor, equipment and materials necessary for placement, maintenance and removal of sediment and erosion control measures; completion of selective demolition; tree removal, grading, excavation and construction of associated bituminous walkways (8’x239’); PaveDrain System parking surface and its sub-bases; wheelstops; signage; timber bollards; Landscaping; Rail System at existing pier; and all incidentals included within this Project Manual and as shown on the Contract Drawings.

L.S.

1

52

“PARKING LOT LIGHTING” Lump Sum Price shall include all labor, equipment and materials necessary for completion of the electric service and lighting for the parking lot’s lights; and all incidentals included within this Project Manual and as shown on the Contract Drawings.

L.S.

1

TOTAL ADD ALTERNATE NO. 1 (Items 51 through 52, Inclusive): __________________________________________________$________________(D) PRICE MUST BE WRITTEN AND SHOWN IN NUMBERS, IN CASE OF DISCREPANCY THE WRITTEN AMOUNT WILL SUPERSEDE.

Page 24: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

A4-12 Last Revision: 1/10/13 P:\_DBF\1947A009 Fort Smallwood Park\Specs\100% specs\Front End Documents\46-07 PROPOSAL.doc

ADD ALTERNATE NUMBER TWO (2) ITEM DESCRIPTION UNIT

SIZE ESTIMATED QUANTITY

UNIT PRICE

Dol. Cts.

TOTAL PRICE

Dol. Cts. 53

“PAVILION PARKING LOT” Lump Sum Price shall include all labor, equipment and materials necessary for placement, maintenance and removal of sediment and erosion control measures; completion of selective demolition; tree removal; grading, excavation and construction of associated bituminous walkways and parking surfaces and their sub-bases; wheelstops; signage; timber bollards; guardrail; pad and fence for portable restroom; Storm Water Management (ESD 3A and ESD 3B); Landscaping and Mitigation; and all incidentals included within this Project Manual and as shown on the Contract Drawings.

L.S.

1

TOTAL ADD ALTERNATE NO. 2 (Item 53, Inclusive): ___________________________________________________$_______________(E) PRICE MUST BE WRITTEN AND SHOWN IN NUMBERS, IN CASE OF DISCREPANCY THE WRITTEN AMOUNT WILL SUPERSEDE. ADD ALTERNATE NUMBER THREE (3) ITEM DESCRIPTION UNIT

SIZE ESTIMATED QUANTITY

UNIT PRICE

Dol. Cts.

TOTAL PRICE

Dol. Cts. 54

“WALKING TRAILS” Lump Sum Price shall include all labor, equipment and materials necessary for placement, maintenance and removal of sediment and erosion control measures; completion of selective demolition, grading, excavation and construction of associated bituminous walkway surfaces and their sub-base exclusive of base bid, add alternate #1 and Add Alternate #2 walkways; timber bollards; signage; Storm Water Management; Landscaping; and all incidentals included within this Project Manual and as shown on the Contract Drawings.

L.S.

1

TOTAL ADD ALTERNATE NO. 3 (Item 54, Inclusive): __________________________________________________$________________(F)

Page 25: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

A4-13 Last Revision: 1/10/13 P:\_DBF\1947A009 Fort Smallwood Park\Specs\100% specs\Front End Documents\46-07 PROPOSAL.doc

PRICE MUST BE WRITTEN AND SHOWN IN NUMBERS, IN CASE OF DISCREPANCY THE WRITTEN AMOUNT WILL SUPERSEDE. TOTAL BID PRICE (Items 1-54) $ In Words: PRICE MUST BE WRITTEN AND SHOWN IN NUMBERS, IN CASE OF DISCREPANCY THE WRITTEN AMOUNT WILL SUPERSEDE. Total time for completion is 365 consecutive calendar days. For each day that the work shall remain uncompleted beyond the time specified above, the Contractor shall be liable for liquidated damages in the amount of $700 per calendar day. Basis of Award The award of this Contract shall be in accordance with Section GP 3.0 of the Anne Arundel County Government July 1, 2006 “Standard Details and Specifications for Construction and Design Manual” and any subsequent revisions thereto and based on TOTAL BID PRICE (Items 1-54 (A+B+C+D+E+F)). _______________________________________________

(Bidder) By: (Title) In accordance with the County Code, Article 8-2-119, please list any affiliation with a County employee(s) or official(s) (Write “none” if there are no affiliations.): ___________________________________________________________________________________ ___________________________________________________________________________________ ___________________________________________________________________________________

Page 26: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

B1-1 Revised 4/12/13 P:\_DBF\1947A009 Fort Smallwood Park\Specs\100% specs\Front End Documents\46-08 CONTRACT.doc

ANNE ARUNDEL COUNTY

Fort Smallwood Park Phase 1B Boat Ramp, Parking Lots and Site Improvements

Proposal No.: P535904 Project No.: P535900

CONTRACT

THIS CONTRACT, made this day of the year , by and between ______________________________________________________________________ _________________hereinafter called the CONTRACTOR, and ANNE ARUNDEL COUNTY, MARYLAND, a body corporate and politic of the State of Maryland, hereinafter called the COUNTY.

WHEREAS, the Contract for constructing the Fort Smallwood Park – Phase 1B Boat Ramp, Parking Lots and Site Improvements shown on Drawings, marked Proposal P535904, on file in the Office of the Department of Public Works, subject to all the conditions, covenants, stipulations, terms and provisions contained in the Special provisions, attached hereto, and the Anne Arundel County Government "Standard Details and Specifications for Construction” issued January 2001, and any revisions thereto, as adopted by the Department of Public Works, said Standard Specifications and Standard Details being in all respect made a part hereof by reference as full and with the same effect as if the same had been set forth in full herein, has recently been awarded to the Contractor by the County at and for the sum equal to the aggregate cost of the work, labor, materials and supplies done or furnished, at the prices and rates respectively named therefore in the proposal attached hereto.

AND WHEREAS, it was one of the conditions of said Award that a formal Contract should be executed by and between the contractor and the County evidencing the terms of said Award.

NOW THEREFORE, THIS CONTRACT WITNESSETH, that the Contractor does hereby covenant and agree with the County that he will well and faithfully construct said ________ __________________ in accordance with each and every one of the conditions, covenants, stipulations, terms and provisions contained in the above-mentioned Specifications, and as shown on said Drawings, at and for a sum equal to the aggregate cost of the work, labor, materials and supplies done and furnished at the prices and rates respectively named therefore in the Proposal attached hereto, that sum being $____________________________(excluding change orders), and will well and faithfully comply with and perform each and every obligation imposed upon him by said Specifications, or the terms of said Award.

The Contractor further agrees that for each and every calendar day that the Contractor is in default in completing the work to be done under this Contract, the Contractor shall pay to the County the sum of _______________________________which sum is hereby agreed upon as liquidated damages as set forth in the Standard Specifications.

Page 27: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

B1-2 Revised 4/12/13 P:\_DBF\1947A009 Fort Smallwood Park\Specs\100% specs\Front End Documents\46-08 CONTRACT.doc

And the County does hereby covenant and agree with the Contractor that it will pay to the Contractor, when due and payable under the terms of said Specifications and of said Award, the above mentioned sum; and it will well and faithfully comply with and perform each and every obligation imposed upon it by said Specifications or the terms of said Award.

And the Contractor and the County do hereby agree that this Contract constitutes a contract under seal and that they intend the twelve year statute of limitations period to apply, as set forth in Courts & Judicial proceedings Article, §5-102, Annotated Code of Maryland. SERVICE OF PROCESS IN THE EVENT OF SUIT

The Contractor does hereby nominate and appoint __________________________________ _______________________ who actually resides at ______________________________________ _______________________ in the State of Maryland who will accept service both before and after completion of the Contract and under no circumstances is the Contractor to have the right to withdraw or revoke the agency without the prior written permission of the County.

IN WITNESS WHEREOF, Said _______________________________________________ _________________________________________________________________________________ the Contractor, has hereunto set (his) (its) hand and affixed (his) (its) corporate seal, and the County has caused these presents to be signed and the County has caused its corporate seal to be hereunder affixed, duly attested by the Secretary of the County. WITNESS: _____________________________ (SEAL) Witness Contractor _____________________________ (SEAL) Witness Contractor

ANNE ARUNDEL COUNTY, MARYLAND WITNESS: _____________________________ _____________________________________________

Karen L. Cook, Chief Administrative Officer Approved as to legal form and sufficiency: ____________________________________ Office of Law Approved for sufficient funds, and encumbrance of same: ____________________________________ Controller

Page 28: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

B2-1 Last Revised: 3/08 P:\_DBF\1947A009 Fort Smallwood Park\Specs\100% specs\Front End Documents\46-09 CONTRACTOR'S PERFORMANCE BOND.doc

ANNE ARUNDEL COUNTY, MARYLAND

Fort Smallwood Park Phase 1B Boat Ramp, Parking Lots and Site Improvements

Proposal No.: P535904 Project No.: P535900

CONTRACTOR'S PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS:

That _________________________________________________________________________,

as Principal, hereinafter called Principal, and _________________________________________, as

Surety, hereinafter called Surety, are held and firmly bound unto the Anne Arundel County,

Maryland, a body corporate and politic of the State of Maryland, hereinafter called the County, in

the amount of ________________________________________________Dollars ($_________)

(amount to be 100% of Contract Amount), for the payment whereof Principal and Surety bind

themselves, their heirs, executors, administrators, successors and assigns, jointly and severally,

firmly by these presents.

WHEREAS, the Principal has entered into a Written Contract dated __________

with the County for Project No.: P535900, Contract No.: P535904 which contract is by reference

made a part hereof and hereinafter referred to as the Contract.

NOW, THEREFORE, the condition of this obligation is such, that if the Principal

shall well, truly and properly perform and fulfill all the undertakings, covenants, terms, conditions

and agreements of said Contract and of all such alterations and modifications thereof as may

hereafter be made therein, in the manner and to the extent which said Contract provides for such

alterations and modifications, during the original term of said Contract and any extensions thereof

which may be granted by the County and agreed upon by the Principal; and if the Principal shall

Page 29: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

B2-2 Revised 3/08 P:\_DBF\1947A009 Fort Smallwood Park\Specs\100% specs\Front End Documents\46-09 CONTRACTOR'S PERFORMANCE BOND.doc

indemnify and save harmless the County from all loss, cost or damage arising out of a default

hereunder or under said Contract, then this obligation shall be null and void; otherwise it shall

remain in full force and effect.

The Surety expressly waives any right to receive NOTICE of extensions of time, or

alterations or modifications of the Contract, which are provided for and made pursuant to the terms

of, said contract.

PROVIDED, HOWEVER, no right of action shall accrue on this bond to or for the

use of any person, firm or corporation whatever other than the County named herein, or its

successors in office.

Signed and sealed this day of, _________________________, _________.

In the Presence of: _____________________________________________

(Contractor) WITNESS: _____________________________ ___________________________________ (SEAL) Signature of Principal/Corporate Officer

_____________________________________ (SEAL) Title

_____________________________________________

Surety

By: _________________________________ (SEAL) ___________________________________________ Bond No.

Page 30: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

B3-1 Revised 3/08 P:\_DBF\1947A009 Fort Smallwood Park\Specs\100% specs\Front End Documents\46-10 CONTRACTOR'S LABOR & MATERIAL BOND.doc

ANNE ARUNDEL COUNTY, MARYLAND

Fort Smallwood Park Phase 1B Boat Ramp, Parking Lots and Site Improvements

Proposal No.: P535904 Project No.: P535900

CONTRACTOR'S LABOR AND MATERIAL BOND

KNOW ALL MEN BY THESE PRESENTS:

That __________________________________________________________________, as

Principal, hereinafter called Principal, and _______________________________, as Surety,

hereinafter called Surety, are held and firmly bound unto the Anne Arundel County, Maryland, a

body corporate and politic of the State of Maryland, hereinafter called the County, for the use and

benefit of Claimant, as herein below defined, in the amount of

___________________________________________ Dollars ($_________________________)

(amount of bond to be 50% of Contract Amount), for the payment whereof Principal and Surety bind

themselves, their heirs, executors, administrators, successors and assigns, jointly and severally,

firmly by these presents.

WHEREAS, the Principal has entered into a Written Contract dated ______________with

the County for Project No.: P535900, Contract No.: P535904 which contract is by reference made a

part hereof and hereinafter referred to as the Contract.

NOW, THEREFORE, the condition of this obligation is such, that if the principal shall

promptly make payment to each and every Claimant, as hereinafter, defined, for all labor, materials,

supplies and rental of equipment reasonably required and used or consumed in the performance of

the Contract and of all such alterations and modifications of said Contract provides for such

Page 31: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

B3-2 Revised 3/08 P:\_DBF\1947A009 Fort Smallwood Park\Specs\100% specs\Front End Documents\46-10 CONTRACTOR'S LABOR & MATERIAL BOND.doc

alterations and modifications, during the original term of said Contract and any extensions thereof

which may be granted by the County and agreed upon by the Principal, then this obligation shall be

null and void; otherwise it shall be and remain in full force and effect.

The Surety expressly waives any right to receive notice of extensions of time, or alterations

or modifications of the Contract, which are provided for and made pursuant to the terms of, said

Contract.

PROVIDED, HOWEVER, anything in said Contract to the contrary notwithstanding, this

bond is executed upon and subject to the express conditions and limitations of State Finance and

Procurement Article, Section 17-108 and 17-109, Annotated Code of Maryland, as of the date of this

contract wherein it is set forth in pertinent part as follows:

Action on security.

(a) In general. -- Subject to subsection (b) of this section, a supplier may sue on payment security if the supplier:

(1) Supplied labor or materials in the prosecution of work provided for in a

contract subject to this subtitle; and (2) Has not been paid in full for the labor or materials within 90 days after the

day that the person last supplied labor or materials for which the claim is made. (b) Payment owed by subcontractor. –

(1) A supplier who has a direct contractual relationship with a subcontractor

or sub-subcontractor of a contractor who has provided payment security but no contractual relationship with the contractor may sue on the security if the supplier gives written notice to the contractor within 90 days after the labor or materials for which the claim is made were last supplied in prosecution of work covered by the security.

(2) A notice under this subsection:

(i) Shall state with substantial accuracy the amount claimed and the

person to whom the labor or material was supplied; and

Page 32: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

B3-3 Revised 3/08 P:\_DBF\1947A009 Fort Smallwood Park\Specs\100% specs\Front End Documents\46-10 CONTRACTOR'S LABOR & MATERIAL BOND.doc

(ii) Shall be sent by certified mail to the contractor at the contractor's residence or a place where the contractor has an office or does business.

Venue; limitations; costs.

(a) Venue. -- An action on a payment bond required by this subtitle shall be filed in

the appropriate court of the county where: (1) The contract was executed and performed; or (2) The contractor has its principal place of business.

(b) Limitations period. -- An action on a payment bond required by this subtitle shall

be filed within 1 year after the public body finally accepts the work performed under the contract.

Signed and sealed this _____________ day of , .

In the Presence of:

___________________________________________ (Contractor)

WITNESS: _____________________________ (SEAL) Signature of Principal/Corporate Officer

(SEAL) Title

__________________________________________ Surety

By: _________________________________________

_____________________________________________ Bond No.

Page 33: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

B4-1 Revised 3/08 P:\_DBF\1947A009 Fort Smallwood Park\Specs\100% specs\Front End Documents\46-11 CORPORATE RESOLUTION.doc

ANNE ARUNDEL COUNTY, MARYLAND

Fort Smallwood Park Phase 1B Boat Ramp, Parking Lots and Site Improvements

Proposal No.: P535904 Project No.: P535900

CORPORATE RESOLUTION

RESOLVED, that be, and it is

hereby authorized to do business and enter into contracts and agreements with Anne Arundel

County, Maryland,

RESOLVED, that and who are

respectfully the and , or its duly

authorized agent(s) of the are authorized to file

and sign contracts on behalf of the said Corporation.

AND IT IS FURTHER RESOLVED, that the authority to said officer(s) or agent(s) conferred

by this Resolution shall remain open and good until revoked by a formal action of the Board of

Directors of the Corporation and due notice of such revocation delivered to the Anne Arundel

County, Maryland in writing under the signature of the Secretary or Assistant Secretary of this

Corporation, and this authority shall apply to any present or future incumbent of the aforesaid office.

I HEREBY CERTIFY that the above is a true copy of the Resolution of the Board of Directors

of , passed at a meeting of said Board

duly called and held on the day of , , at which meeting a quorum of said

Board of Directors was present and voted.

_________________________________ Secretary

SEAL

Page 34: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

*NOTE: THIS FORM MUST BE SUBMITTED IN DUPLICATE WITH THE BID AND MUST BE ACCOMPANIED BY A VALID POWER OF ATTORNEY.

B5-1 Revised 3/08 P:\_DBF\1947A009 Fort Smallwood Park\Specs\100% specs\Front End Documents\46-12 BID BOND.doc

ANNE ARUNDEL COUNTY, MARYLAND

Fort Smallwood Park Phase 1B Boat Ramp, Parking Lots and Site Improvements

Proposal No.: P535904 Project No.: P535900

BID BOND

KNOW ALL MEN BY THESE PRESENT, that we hereinafter called the "Principal" and

Company Name _________________________________________________________________________________ Surety as Surety ("Surety"), are held and firmly bound unto Anne Arundel County, Maryland, hereinafter called the "Owner" in the penal sum of ___________________________________________ Dollars ($ ) lawful money of the United States, for the payment of which sum well and truly make, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents.

THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal has submitted the accompanying bid dated for the Fort Smallwood Park – Phase 1B; Boat Ramp, Parking Lots and Site Improvements, Anne Arundel County, Maryland.

NOW THEREFORE, if the Principal shall not withdraw said bid within the period specified therein after the opening of the same, or, if no period is specified, within ninety (90) days after said opening; and within ten (10) days after the prescribed forms are presented to him for signature, enter into a written contract with the Owner, in accordance with the bid as accepted and give Bond with good and sufficient surety or sureties, as may be required for the faithful performance and proper fulfillment of such contract; or in the event of the withdrawal of said bid within the period specified or the failure to enter into such contract and give such bond within the time specified if the principal shall pay the Owner the difference between the amount specified in said bid and the amount for which the Owner may procure the required work or supplies, or both, if the latter amount be in excess of the former, then the above obligation shall be void, and of no effect, otherwise to remain in full force and effect.

Page 35: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

*NOTE: THIS FORM MUST BE SUBMITTED IN DUPLICATE WITH THE BID AND MUST BE ACCOMPANIED BY A VALID POWER OF ATTORNEY.

B5-2 Revised 3/08 P:\_DBF\1947A009 Fort Smallwood Park\Specs\100% specs\Front End Documents\46-12 BID BOND.doc

IN WITNESS WHEREOF, the above bonded parties have executed this instrument under

their several seals this day of , , the name and corporate seal of each corporate party being hereto affixed, and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. In the Presence of:

______________________________________ (Contractor)

WITNESS: ______________________________ (SEAL)

Signature of Principal/Corporate Officer

(SEAL) Title

_______________________________________ Surety

By:___________________________________

_______________________________________

Bond No.

Page 36: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

NOTE: THIS FORM TO BE SUBMITTED BY APPARENT LOW BIDDER WITHIN TEN DAYS OF REQUEST BY THE COUNTY

B6-1 Revised 10/24/13 P:\_DBF\1947A009 Fort Smallwood Park\Specs\100% specs\Front End Documents\46-13 EXPERIENCE EQUIPMENT CERTIFICATION.doc

ANNE ARUNDEL COUNTY

Fort Smallwood Boat Ramp Phase IB Boat Ramp, Parking Lots and Site Improvements

Proposal No.: P535904 Project No.: P535900

EXPERIENCE AND EQUIPMENT CERTIFICATION I. General

a. Legal Title, Address and Phone Number of Organization

____________________________________________________________________ _____________________________________________________________________

____________________________________________________________________ _____________________________________________________________________

____________________________________________________________________ _____________________________________________________________________

b. Maryland Representative's Name, Title and Address. ____________________________________________________________________ ____________________________________________________________________

_____________________________________________________________________ ____________________________________________________________________

_____________________________________________________________________ _____________________________________________________________________

c. (Check one) Corporation Co-Partnership Individual ______ II. Experience

a. Indicate type of contracting undertaken by your organization and years experience.

General Sub Type _ Years Years Years

Type Years

Type Years

Page 37: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

NOTE: THIS FORM TO BE SUBMITTED BY APPARENT LOW BIDDER WITHIN TEN DAYS OF REQUEST BY THE COUNTY

B6-2 Revised 10/24/13 P:\_DBF\1947A009 Fort Smallwood Park\Specs\100% specs\Front End Documents\46-13 EXPERIENCE EQUIPMENT CERTIFICATION.doc

b. State construction experience of principal members of your organization.

Construction Experience

NAME

TITLE (As Pres., Mgr, etc.)

CONSTRUCTION EXPERIENCE

YEARS

TYPE OF WORK (Sewer, Hwy, Bridges,

Paving, etc.)

IN WHAT CAPACITY (Supt, Foreman)

c. Give any special qualifications of firm members (Registered Engineer, Surveyors, etc.)

____________________________________________________________________ _____________________________________________________________________

_____________________________________________________________________

d. List Principal projects completed by your organization.

Description

Gen. or Sub (If sub, what type of work)

Your Contract

Amount

Year

Reference

e. Have you ever failed to complete any work awarded to you? ____________________

If so, where and why? __________________________________________________ _____________________________________________________________________ _____________________________________________________________________ _____________________________________________________________________

Page 38: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

NOTE: THIS FORM TO BE SUBMITTED BY APPARENT LOW BIDDER WITHIN TEN DAYS OF REQUEST BY THE COUNTY

B6-3 Revised 10/24/13 P:\_DBF\1947A009 Fort Smallwood Park\Specs\100% specs\Front End Documents\46-13 EXPERIENCE EQUIPMENT CERTIFICATION.doc

f. Has your firm been assessed liquidated damages within the last three years? If so,

explain circumstances. (Attach separate sheet)

III. Financial Capability

The following financial data shall be provided upon request of the County. If the Bidder is a subsidiary of another firm, then the information requested should be provided for both the Bidder and the parent organization, as it may be applicable to the Bid. a. The Bidder's most recent Form 10-K, as filed with the U.S. Securities and Exchange

Commission ("SEC") and all Form 100’s since the last 10-K, b. All Bidders not filing a Form 10K with the SEC should submit the following

information:

1. Federal Tax Returns for the last three (3) years;

2. Audited financial statements for the past three (3) fiscal years to include, at a minimum, income statement, balance sheet, and statement of changes in financial position;

3. Copies of quarterly financial reports since the last audited statement;

4. Any material changes in the mode of conducting business, bankruptcy

proceedings, and mergers or acquisitions for the past three years, as well as any disclosure of any potential mergers or acquisitions; and

5. Any and all lawsuits filed against the Bidder since January 1, 1988 and a

statement as to the outcome or current status of each such lawsuit.

d. A full and complete description of the legal and financial relationships among all entities which will be bound by the terms and conditions of the Contract including any entities which will guarantee the obligations of, or provide financial support to, any such parties.

IV. Bidder Certification

Page 39: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

NOTE: THIS FORM TO BE SUBMITTED BY APPARENT LOW BIDDER WITHIN TEN DAYS OF REQUEST BY THE COUNTY

B6-4 Revised 10/24/13 P:\_DBF\1947A009 Fort Smallwood Park\Specs\100% specs\Front End Documents\46-13 EXPERIENCE EQUIPMENT CERTIFICATION.doc

The above statements are certified to be true and accurate and we have the equipment, labor, supervision and financial capacity to perform this Contract, either with our organization, or with subcontractors.

Dated at this day of , .

By: _________________________________ _________________________________

(Title of Person Signing) _________________________________

(Name of Organization) State of _________________________________ County of _______________________________ Being duly sworn states that he/she

Name is of (Office) (Name of Organization) and that the answers to the foregoing questions and all statements therein contained are true and correct. Sworn to before me this day of , . Notary Public

My Commission Expires

Page 40: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

NOTE: THIS FORM MUST BE SUBMITTED IN DUPLICATE WITH THE BID

B7-1 Last Revised: 10/08 P:\_DBF\1947A009 Fort Smallwood Park\Specs\100% specs\Front End Documents\46-14 LIST OF SUBCONTRACTORS & EQUIPMENT SUPPLIERS.doc

ANNE ARUNDEL COUNTY

Fort Smallwood Park Phase 1B

Boat Ramp, Parking Lots and Site Improvements Proposal No.: P535904

Project No.: P535900

LIST OF SUBCONTRACTORS AND EQUIPMENT SUPPLIERS

Subcontractor's Type of Work or Supplier's

Type of Equipment

Name

Address

Percent of

Total Contract

MBE SBE or

WBE

Page 41: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Anne Arundel County, Maryland Department of Public Works Bureau of Engineering

Special Provisions Supplement to Division 1 – Additional General Requirements

Fort Smallwood Park Phase 1B AACO Project Number P-535900

AACO Proposal Number P-535904

Page 42: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 SPECIAL CONDITIONS

01010 - 1

SUPPLEMENT TO DIVISION 1 – ADDITIONAL GENERAL REQUIREMENTS SECTION 01010 - GENERAL DESCRIPTION, SCOPE OF WORK AND SPECIAL CONDITIONS PART 1 - GENERAL

(a) The project site is located at Fort Smallwood Park near Pasadena at the end of Fort Smallwood Road (MD RT. 173) in Anne Arundel County, Maryland.

(b) The work shall be done under contract to and the supervision of Anne Arundel

County Department of Public Works or their authorized agent. County, as used in these specifications, refers to the Anne Arundel County Department of Public Works.

(c) The work to be done includes, but is not limited to, furnishing all plant, labor,

materials, tools, equipment, superintendence, transportation and performing all work in strict accordance with this Project Manual to complete the construction of roadways, parking lots, boat ramp, jetties, stone breakwater, stone revetment, trails, dredging, gate house, landscaping and stormwater management measures including all necessary appurtenances.

(d) The Contractor, before submitting a proposal for this project, should visit the

construction site and thoroughly familiarize himself with all existing conditions above and below ground.

(e) The Contractor shall adhere to the terms of the various permits and approvals

issued to this project. This shall include permits and approvals from the U.S. Army Corps of Engineers, the State of Maryland Department of the Environment, U.S. Coast Guard, Anne Arundel County Permit Application Center, Anne Arundel County Soil Conservation District, and any other applicable permits. The Contractor shall give all notices and comply with all laws, ordinances, rules and regulations applicable to work.

(f) The existing bottom profiles, beach contour and/or bank alignment shown on the Contract Drawings were correct when surveyed. However, because of the interim erosion and littoral transport, the Contractor shall satisfy himself as to all conditions at the time of bidding this project and include in this proposal any changes that would be necessary to accomplish a complete and functional project.

(g) The Contractor shall satisfy himself as to the accuracy and completeness of these Specifications and Contract Drawings regarding the nature and extent of all work described.

Page 43: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 SPECIAL CONDITIONS

01010 - 2

(h) Because of the proximity of improved structures, the Contractor shall exercise extreme care in his construction operations. The Contractor shall take all necessary precautions and measures to protect all properties and structures from damage. All work must be kept within the limits shown on the Contract Drawings. The Contractor shall restore disturbed areas as specified in these plans and specifications to the satisfaction of the County.

(i) The Contractor shall use the horizontal and vertical survey control points shown

on the Contract Drawings to layout the lines of work, stakeout the location of all proposed structures, and test the levels of all construction.

(j) The Contractor shall at all times keep the premises free from accumulation of

waste materials and rubbish, surplus materials, etc., and shall leave the work area completely clean.

(k) The work under this Contract includes all necessary temporary items required for

good, safe and sanitary construction practice and administration of the project. These requirements are subject to the approval of the County.

(l) The Contractor shall provide and maintain in a neat, sanitary condition such

accommodations for the use of his employees as may be necessary to comply with the requirements and regulations of the Health Department of Anne Arundel County or other authorities having jurisdiction and shall commit no public nuisance.

(m) The work shall be complete in all its parts and ready for use in the time specified

and in strict accordance with the terms and conditions of the Contract. Any deviation shall be subject to the approval of the County.

(n) The Contractor shall assume all responsibility for the project and construction site

until accepted by Anne Arundel County Department of Public Works. (o) The Contractor shall be prepared to execute a finished project in every particular

without any extra charge, unless specifically provided for within the contract. (p) Unless otherwise shown on the Contract Drawings, all proposed work shall be

constructed under all the provisions of the “Anne Arundel County Standard Specifications for Construction”, and “Standard Details for Construction", current edition, and subsequent addenda thereto, so far as the same may be applicable. These documents are considered as part of this Contract together with Contract Drawings, Specifications, Advertisement, Information for Bidders, Proposal and addenda which all together form a part of the Contract and the Provisions of all these shall be as binding upon the parties as if they were here fully set forth.

Page 44: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 SPECIAL CONDITIONS

01010 - 3

(q) The Special Provisions are supplemental to the Anne Arundel County Standard Specifications and form part of the Contract. In case of conflict between the "Standard Specifications" and these Special Provisions, the latter shall govern.

PART 2 - PRODUCTS

Not Applicable. PART 3 - EXECUTION 3-1 Special Conditions

(a) Prior to construction the Contractor shall conduct a general cleanup of the site to include fallen tree limbs, glass and other debris and shall dispose of all debris off site.

(b) The County’s Representative shall videotape the project area, including but not

limited to, all access roads, bridges and material transfer and placement locations that will be affected by the work, existing asphalt access road and parking areas prior to commencement of equipment mobilization. The County shall be notified 48 hours prior to the scheduled video taping of the site and will have a representative present to identify other areas that may be affected by the proposed construction. All claims will be verified by the County through the videotape log of the area. The videotape shall be submitted to the County prior to mobilization of any equipment for the Contract.

(c) The Contractor shall provide all labor and equipment necessary to maintain the

roadways free of dirt and/or debris as specified and as directed by the County. He shall, after completion of all construction activities, restore the area to a condition equal to or better than found prior to undertaking work.

(d) The park will be open and in operation during demolition and construction

activities. The Contractor shall maintain vehicular access for park users at all times. He shall provide a detailed traffic control plan for approval by the County prior to mobilizing to the site.

(e) All construction activities shall be carried out in strict conformance with the

day/night noise standards prescribed by Maryland Department of Health and Mental Hygiene, Subtitle 20, Noise Pollution. The Contractor shall request the approval of the Department of Public Works for any work performed between 8:00 p.m. and 6:00 a.m. by submitting the request in writing to the Department of Public Works forty-eight (48) hours in advance of the night-time work activities.

(f) The Anne Arundel County Standard Specifications and Standard Details apply to

any work not specifically covered in the Special Provisions or on the Plans. Sometimes the geometry or other conditions of the project may require a slight

Page 45: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 SPECIAL CONDITIONS

01010 - 4

change in the Standard Specifications or Details. This is to be expected. If this appears to be the case, the Contractor should consult the inspector and/or project manager.

(g) The Contractor must submit a satisfactory schedule before starting work. His

schedule shall take into consideration environmental “Time Of Year (TOY) restrictions listed in the various approvals which includes no dredging between February 15th and June 15th. The Department of Public Works must be notified 10 calendar days prior to the start of work.

(h) The Contractor is responsible to make all necessary notifications required by the

plans, specifications and permits. This shall include, but not be limited by, notifying the following agencies: Anne Arundel County Department of Public Works (410-222-4126), and Department of Inspection and Permits (410-222-7780), U.S. Army Corps of Engineers (410-962-4253), Maryland Department of the Environment (410-537-3510) and U.S. Coast Guard.

(i) The Contractor shall protect existing utility lines from damage. He shall notify

the County immediately of damage to or an encounter with an unknown existing utility line. The Contractor shall be responsible for the repairs of damage to existing utility lines that are indicated or made known to the Contractor prior to the start of construction. All known private or public utility lines within or adjacent to the project area are shown in their approximate existing locations on the Plans. The Contractor is, however, cautioned that these locations shown are not guaranteed nor is there any guarantee to the Contractor that all lines actually in existence within the Contract limits have been shown on the Plans. The Contractor shall satisfy himself as to the exact locations and extent of all utilities that he may encounter in the work. All utilities encountered during the work shall be maintained and protected in their existing location unless otherwise provided. The Contractor shall cooperate in every way with the owning companies or agencies to make it possible for them to provide uninterrupted service. The Contractor shall contact Miss Utility (1-800-257-7777) at least (2) days prior to construction to allow for marking of existing utilities. Excavations shall not be started until all telephone, electric and other service mains have been located and flagged by a utility inspector or the County.

(j) The Contractor shall attend the pre-construction meeting before the work is

started. At that time, requirements for sediment and erosion control will be discussed in detail. The Contractor is responsible for any sediment and erosion control measures required by regulatory authority regardless of whether or not they are explicitly stated in the Contract Documents. Sediment and erosion control measures must be in place and approved by the County before the work is started.

Page 46: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 SPECIAL CONDITIONS

01010 - 5

(k) The Contractor must be sensitive to the community and adjacent property owners. The Contractor shall immediately advise the inspector and the Project Manager of any problems involving the community.

(l) Included elsewhere in these specifications are copies of construction permits

which are required to be available at the construction site. They are included for the Contractor's convenience, compliance and guidance, but the engineering sketches and notes are approximate and suitable only for permit purposes and shall attach no significance to volume mentioned in these permits. The Contractor shall compute his own volume as hereinafter specified.

(m) The Contractor must comply with all requirements of the Contract Documents

and permits. Copies of the Wetlands License and Corps of Engineers Permit are provided in Appendix D and Appendix E respectively. The Contractor should become familiar with these documents and satisfy himself that there are no conflicts. If any conflict is found, it should immediately be brought to the attention of the County or County’s Representative.

(n) The Contractor shall pay attention to weather advisories and take all necessary

precautions to protect his/her workers and equipment from severe weather.

(o) Detailed archeological investigations have been performed within the project area. Four separate sites were discovered during the Phase I investigation where shown on the Drawings. Three of these sites (18AN 1496; 18AN 1493; and 18AN 1494) were further explored during a Phase II investigation. The Contractor shall not disturb these areas except as necessary for demolition and restoration purposes. Prior to mobilizing, he shall place “orange safety fence” along the perimeter of the archeology sites as shown on the Drawings.

(p) The Bidding Contractor (including any Contractor performing the marine related

components if applicable) shall have at least 10 years’ experience of similar scope and complexity. Remaining Contractors, including testing agencies, shall have at least 5 years’ experience of similar scope and complexity

(q) All construction conducted waterward of the Mean High Water (MHW) line shall

be performed by a marine contractor who is registered with the Maryland Department of the Environment in accordance with Section 17-301 of the Environmental Article Annotated Code of Maryland.

(r) Weekend, Night and Holiday Work No night, weekend, or holiday work requiring the presence of an Engineer or

Inspector will be permitted, except in the case of emergency and/or with written permission of the Engineer. Permitted work hours are from 7:00 AM to 4:30 PM Monday through Friday.

Page 47: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 SPECIAL CONDITIONS

01010 - 6

The Contractor shall notify the Engineer in writing at least forty-eight (48) hours in advance of such holiday or night that he desires to work stating the place where said work will be conducted.

1. New Years’ Day 2. Martin Luther King’s Birthday 3. Presidents Day 4. Good Friday 5. Memorial Day 6. Independence Day 7. Labor Day 8. Veterans Day 9. Thanksgiving Day 10. Friday following Thanksgiving 11. Christmas Day

12. All days of general and congressional elections (not primary elections) throughout the State.

13. All days designated as legal holidays for State employees by the Governor and approved by the County Executive.

If a legal holiday falls on Sunday, the Monday next following shall be considered a holiday. If a legal holiday falls on a Saturday, the Friday proceeding will be considered a holiday.

END OF SECTION

Page 48: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 SPECIAL CONDITIONS

01010 - 7

CONTRACTORS REQUEST FOR INFORMATION

RFI Name: Contract Number/ Project Number: Contract Name: Date: Contract Drawing(s): Specification Section: Questions: By: Date:

Reply: By: Date:

Page 49: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 SPECIAL CONDITIONS

01010 - 8

IDENTIFICATION OF SUBMITTAL

Project Number: Contract Number: Contract Name: Date: 1. Submittal number (1,2,3,etc.):

2. Type of Submittal: ◦ As Specified ◦ Equal to Specified

3. Submittal Title:

4. Contract Drawing(s):

5. Specification Section:

6. Deviation and Justification from Contract Documents:

7. Subcontractors, vendor’s and/or manufacturer’ name, address and telephone

number:

Certification Statement: by this submittal, I hereby represent that I have determined and verified all field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings and all contract requirements. Signature

Page 50: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 ENGINEER’S OFFICE

01210 - 1

SPECIAL PROVISIONS: DIVISION 1 – ADDITIONAL GENERAL REQUIREMENTS SECTION 01210 – ENGINEER’S OFFICE PART 1 - GENERAL

(a) Definitions:

1. AACSSC: Anne Arundel County Standard Specifications for Construction, latest edition, and all applicable supplements and addenda pertaining thereto.

2. Engineer: Engineer, as used in the Anne Arundel County

Specifications for Construction, shall refer to the County Project Manager or his authorized representative.

3. County: County, as used herein, shall refer to the Anne Arundel

County Department of Public Works County Project Manager or his authorized representative.

(b) Related work not included in this Section consists of the following:

1. AACSSC Section 01100 provided under “Mobilization”.

2. AACSSC Section 01200 provided under “Engineers Office”.

PART 2 – PRODUCTS

(a) AACSSC Section 01200.2 applies to this section.

(b) The Engineer’s office shall be Type 3. All water, sewer, electric and communications connections shall be provided by the Contractor. The Contractor shall submit a detailed description of the list of equipment, utility connections and all accessories during the pre-construction submittal process.

(c) Computer System (wireless internet compatible)

Page 51: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 ENGINEER’S OFFICE

01210 - 2

(d) The “Engineer’s Office” computer system components shall be at a minimum as follows: PC PC Compatible CPU Intel Core2Duo (2 GHz minimum) or equivalent RAM 1 GB minimum Hard Drive 80 GB minimum Operating System Windows 7 Software Microsoft Office 2010 Monitor 17-inch 4x3 aspect ratio or 19-inch 16x10 LCD Graphics Card ATI, or equal; 16 MB RAM Keyboards Qwerty Printers Color multifunction

PART 3 – EXECUTION

(a) AACSSC Section 01200.03 applies to this section.

(b) The Contractor shall process and obtain any approvals required from the County relating to placement and use of the “Engineers Office” on-site.

(c) The Contractor shall provide all startup and maintenance services for all the equipment specified herein and shall provide replacement equipment if the equipment will be out of service for a period of more than 24-hours.

(d) The Contractor shall remove the “Engineer’s Office” from the County premises no later than thirty (30) days after the date of construction Conditional Acceptance. Failure to remove the Engineer’s Office shall result in the charge of One Hundred Dollars ($100.00) per calendar day by the County.

(e) Contractor employees will park privately owned vehicles in an area designated by the County’s Representative. This area will be within reasonable walking distance of the construction site. Contractor employee parking must not interfere with the park’s usage.

(f) Grassed or unpaved areas, which are not established roadways at the “Engineer’s Office” and associated areas will be covered with a layer of gravel as necessary to prevent rutting if the Contractor elects to traverse them with construction equipment or other vehicles; gravel gradation will be at the Contractor’s discretion. Mow and maintain grass located within the vicinity of the “Engineer’s Office” for the duration of the project. Grass and vegetation under trailers and in areas not accessible to mowers will be edged or trimmed neatly.

Page 52: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 ENGINEER’S OFFICE

01210 - 3

PART 4 – MEASUREMENT AND PAYMENT

(a) No measurement for payment of these items of work will be made since their cost shall be incidental to other pertinent items specified in the Contract Drawings.

END OF SECTION

Page 53: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 CONSTRUCTION SCHEDULES

01310 - 1

SPECIAL PROVISIONS: DIVISION 1 – ADDITIONAL GENERAL REQUIREMENTS SECTION 01310 – CONSTRUCTION SCHEDULES PART 1 – GENERAL

(a) Related Documents

1. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section.

(b) Summary 1. This section specifies requirements and procedures in preparing and

updating construction schedules and reports for planning, coordinating, executing, and monitoring the progress of the work. The construction work shall be scheduled using the Critical Path Method (CPM) of network analysis.

2. After receipt and opening of bids and Notice to Proceed is given to the

Contractor, the Contractor shall develop a CPM Schedule. The Contractor CPM schedule must include all major milestones and Owner related activities as specified in the related portions of the Construction Documents.

(c) Scheduling Responsibilities

1. The Critical Path Method type construction schedule will be used to monitor job progress. The Contractor will be responsible for providing all information concerning the sequencing, logic and duration of all activities as well as providing the initial CPM logic network diagram and tabular report data. Once the initial logic network diagram is accepted, by the Project Manager. The Contractor will be responsible for providing weekly updates information on logic, percent complete, actual start and finish, and duration changes.

2. From the contractor’s initial schedule submittal and from information received at the Schedule-Updating Meeting, the Construction Manager will produce computerized and dated tabular schedule reports, and updated network diagrams, and bar charts which will be reviewed by the Contractor for accuracy and integrity. The Contractor will have 3 working Days to review and provide written comments and/or corrections. It shall at all times remain the Contractor’s Responsibility to schedule and direct his forces in a manner that will allow for the completion of the work within the contractual period.

Page 54: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 CONSTRUCTION SCHEDULES

01310 - 2

3. It should be clearly understood that the initial schedule and all updates information must be provided by the contractor and that this information is a representation of the best effort of the Contractor and his Subcontractors as to how they envision the work to be accomplished. Similarly, all progress information to be provided by though the Contractor must be an accurate representation of the Contractor, Subcontractor, and Suppliers actual performance. The schedule shall at all times remain an accurate reflection of the Contractor’s actual or projected sequencing of work. Once accepted by the Project Manager, adherence to the established CPM schedule shall be obligatory upon the Contractor and subcontractor for the work under this contract. The Project Manager shall have the right to require the Contractor to revise the schedule if, in the Project Manager’s judgment, the Schedule does not accurately reflect the actual execution of the work, or is in violation of any provision on this CPM scheduling, and the Contractor shall revise the schedule as often as is necessary during the course or performance of the work without additional cost to the Owner.

(d) Initial Logic Network Diagram Requirements

1. The initial Logic Network Diagram shall show the order and interdependence of activities and the sequence in which the work is to be accomplished as planned by the Contractor. The basic concept of the network analysis diagram is to show how the start of a given activity is dependent on the completion of preceding activities and its completion restricts the start of succeeding activities. A time scaled precedence format will be followed. The detailed network will be time scaled showing a continuous flow form left to right.

2. The Schedule Activities shall be developed into three major groups:

A. Procurement Activities; shall include at a minimum

1. Permits

2. Submittal Items

3. Approval of Submittal Items

4. Fabrication of Submittal Items

5. Delivery of Submittal Items

B. Construction Activities; will be physical work activities that describe how the job will be constructed.

C. Testing, Startup, Training, and Close Out; CPM Activities for this group shall include all work required to satisfy the appropriate

Page 55: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 CONSTRUCTION SCHEDULES

01310 - 3

specification section and meet the requirements of testing, and Conditional Acceptance.

3. The Contractor shall break the work into activities with durations of one to ten (1 or 10) working days each, except for non-construction activities (such as procurement of materials and fabrication of equipment) and other Activities, which may require longer durations. To the extent feasible, activities related to a specific physical area of the project shall be grouped on the network for ease of understanding and simplification. The selection and number of activities shall be subject to the review of the Project Manager

4. Each Activity on the network shall have indicated for it the following;

A. A single duration, no longer then 10 working Days. One critical path shall be shown for the schedule.

B. An activity I.D. number will be assigned to each activity.

C. A brief description of the activity will be included. If this description is not definitive, a separate listing of each activity and a descriptive narrative may be required.

D. Each activity (except for procurement activities) shall be cost loaded to indicate the total estimated costs of the activity. No activity shall exceed $40,000, except if the equipment item. Material cost shall be assigned to delivery activities; The Contractor shall assign cost activity. The Contractor shall assign cost activity numbers to correspond to his schedule values.

E. The Schedule Calendar shall specify weekend and legal holidays noted in other sections of this specifications.

F. Failure to include on a network any element of work required for the performance of this contract shall not excuse the Contractor from completing all work required within the applicable completion time, not with standing the network review by the Project Manager.

G. A CPM Schedule which shows a completion of any portion of the construction work (not including testing and start-up) prior to contractual completion date may be accepted but in no event shall be acceptable as a basis for a claim for delay against the Owner by the Contractor.

Page 56: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 CONSTRUCTION SCHEDULES

01310 - 4

(e) CPM Schedule Implementation

1. With in 10 Calendar Days after the Notice to Proceed, the Contractor shall submit to the Project Manager six (6) prints of the Contractor’s proposed CPM network diagram and tabular reports for the first ninety (90) calendar days of the contract. The schedule will be the subject of a schedule review meeting within two (2) weeks of its submission. The Contractor will revise and resubmit the ninety (90) day schedule until it is acceptable to the Project Manager.

2. With in thirty (30) Calendar days after the Notice to Proceed, the Contractor shall submit to the Project Manager six (6) sets of the Contractor’s proposed CPM network diagram and tabular reports for the entire contract duration. The schedule will be the subject of a schedule review meeting within two (2) weeks of its submission. The Contractor will revise and resubmit the schedule until it is acceptable to the Project Manager. Failure by the contractor to submit an acceptable schedule may, at the Project Managers sole discretion, be cause for withholding of any partial payments(s) otherwise due under the contract.

3. Acceptance of the schedule by the Project Manager shall not constitute a representation that the work can be completed as shown on the schedule.

4. The Contractor will submit the accepted schedule to the Project Manager in a MS Project data file format with two (2) licensed (CD) version of the newest version of MS Project software to generate the CPM network.

(f) Submittals Schedule

1. The Contractor will be required to submit a complete and detailed listing of anticipated submittal during the course of the contract. The Contractor Schedule will include an activity for each submittal. For planning purposes, the Construction Manager will usually return Submittal with in fifteen (15) working days after receipt. Submittals. The review of which is on the Critical path, shall be clearly marking in red with the works “Critical Path” by the Contractor at the time of Submission.

(g) Schedule Updates

1. Schedule-Updating Meeting

A. A monthly schedule update meeting with is held monthly and one week prior to the progress meeting at the construction site to review and update the CPM Schedule. The Schedule Meeting will be chaired by the Constriction Manager and attended by the Contractor, the Project Manager may or may not attend. The actual progress will be recorded and future activities will be

Page 57: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 CONSTRUCTION SCHEDULES

01310 - 5

reviewed. The duration of activities and their logical connections may be reviewed as needed.

(h) Causes for Extension of Time

1. The contract completion time will be adjusted only for cause specified in this contract. If the Engineer finds that the Contractor is entitled to an extension of the contract completion date under the provisions of the contract, the Project Manager determination as to the total number of days extensions shall be based upon the current accepted and updated CPM schedule and on all data relevant to the extension. Such data shall be including and updated in the next Schedule-Updating Meeting.

(i) Float Time

1. Without obligation to extend the overall completion date or any intermediate completion dates set out in the CPM network, the owner may initiate changes to the contract work that absorb float time only. Owner initiated changes take affect the critical path on the CPM network shall be the sole grounds for extending completion dates. Contractor initiated changes that encroach on float time identified in the CPM network may be accomplished with the Owner’s concurrence. Such changes, however, shall give way to Owner initiated changes competing for the same float time.

END OF SECTION 01310

Page 58: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 MAINTENANCE OF TRAFFIC

01400 - 1

SPECIAL PROVISIONS: DIVISION 1 – ADDITIONAL GENERAL REQUIREMENTS SECTION 01400 – MAINTENANCE OF TRAFFIC PART 1 - GENERAL

(a) Definitions:

1. AACSSC: Anne Arundel County Standard Specifications for Construction, latest edition, and all applicable supplements and addenda pertaining thereto.

2. Engineer: Engineer, as used in the Anne Arundel County

Specifications for Construction, shall refer to the County Project Manager or his authorized representative.

3. County: County, as used herein, shall refer to the Anne Arundel

County Department of Public Works County Project Manager or his authorized representative.

(b) Related work not included in this Section consists of the following:

1. AACSSC Section 01410 provided under “Maintenance of Traffic”. 2. AACSSC Section 01411 provided under “Traffic Control Plan for

Maintenance of Traffic”

(c) The Contractor shall provide all labor, material, equipment and services for and reasonably incidental to executing all Site Preparation as indicated on drawings and/or specified, as directed by the County, or as necessary to perform the work required under this Contract.

(d) The Park will be open and in operation during demolition and construction

activities. The Contractor shall maintain vehicular access for Park users at all times. He shall submit to the County a Traffic Control Plan (TCP) for approval prior to mobilizing to the site.

PART 2 - PRODUCTS

(a) AACSSC Sections 01410.02 and 01411.02 applies to this section.

Page 59: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 MAINTENANCE OF TRAFFIC

01400 - 2

PART 3 – EXECUTION

(a) AACSSC Sections 01410.03 and 01411.03 applies to this section.

PART 4 – MEASUREMENT AND PAYMENT

(a) No measurement for payment of these items of work will be made since their cost shall be incidental to other pertinent items specified in the Contract Drawings.

END OF SECTION

Page 60: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Anne Arundel County, Maryland Department of Public Works Bureau of Engineering

Division 2- Public Facilities and Site Work

Fort Smallwood Park Phase 1B AACO Project Number P-535900

AACO Proposal Number P-535904

Page 61: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 TEST PITS

02013 - 1

SPECIAL PROVISIONS: DIVISION 2- SITEWORK SECTION 02013- TEST PITS PART 1 GENERAL

(a) Definitions

1. AACSSC: Anne Arundel County Standard Specifications for Construction, latest edition, and all applicable supplements and addenda pertaining thereto.

2. Engineer: Engineer, as used in the Anne Arundel County Specifications for Construction, shall refer to the County Project Manager or his authorized representative.

3. County: County, as used herein, shall refer to the Anne Arundel

County Department of Public Works County Project Manager or his authorized representative.

(b) Test pits shall be dug by the Contractor, with approval of the County Inspector,

for the purpose of locating the existing underground BGE utilities.

(c) Approximate locations of existing utilities are shown on the Plans for the Contractor’s information based upon the best information available and are not guaranteed. The Contractor shall locate existing utilities well in advance of construction activities and take all necessary precautions to protect the existing utilities and minimize interruptions to services. Any damage incurred due to the Contractor’s operation shall be repaired immediately at the Contractor’s expense.

(d) Related work not included in this Section consists of the following:

1. AACSSC Section 02012 provided under “Test Pit”.

2. AACSSC Section 02250 provided under “Trench Excavation, Backfill and Compaction”.

3. Section 02155 provided under “Demolition and Removal.”

4. Section 02200 provided under “Earthwork.”

5. Section 02225 provided under “Earthwork for Utilities.”

Part 2 Products

(a) AACSSC Sections 02012.02 and 02250.02 applies to this Section.

Page 62: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 TEST PITS

02013 - 2

Part 3 Execution

(a) AACSSC Sections 02012.03 and 02250.03 applies to this Section.

(b) The Contractor shall provide a maximum of six (6) test pits to verify the depths and locations of existing underground BGE cable in areas where they cross the full depth paving and sidewalk/road removal where shown on the drawings. Payment for any additional test pits shall be in accordance with the “Fixed Price Contingent Items” shown in the proposal.

(c) Machine or hand excavation or combinations thereof may be utilized at the Contractor’s option. However, the County Inspector may prohibit the use of equipment which, in his judgment could result in test pits of unreasonable and excessive size.

(d) Upon completion of any test pit, the Contractor will make such observations and measurements, as he deems necessary to verify locations of the existing utilities and to verify alignment and the length of the utilities. The County Inspector may, at his discretion direct the Contractor to plate over the test pit excavation or to proceed with utility trench excavation in lieu of refilling the test pit.

(e) Refilled test pit excavation, backfill, compaction, restoration, and maintenance of the backfilled excavation shall be as specified in AACSSC Section 02250.03.

Part 4 Measurement and Payment

(a) No measurement for payment for this item of work will be made since the cost

shall be included in the lump sum price bid.

END OF SECTION

Page 63: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 SITE PREPARATION

02100 - 1

SPECIAL PROVISIONS: DIVISION 2 – PUBLIC FACILITIES AND SITE WORK

SECTION 02100 SITE PREPARATION

PART 1 - GENERAL

(a) Definitions:

1. AACSSC: Anne Arundel County Standard Specifications for Construction, latest edition, and all applicable supplements and addenda pertaining thereto.

2. Engineer: Engineer, as used in the Anne Arundel County

Specifications for Construction, shall refer to the County Project Manager or his authorized representative.

3. County: County, as used herein, shall refer to the Anne Arundel

County Department of Public Works County Project Manager or his authorized representative.

(b) Related work not included in this Section consists of the following:

1. AACSSC section 01100 provided under “Mobilization”. 2. AACSSC section 01500 provided under “Protection of the Environment”.

3. AACSSC Section 02110 provided under “Clearing and Grubbing”. 4. AACSSC Section 02120 provided under “Tree Protection”. 5. Section 01400 provided under “Maintenance of Traffic”. 6. Section 02155 provided under “Demolition and Removal”.

(c) The Contractor shall provide all labor, material, equipment and services for and reasonably incidental to executing all Site Preparation as indicated on drawings and/or specified, as directed by the County, or as necessary to perform the work required under this Contract.

(d) The Contractor shall adhere to the terms of the various permits and approvals issued

to this project. This shall include permits and approvals from the Maryland Department of the Environment, U.S. Army Corp of Engineers, U.S. Coast Guard, Maryland Port Administration, Anne Arundel County Permit Application Center, Anne Arundel County Soil Conservation District, and any other applicable permits. The Contractor shall give all notices and comply with all laws, ordinances, rules and regulations applicable to work. If the Contractor observes that the Specifications and/or Drawings are at variance therewith, he will give the County prompt written notice thereof. If the Contractor performs any work knowing it to

Page 64: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 SITE PREPARATION

02100 - 2

be contrary to such laws, ordinances, rules and regulations, and without such notice to the County, he will bear all costs arising there from.

(e) Work shall consist of, but not be limited to, the following:

1. Any preparatory work, including clearing and grubbing and maintenance

of traffic, necessary to execute the work such as a field office, if specified in these Specifications, mobilization and demobilization of any equipment to and from the site, or any other incidental preparation related to the work and removal of items from the site.

2. Removal of items indicated or required in order to complete the overall

scope of work for this project.

3. Removal of all debris and trash.

4. Land Surveyor (provided by Contractor) to establish and lay out lines, levels and grades for all work of this contract. The established reference points for horizontal and vertical control are indicated on the drawings. Should any work be questioned by the County, it shall be rechecked and certified in writing by a Professional Engineer or Land Surveyor at no addition to contract sum. If the Contractor identifies conflicts between the control data, layout data, and other details shown on the plans and/or conditions in the field, the Contractor shall contact the County immediately and request verification of the control data, layout data, and other details provided to the Contractor. The County shall be notified regarding potential conflicts prior to the Contractor establishing the layout lines, levels or grades for the proposed construction.

(f) It shall be contractor's responsibility to have visited the site and to have examined

all contract documents and determined to his complete satisfaction the extent of work to be accomplished.

(g) Use all means necessary to prevent the spread of dust during performance of the

work of this Section; thoroughly moisten all surfaces as required to prevent dust being a nuisance to the public, neighbors, and concurrent performance of other work on the site.

(h) On-site burning will not be permitted. (i) Explosives will not be permitted. (j) Use all means necessary to protect existing objects designated to remain and, in

the event of damage, immediately make all repairs and replacements necessary to the approval of the County Inspector at no additional cost to the County.

(k) Materials not specified to be utilized as fill on-site shall be disposed of off-site by

the Contractor at an approved disposal facility secured by the Contractor. The cost for disposing of materials off-site shall be included in the respective bid item

Page 65: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 SITE PREPARATION

02100 - 3

governing the specific portion of the work.

PART 2 – PRODUCTS

(a) AACSSC Sections 01100.02, 01500.02, 02110.02 and 02120.02 applies to this Section.

PART 3 – EXECUTION

(a) AACSSC Sections 01100.03, 01500.03, 02110.03 and 02120.03 applies to this section.

(b) Notify Anne Arundel County Inspections and Permits at least two full working days

prior to commencing the work of this Section.

(c) Prior to all work of this Section, carefully inspect the entire site and all objects designated to be removed and to be preserved, locate all existing utility lines and determine all requirements for disconnecting and capping, and locate all existing active utility lines traversing the site and determine the requirements for the protection.

(d) The drawings do not purport to show all objects, such as trees and shrubs existing

on the site. Before commencing the work of this Section, verify with the County all objects to be removed and all objects to be preserved.

(e) Preserve in operating condition all active utilities traversing the site and designated

to remain. The Contractor shall closely coordinate his activities with the County and utility companies affected by the work.

(f) Remove all debris from the site and leave the site in a neat and orderly condition to

the approval of the County. The Contractor shall legally dispose of all debris, rubbish, trash, etc., off-site at the Contractor's expense.

PART 4 - MEASUREMENT FOR PAYMENT (a) Mobilization and Demobilization

This item will not be measured, but will be paid for on a lump sum basis for Bid Item Number 1. Payment for this time will be pro-rated at the percentage of the work completed on each monthly estimate for this project, except that 10% of the lump sum will be paid to the Contractor within two weeks of Notice-to-Proceed. Payment as described above will be full compensation for all labor, material and equipment necessary to complete the item.

Page 66: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 SITE PREPARATION

02100 - 4

(b) Miscellaneous Items With the exception of Mobilization and Demobilization as outlined above, no measurement for payment of items of work will be made since their cost shall be incidental to other pertinent items specified in the Contract Drawings.

END OF SECTION

Page 67: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 DEMOLITION AND REMOVAL

02155 - 1

SPECIAL PROVISIONS: DIVISION 2 – PUBLIC FACILITIES AND SITE WORK

SECTION 02155 DEMOLITION AND REMOVAL

PART 1 - GENERAL

(a) Definitions:

1. AACSSC: Anne Arundel County Standard Specifications for Construction, latest edition, and all applicable supplements and addenda pertaining thereto.

2. Engineer: Engineer, as used in the Anne Arundel County

Specifications for Construction, shall refer to the County Project Manager or his authorized representative.

3. County: County, as used herein, shall refer to the Anne Arundel

County Department of Public Works County Project Manager or his authorized representative.

(b) Related work not included in this Section consists of the following:

1. AACSSC Section 02110 provided under “Clearing and Grubbing”. 2. AACSSC Section 02120 provided under “Tree Protection” 3. AACSSC Section 02160 provided under “Removal of existing pavement,

sidewalk, curb and combination curb and gutter.” 4. AACSSC section 02210 provided under “General Excavation.” 5. Section 02013 provided under “Test Pits.”

6. Section 02050 provided under “Site Preparation”. 7. Section 02220 provided under “Earthwork”. (c) The Contractor shall provide all labor, material, equipment and services for and

reasonably incidental to executing demolition, salvage of identified items and materials, removal of designated trees, and removal of items indicated or required in order to complete the overall scope of work for this project. Rubbish and debris shall be removed from the Park property daily, unless otherwise directed, to avoid accumulation at the demolition site. Materials that cannot be removed daily shall be stored in areas specified by the Owner or Owner’s Representative.

Page 68: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 DEMOLITION AND REMOVAL

02155 - 2

(d) Protection:

1. Protection of Personnel During the demolition work the Contractor shall continuously evaluate the

condition of the structure being demolished and take immediate action to protect all personnel working in and around the demolition site.

2. Protection of Structures The Contractor shall ensure that no elements determined to be unstable are

left unsupported and shall be responsible for placing and securing bracing, shoring, or lateral supports as may be required as a result of any cutting, removal, and demolition work performed under this contract.

3. Protection of Existing Property Before beginning any demolition work, the Contractor shall survey the site

and examine the drawings and specifications to determine the extent of the work. The Contractor shall take necessary precautions to avoid damage to existing items to remain in place, to be reused, or to remain the property of the Owner, any damaged items shall be repaired or replaced as approved by the Owner or Owner’s Representative. The Contractor shall coordinate the work of this section with all other work and shall construct and maintain shoring, bracing and supports as required.

4. Protection of Trees Trees within the project site which might be damaged during demolition,

and which are indicated to be left in place, shall be protected by an orange blaze safety fence. The fence shall be securely erected a minimum of five (5’) feet from the trunk of individual trees or follow the outer perimeter of branches or clumps of trees. Any tree designated to remain that is damaged during the work under this contract shall be replaced at no cost to the County as approved by the Owner or Owner’s Representative.

PART 2 – PRODUCTS

(a) AACSSC Sections 02160.02 and 02210.02 applies to this Section.

PART 3 – EXECUTION

(a) AACSSC Sections 02012.03, 02110.03, 02120.03, 02160.03 and 02210.03 applies to this section.

(b) Preparation

1. Prior to any work of this Section, the Contractor shall carefully inspect the

entire site and all objects designated to be removed and to be preserved,

Page 69: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 DEMOLITION AND REMOVAL

02155 - 3

locate all existing utility lines and determine all requirements for disconnecting and capping, and locate all existing active utility lines traversing the site and determine the requirements for the protection.

2. The drawings do not purport to show all objects, such as utilities existing

on the site. Before commencing any work of this Section, the Contractor shall verify with the Owner or Owner’s Representative all objects to be removed and all objects to be preserved.

3. The Contractor shall prevent the spread of dust and debris and avoid the

creation of a nuisance or hazard in the surrounding area.

(c) Utilities

1. The Contractor shall provide a maximum of six (6) test pits to verify the depths and locations of existing underground BGE cable in areas where they cross the proposed roadway and trail systems where shown on the drawings. Payment for any additional test pits shall be in accordance with the “Fixed Price Contingent Items” shown in the proposal.

2. The Contractor shall preserve in operating condition all active utilities

traversing the site and designated to remain. He shall closely coordinate his activities with the Owner, and utility companies affected by the work and shall notify the Owner or Owner’s Representative immediately of damage to or an encounter with an unknown existing utility line. The Contractor shall be responsible for the repairs of damage to existing utility lines that are indicated or made known to the Contractor prior to the start of demolition operations.

3. Existing utilities shall be discontinued and removed as indicated. Utilities

removed shall be terminated in a manner conforming to the nationally recognized code covering the specific utility and approved by the utility company and the Owner or Owner’s Representative. When the utility lines are encountered that are not indicated on the drawings, the Owner or Owner’s Representative shall be notified prior to further work in that area.

(d) Tree Removal and Trimming

1. Felling of trees – Prior to the felling of trees, the Contractor in company with the Owner or Owner’s Representative shall mark all trees to be felled. He shall use all necessary care to protect the roots and branches of trees designated to remain and to prevent damage to person and properties.

Page 70: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 DEMOLITION AND REMOVAL

02155 - 4

2. Trimming of Trees- In company with the Owner or the Owner’s Representative, ascertain the limbs and roots which are to be trimmed and clearly mark them to designate the approved point of cutting. Cut evenly, using proper tools and skilled workman to achieve neat severance with the least possible damage to the tree. Promptly coat the cut area with the approved pruning paint in strict accordance with the manufacturer’s recommendations. In case of root cuts, apply wet burlap or other protection approved by the Owner or Owner’s Representative as required, to prevent drying out as directed by the Owner or Owner’s Representative.

3. Grubbing – Remove all surface rocks and all stumps, roots and other

vegetation within the limits of construction necessary to perform the work as shown on the drawings. Do not leave any root greater than three inches in diameter in the ground except as specifically approved by the Owner or Owner’s Representative.

4. The Contractor shall remove all trees designated to be removed including

their stumps, roots, greenery and legally disposed of off-site at the Contractor’s expense.

(e) Demolition

1. Existing pavements and slabs designated for removal shall be saw cut and removed where specified on the drawings and to the limits indicated on the drawings. Pavement and slab removal shall be full depth.

(f) Disposal of Material: Title to material and equipment to be demolished, except Owner salvage, is vested in the Contractor upon receipt of notice to proceed. The Owner will not be responsible for the condition, loss or damage tosuch property after notice to proceed.

1. Salvageable Items and Material: Contractor shall salvage items and

material to the maximum extent possible.

A. Material Salvaged for the Contractor: Material salvaged for the Contractor may be temporarily stored on-site as approved by the Owner or Owner’s Representative. However, materials shall be removed from the Owner’s property upon the request of the Owner and/or before completion of the contract. Material salvaged for the Contractor shall not be sold on the site.

B. Items Salvaged by the Owner: The Owner will remove

salvageable items prior to the start of construction.

Page 71: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 DEMOLITION AND REMOVAL

02155 - 5

2. All materials removed shall become the property of the Contractor and shall be removed from the site to an approved disposal area. Be advised that the landfills measure the tipping fee cost on a cost per ton basis. The Contractor shall remove and transport debris and rubbish in a manner that will prevent spillage on pavements, streets and/or adjacent areas. It will be the responsibility of the Contractor to obtain an approved sediment control plan for the off-site area if necessary. All costs associated with demolition and disposal shall be at the Contractor’s expense.

PART 4 - MEASUREMENT FOR PAYMENT

(a) No measurement for payment of these items of work will be made since their cost shall be included in the Lump Sum basis for Bid Item Number 2.

END OF SECTION

Page 72: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14

EARTHWORK 02200 - 1

SPECIAL PROVISIONS: DIVISION 2 – PUBLIC FACILITIES AND SITE WORK SECTION 02200 EARTHWORK PART 1 - GENERAL

(a) Definitions

1. AACSSC: Anne Arundel County Standard Specifications for Construction, latest edition, and all applicable supplements and addenda pertaining thereto.

2. Engineer: Engineer, as used in the Anne Arundel County Specifications

for Construction, shall refer to the County Project Manager or his authorized representative.

3. County: County, as used herein, shall refer to the Anne Arundel

County Department of Public Works County Project Manager or his authorized representative.

4. Class I Excavation: Class I Excavation is defined in accordance with AACSSC Section 02210.03. D-5. Furthermore, Class I Excavation will include the removal of all earth, asphalt, concrete, pavement (any type), driveway aprons, granite paving blocks, bricks, concrete curb and gutter, asphalt curb, gutter, sidewalk (any type) and any other material required to complete the work.

5. Class I-A Excavation: Class I-A Excavation is defined in accordance with

the Anne Arundel County Standard Specifications for Construction, January 2001 or latest edition, AACSSC Section 02210.03.E-1. County may order below the limits of Class I excavation for removal of unsuitable materials.

6. Backfill: Backfill required for undercut areas shall be defined, in this

section only, as material that meets the product requirements of Structural Fill provided in Part 2 of this Section.

(b) Related work not included in this Section consists of the following:

1. AACSSC Section 02210 provided under “General Excavation.”

2. AACSSC Section 02240 provided under “Borrow Excavation.” 3. AACSSC Section 02245 provided under “Select Backfill.”

4. AACSSC Section 02265 provided under “Tamped Fill.”

Page 73: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14

EARTHWORK 02200 - 2

5. Section 02100 provided under “Site Preparation.” 6. Section 02155 provided under “Demolition and Removal.” 7. Section 02235 provided under “Mechanical Dredging and DMP Site

Work.”

(c) The Contractor shall provide all labor, materials, equipment and services necessary for executing all earthwork operations in the preparation of subgrade for walks, trails, structures and pavements. The Contractor is responsible for all excavation, compaction, furnishing and installing backfill material, and all other related items as shown on the drawings and/or as specified herein.

(d) Work shall consist of, but not be limited to, preliminary rough grading; excavation,

bedding; removal from the site of unsuitable soil materials; soils testing and certification; rough grading, fill and backfilling, subgrade preparation, finish grading of subgrades, and dewatering. Erosion Control measures are included as part of this work.

(e) All excavation, fill, bedding and backfill work provided under other sections of

these specifications shall conform to requirements of this Section. All backfill, embankments and subgrade where pavement or other structures are proposed shall be tested and certified by the Contractor’s soils testing agency provided as work of this Section.

(f) Testing and Soils Testing Agency

1. Contractor will engage a professional geotechnical firm for quality control

testing and inspection during earthwork operations. Cost of testing and inspection shall be borne by the Contractor. The Contractor’s testing and inspection firm shall not be the same firm retained for the design of this contract unless approved by the County in writing.

2. The geotechnical engineer shall provide its professional opinion, by letter,

sealed and signed by a professional engineer registered in the State of Maryland, that the earthwork has been completed in accordance with the plans and specifications.

(g) Submittals

Submit the following reports directly to the County from the soils testing agency with copy to Contractor:

1. Field density test reports.

Page 74: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14

EARTHWORK 02200 - 3

2. One optimum moisture-maximum density curve for each type of soil encountered as a minimum

(h) Data on subsurface conditions (shown in Appendix C - Geotechnical Evaluation)

are not intended as representations or warranties of accuracy or continuity between soil borings. It is expressly understood that the County and Engineer will not be responsible for interpretations or conclusions drawn therefrom by Contractor. Data is made available for the convenience of the Contractor only. Should Contractor rely, for any purpose, upon accuracy or completeness of said boring, or log thereof, he does so at his own risk. Additional explanation of the scope and limitations of the geotechnical report are included within that document. Additional test borings and other exploratory operations may be made by Contractor at no cost to the County.

(i) The Contractor shall notify the County and Miss Utility forty-eight (48) hours

prior to the start of earth moving activities. He shall locate existing underground utilities in areas of work. If utilities are to remain in place, the Contractor shall provide adequate means of support and protection during earthwork operations. Should uncharted or incorrectly charted piping or other utilities be encountered during excavation, consult the utility company and the County immediately for direction. Cooperate with the County and utility companies in keeping respective services and facilities in operation. Repair damaged utilities to satisfaction of the utility company and County. Do not interrupt existing utilities serving facilities occupied and used by the County or others during occupied hours, except when permitted in writing by the County or the County's Representative and then only after acceptable temporary utility services have been provided. The Contractor must receive written notice to proceed before interrupting any utility.

(j) The use of explosives is not permitted.

(k) Barricade open excavations occurring as part of this work and post with warning

lights if requested by the County. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout and other hazards created by earthwork operations.

(l) The Geotechnical Evaluation, located in Appendix C, and all applicable

supplements and addenda pertaining thereto apply to this Section. PART 2 – PRODUCTS

(a) AACSSC Sections 02210.02, 02240.02, 02245.02 and 02265.02 applies to this section.

Page 75: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14

EARTHWORK 02200 - 4

(b) Soil Materials: 1. Structural Fill: Structural fill reused from on-site soils or furnished by the

Contractor for the construction of subgrades. In accordance with Geotechnical Report, listed in Appendix C, acceptable on-site soils that may be used for upland structural fill are classified as SM and SP, that do not contain organic matter and debris.

2. Nonstructural Fill: Nonstructural fill are soils that exist on-site that may

be used in general site grading areas where structural fill is not required unless otherwise specified.

3. Unsatisfactory Fill: Unsatisfactory materials include man-made fills;

trash; refuse; and material classified as satisfactory which contains root and other organic matter or frozen material. The County shall be notified of any contaminated materials.

4. Contingent Select Borrow: This item has been included for use only when

authorized by the County. This item may be used for backfilling undercut areas.

(c) Aggregate:

1. Backfill and Fill Materials under Walks, Trails, Pads, Roadways and

Parking Areas shall be in accordance with Maryland Type “GA Sub-base” or “CR-6” except under the Pave Drain surfaced area which shall be AASHTO No. 56 or No. 57.

2. Backfill and Fill Materials under Boat Ramp shall be in accordance with

Maryland No. 57 stone.

(d) Geotextile Filter Fabric: 1. Geotextile Filter Fabric for reinforcement of the boat ramp subgrade shall

be equal to Contech C-120 NW.

(e) Turf Reinforcement Matting (TRM):

1. TRM for soil stabilization at selective locations shown in the drawings shall be equal to Tensar P300 permanent erosion control blanket.

PART 3 – EXECUTION

(a) Contractor shall refer to Section 02702- “Stonework” for stone revetment, scour stone and breakwater earthwork preparation.

Page 76: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14

EARTHWORK 02200 - 5

(b) AACSSC Sections 02210.023, 02240.03, 02245.03 and 02265.02 applies to this

section.

(c) Excavation:

1. General Excavation includes all excavation to proposed subgrade elevations indicated, regardless of character of materials and obstructions encountered. When excavation has reached the required subgrade elevations, the County will make an inspection along with the Contractor's soils testing agency. Any excavation below the proposed subgrade elevations indicated will be considered unauthorized excavation.

2. Unauthorized excavation, as well as remedial work directed by the County,

shall be at Contractor's expense. Backfill and compact unauthorized excavations as specified or authorized excavations of same classification, unless otherwise directed by the County.

3. The native SM soils will be sensitive to alteration in moisture content and

will become unworkable during and following periods of precipitation. For this reason, if earthwork is attempted in late autumn, winter or early spring, the importation of high quality, granular material will be permitted by the County at the Contractor’s expense. Sand, gravel or sand/gravel mixtures would be appropriate for wet weather placement. The SM, SM/ML and CL materials area moderately to very sensitive to changes in moisture conditions and therefore should be protected. The Contractor will be required to dry these materials in order to use them as suitable fill under structures and pavements and as backfill for retaining walls, or set them aside for use in landscape areas.

4. If unsuitable bearing materials are encountered at required subgrade

elevations, the Contractor shall immediately contact the County for direction regarding how to proceed. It may be necessary to carry excavations deeper and replace excavated material as directed by the County and/or stabilize as appropriate. Removal of unsuitable material and its replacement as directed will be paid on basis of contract conditions relative to changes in work.

5. The Contractor shall implement all measures necessary to protect the

subgrade under all pavements and structures from damage due to construction activities and equipment. The County makes no representations that the existing soils are adequate to support construction equipment and materials without damage to the subgrade. The Contractor shall include in his Bid all labor, materials, and equipment necessary to protect the subgrade from damage and shall repair any damage at no additional cost to the County.

Page 77: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14

EARTHWORK 02200 - 6

6. Dewatering necessary for completion of the work specified is considered

to be incidental to the construction. The Contractor shall include all costs for dewatering equipment, labor and incidentals in the respective Bid Item associated with each aspect of the work. No additional cost will be paid by the County for dewatering activities. The Contractor shall conduct the dewatering activities subject to approval of the County and the Maryland Department of the Environment. The Contractor will be required to conduct the dewatering activities using adequate measures to control the release of sediment from the project site.

A. Prevent surface water and subsurface or ground-water from flowing

into excavations and from flooding project site and surrounding area.

B. Do not allow water to accumulate in excavations. Provide and

maintain pumps, well points, sumps, suction and discharge lines and other dewatering system components necessary to convey water away from excavations.

C. Establish and maintain temporary drainage ditches and other

diversions outside excavation limits to convey rainwater and water removed from excavations to collecting or run-off areas.

7. Strip suitable topsoil from the site where excavation or grading is

indicated and stockpile separately from the other excavated material. Material unsuitable for use as topsoil and backfilling shall be placed in the “landscape areas” or wasted at an approved, legal location at the Contractor’s expense. Locate topsoil so that the material can be used readily for the finished grading. Where sufficenit existing topsoil conforming to the material requirements is not available on site, provide borrow materials suitable for use as topsoil. Protect topsoil and keep in segregated piles until needed.

8. Structural Fill shall be placed on "competent" existing materials following

removal of topsoil and all organic material. Where visual observations and field tests determine that the founding materials are inadequate, it will be necessary to modify the founding materials by undercutting, moisture control, backfill, and compaction to a depth determined to be appropriate for the applicable structural loading conditions and backfilled with approved materials available on site or to be brought from offsite sources. This undercutting, moisture control, backfill, and compaction is considered to be incidental to the proposed work up to one foot below existing grade or the proposed subgrade, whichever is lower, and shall be included in the lump sum price bid. No cost extra will be considered for undercutting, moisture control, backfill, and compaction necessary to place fill on “competent” existing material up to one foot below existing

Page 78: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14

EARTHWORK 02200 - 7

grade or the proposed subgrade, whichever is lower. Any material deficit of the specified materials for backfilling of the one foot undercut zone specified shall be included in the lump sum Base Bid and shall result in no additional cost to the Owner.

9. Stability of Excavations: Slope sides of excavations to comply with local

codes and ordinances having jurisdiction. Maintain sides and slopes of excavations in safe condition until completion of backfilling.

10. Material Storage: Stockpile satisfactory excavated materials required for backfill or fill. Place, grade and shape stockpiles for proper drainage. Protect as necessary. Prevent saturation of soil above the optimum moisture content. Locate and retain soil materials away from edge of excavations. Do not store within drip line of trees indicated to remain. Dispose of excess soil material and waste materials as herein specified. The Contractor shall stockpile all fill material in locations designated on the plans unless approval is specifically granted in writing by the County for placement in other locations on the project site within the specified limit of disturbance.

11. Prior to the construction of slabs, pavements, or the placement of fill in any

structure areas, all existing organic materials, frozen or wet, excessively soft or loose soils, and other deleterious materials shall be removed and wasted.

12. Excavation of the boat ramp’s subgrade material shall be performed to the

require depth, as shown on the Contract Drawings. Slopes shall be maintained as necessary or as otherwise directed or approved by the Owner or Owner’s Representative. The Contractor will be responsible for maintaining the excavated slopes to the required limits until placement of the #57 stone base material is completed. Prior to initiation of excavation, the Contractor shall submit to the Owner or Owner’s Representative for approval his proposed method of excavation.

13. In the event the Contractor utilizes the proposed wingwall and toewall as

part of his cofferdam, he shall be responsible for the structural adequacy of all construction when the ramp is dewatered for construction purposes. He shall be responsible for providing a certified sketch and design, prepared by an engineer licensed in the State of Maryland delineating any and/or all bracing required, and shall be responsible for installation, maintenance and removal of the cofferdam as necessary to adequately provide continuous dewatering of the boat ramp during placement of the sub-base and concrete and curing of the concrete.

14. Remove the existing phragmites within the limits of construction and

landward of MHW by excavating its root system and disposing of off-site. Elevations of areas excavated for removal of the phragmites shall be re-established by placement of sand fill to grades shown on the plans and

Page 79: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14

EARTHWORK 02200 - 8

stabilized with the appropriate wetlands vegetation as outlined elsewhere in these specifications. During late summer or fall, the Contractor shall inspect the site for incursion of new phragmites. In the event additional phragmites is beginning to re-establish, the Contractor shall apply “rodeo” aquatic herbicide on the phragmites in accordance with the manufacturer’s instructions. It shall be the Contractor’s responsibility to prevent the phragmites from re-establishing itself within one (1) year from final acceptance of the project. If replanting is required it must occur at the time of year specified in Section 02803 “Wetland Plantings”. In addition, plant stock must meet the original specifications of the contract and be available on site the day of replanting for approval by the County.

(d) Backfill and Fill:

1. Place backfill and fill materials evenly adjacent to paving, piping and conduit to required elevations. Take care to prevent wedging action of backfill against paving or displacement of piping or conduit by carrying material uniformly around paving, piping or conduit to approximately same elevation in each lift.

2. No backfill (or concrete) shall be placed within the boat ramp’s wingwall

enclosure until the area had been dewatered and the wingwall/toewall has been inspected and approved by the Owner or Owner’s Representative. Care shall be taken during the filling (and pouring) operations to maintain the alignment of the toewall and wingwall. The Contractor shall be responsible for adequately bracing the wingwalls/toewall before and during construction.

3. All backfill material in the vicinity of the boat ramp shall be placed from the

bottom up in successive 4” maximum in loose horizontal layers and compacted by hand operated tampers to the approval of the Owner or Owner’s Representative. The Contractor shall protect the structural integrity of the wingwalls from damage during the backfill and grading operations.

4. Place Turf Reinforcement Matting at locations shown on the drawings in

accordance with the manufacturer’s instructions.

(e) Compaction:

1. General: Control soil compaction during construction providing minimum percentage of density specified for each area classification indicated below.

2. After the excavation and/or stripping operations have been completed, the

exposed subgrade soils shall be inspected by the Contractor’s Geotechnical Consultant. The Owner will require the exposed subgrade materials be

Page 80: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14

EARTHWORK 02200 - 9

proofrolled utilizing a heavily loaded dump truck or other pneumatic tired vehicle of similar size and weight. The purpose of proofrolling will be to provide surficial densification and to locate any isolated areas of soft or loose soils requiring undercutting. Proofrolling is not advised in wet areas which may deteriorate under repeated vehicular loading. The Contractor shall contact the Owner immediately if the subgrade is suspected to be weak prior to proofrolling to receive direction from the Engineer regarding how to proceed. Precipitation may result in standing water (perched water) at low areas.

3. Percentage of Maximum Density Requirements: Compact soil to not less

than the following percentage of maximum density for soils which exhibit a well-defined moisture density relationship determined in accordance with ASTM D-1557.

A. Pavements, Walks, Ramps, and Slabs: Compact each 8 inch

(maximum) layer of backfill or fill materials to a minimum of 95 percent of the maximum dry density. The top one foot below subgrade (except at boat ramp) shall be compacted to 95 percent. Adjustments to the natural moisture content of the soils may be required in order to obtain the specified compaction levels.

B. Lawn Areas: Compact each layer of backfill or fill material to a

minimum of 85% of the maximum dry density.

4. Moisture Control: Where subgrade or layer of soil material must be moisture conditioned before compaction, uniformly apply water to surface of subgrade or layer of soil material. Apply water in manner to prevent free water appearing on surface during or subsequent to compaction operations.

A. Remove and replace or scarify and air dry soil material that is too

wet to permit compaction to specified density.

B. Soil material that has been removed because it is too wet to permit compaction may be stockpiled or spread and allowed to dry. Assist drying by disking harrowing or pulverizing until moisture content is reduced to a satisfactory value.

5. For the proofrolling and fill compaction operations, compaction shall

extend at least two (2’) feet beyond the pavement boundaries except as shown on the plans and/or as directed by the Owner or Owner’s Representative. A sufficient number of in-place density tests shall be performed by the Contractor’s geotechnical consultant to verify that the proper degree if compaction is being obtained in all fill soils. As a

Page 81: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14

EARTHWORK 02200 - 10

minimum, the number of tests shall be as specified under Paragraph (g) of this Section.

(f) Grading:

1. General: Uniformly grade areas within limits of grading under this

section, including adjacent transition areas. Smooth finish surface within specified tolerances, compact with uniform levels or slopes between points where elevations are indicated or between such points and existing grades of earthwork is conducted in the presence of moisture, the traffic of heavy equipment, including heavy compaction equipment may create pumping and a general deterioration of the subgrade soils. Construction traffic should be minimized at structural sub-grade areas. If possible, the grading should be carried out during dry weather.

2. Grade smooth and even, free of voids, compacted as specified and to

required elevation. Provide final grades within a tolerance of ½” when tested with a 10’ straight edge.

3. Proposed grades shown at the sand dune and stockpile areas are

approximate only. The intent of the grading plan is to have a balance cut / fill volume.

4. Soil Testing Agency must approve subgrades and fill layers before further

construction work is performed.

(g) Field Quality Control: 1. Make at least one field density test of subgrade for every 1000 square feet

of paved area or structure area, but in no case less than 3 tests at each area. In each compacted fill layer, make one field density test for every 1000 square feet, but in no case less than 3 tests at each area. The testing agency shall recommend additional testing if in their opinion, the above recommendations are not sufficient.

2. If in the opinion of the County, based on testing service reports and

inspection, subgrade or fills which have been placed are below specified density, provide additional compaction and testing at no additional expense to the County.

3. Cost of inspection and testing shall be borne by the Contractor.

4. The Contractor's geotechnical consultant shall provide their professional

opinion that the fill and backfill materials have been placed and compacted in accordance with the specification.

(h) Maintenance:

Page 82: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14

EARTHWORK 02200 - 11

1. Protection of Graded Areas: Protect newly graded areas from traffic and

erosion. Keep free of trash and debris.

2. Repair and re-establish grades in settled, eroded and rutted areas to specified tolerances.

3. Where completed compacted areas are disturbed by subsequent construction

operations or adverse weather, scarify surface, reshape and compact to required density prior to further construction.

4. Where settling is measurable or observable on excavated areas during

general project warranty period, remove surface (pavement, lawn or other finish), add backfill material, compact and replace surface treatment. Restore appearance, quality and condition of surface or finish to match adjacent work and eliminate evidence of restoration to greatest extent possible.

(i) Disposal of Waste Materials:

1. Remove waste materials, including unacceptable excavated material, tree

stumps, roots, greenery, trash and debris, and legally dispose of it off the County’s property.

PART 4 - MEASUREMENT FOR PAYMENT

(a) No measurement for payment of items of work will be made since there cost shall be incidental to other pertinent items specified in the Contract Drawings.

END OF SECTION

Page 83: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 EARTHWORK FOR UTILITIES

02225 - 1

SPECIAL PROVISIONS: DIVISION 2 – PUBLIC FACILITIES AND SITE WORK

SECTION 02225 EARTHWORK FOR UTILITIES

PART 1 – GENERAL

(a) Definitions

1. AACSSC: Anne Arundel County Standard Specifications for Construction, latest edition, and all applicable supplements and addenda pertaining thereto.

2. Engineer: Engineer, as used in the Anne Arundel County Specifications for Construction, shall refer to the County Project Manager or his authorized representative.

3. County: County, as used herein, shall refer to the Anne Arundel County Department of Public Works County Project Manager or his authorized representative.

(b) Related work included in these Specifications but not included in this section consists of the following:

1. AACSSC Section 02012 provided under “Test Pits.”

1. AACSSC Section 02250 provided under “Trench Excavation, Backfill and Compaction.”

2. Section 02013 provided under “Test Pits.”

3. Section 02200 provided under “Earthwork.”

4. Section 02750 provided under “Environmental Site Design (ESD) work.”

(c) Contractor shall provide all labor, materials, equipment and services necessary for and reasonably incidental to executing all Earthwork for Utilities to furnishing and installing complete all backfilling, excavating and compacting and related items as shown on the drawings and/or as specified herein.

(d) The Contractor shall adhere to the terms of the various permits/approvals issued to this project. This shall include permits/approvals from the State of Maryland and any other applicable permits. The Contractor shall give all notices and comply with all laws, ordinances, rules and regulations applicable to work. If the Contractor observes that the Specifications and/or Drawings are at variance therewith, he will give the County prompt written notice thereof. If the Contractor performs any work knowing it to be contrary to such laws, ordinances,

Page 84: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 EARTHWORK FOR UTILITIES

02225 - 2

rules and regulations, and without such notice to the County, he will bear all costs arising therefrom.

(e) Work shall consist of, but not be limited to, the installation of site utilities including storm drain, electric, and any other site utilities required to furnish the completed facility per the Specifications and Contract Drawings. Work shall include excavation, protection of trench, erosion and sediment control, subgrade preparation, utility bedding, backfill, compaction, and surface restoration or finishing.

(f) The Contractor shall coordinate the activities of the Utility Contractors prior to ordering any materials or installing utilities. The Contractor shall verify the connection of the site utilities within each building or accessory structures. In the case of conflicts, the Contractor shall notify the County in writing immediately and request clarification or direction prior to ordering or installing any component of the utility work. Failure to notify the County of conflicts will result in immediate rejection of the change order requests by the County for materials ordered or work in place.

(g) The general provisions of Appendix C, Geotechnical Evaluation, and all applicable supplements and addenda pertaining thereto apply to this section.

(h) Movement of construction machinery and equipment over pipes and utilities during construction shall be at the Contractor's risk. Perform work adjacent to existing utilities as indicated in accordance with procedures outlined by utility company. Excavation made with power-driven equipment is not permitted within two feet of known utilities or subsurface construction. For work immediately adjacent to or for excavations exposing a utility or other buried obstruction, excavate by hand. Start hand excavation on each side of the indicated obstruction and continue until the obstruction is uncovered or until clearance for the new grade is assured. Support uncovered lines or other existing work affected by the contract excavation until approval for backfill is granted by the utility company. Report damage to utility lines or subsurface construction immediately to the utility company.

PART 2 – PRODUCTS

(a) AACSSC Sections 02012.02 and 02250.02 applies to this section.

(b) Soil material proposed as pipe bedding (as backfill) shall be free of debris, roots, wood, scrap material, vegetable matter, refuse, soft unsound particles, organic materials, ice, or other deleterious and objectionable materials.

Page 85: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 EARTHWORK FOR UTILITIES

02225 - 3

PART 3 – EXECUTION

(a) AACSSC Sections 02012.03 and 02250.03 applies to this section.

(b) Plan for and provide the structures, equipment, and construction for the collection and disposal of surface and subsurface water encountered in the course of construction. Drainage and dewatering necessary for completion of the work specified is considered to be incidental to the construction. The Contractor shall include all costs for equipment, labor and incidentals in the respective Bid Item associated with each aspect of the work. No additional cost will be paid by the County for drainage and/or dewatering activities. The Contractor shall conduct the activities subject to approval of the County. The Contractor will be required to conduct the drainage and/or dewatering activities as necessary to control the release of sediment from the project site.

(c) Surface water shall be directed away from excavation and construction sites so as to prevent erosion and undermining of foundations. Diversion ditches, dikes and grading shall be provided and maintained as necessary during construction. Excavated slopes and backfill surfaces shall be protected to prevent erosion and sloughing. Excavation shall be performed so that the site and the area immediately surrounding the site and affecting operations at the site shall be continually and effectively drained.

(d) Groundwater flowing toward or into excavations shall be controlled to prevent sloughing of excavation slopes and walls, boils, uplift and heave in the excavation and to eliminate interference with orderly progress of construction. French drains, sumps, ditches or dewatering trenches will not be permitted within 3 feet of the foundation of any structure, except with specific written approval, and after specific contractual provisions for restoration of the foundation area have been made. Control measures shall be taken by the time the excavation reaches the water level in order to maintain the integrity of the in-situ material. While the excavation is open, the water level shall be maintained continuously, at least 2 feet below the working level.

(e) Perform dewatering operations as recommended and/or required by the Geotechnical Engineer. The Contractor shall maintain a back-up pump and system on-site available for immediate use.

(f) Strip suitable soil from the site where excavation or grading is indicated and stockpile separately from other excavated material. Material unsuitable for use as topsoil and backfilling shall be wasted at an approved, legal location at the Contractor's expense. Locate topsoil so that the material can be used readily for

Page 86: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 EARTHWORK FOR UTILITIES

02225 - 4

the finished grading. Where sufficient existing topsoil conforming to the material requirements is not available on site, provide borrow materials suitable for use as topsoil. Protect topsoil and keep in segregated piles until needed.

(g) The Contractor shall excavate utility trenches leading to the existing barracks through Archeology Site 18AN 1495 the minimum width required to minimize disturbance. To ensure proper documentation of any unanticipated archeological resources during extension of utilities to the barracks, the Contractor shall contact the County Cultural Resources Division at 410-222-7440 at least one week prior to the excavation to coordinate monitoring of the work by a qualified archaeologist.

(h) The Contractor is to excavate trenches to the widths indicated on the construction plans and minimize the damage to existing tree roots during construction. Notify the County immediately in writing if it becomes necessary to remove hard, unstable, or otherwise unsatisfactory material to a depth or width greater than indicated. Make trench sides as nearly vertical as practicable except where sloping of sides is allowed. Sides of trenches shall not be sloped from the bottom of the trench up to the elevation of the top of the pipe. Blasting will not be permitted. Overexcavate soft, weak, or wet excavations as directed by the County. Use bedding material placed in 6-inch maximum layers to refill overdepths to the proper grade. Grade bottom of trenches accurately to provide uniform bearing and support for each section of pipe on undisturbed soil, or bedding material as indicated or specified at every point along its entire length except for portions where it is necessary to excavate for bell holes and for making proper joints. Dig bell holes and depressions for joints after trench has been graded. Dimension of bell holes shall be only 1/2 inch greater than length, width, and depth of bell as required for properly making the particular type of joint to ensure that the bell does not bear on the bottom of the excavation. Trench dimensions shall be as indicated or specified.

(i) Shore and sheet excavations as necessary and required by local requirements and/or OSHA with various member sizes arranged to prevent injury to persons and damage to structures. Arrange shoring and sheeting to preclude injurious caving during removal. Obtain approval from the County prior to removing shoring, sheeting, or bracing in excavations adjacent to on-grade slabs, foundations, or other structural elements.

(j) Construct backfill in two operations (initial and final) as indicated and specified in this section. Place initial backfill in 6-inch maximum loose lifts to one foot above pipe unless otherwise specified. Ensure that initially placed material is tamped firmly under pipe haunches. Bring up evenly on each side and along the full length of the pipe. Ensure that no damage is done to the utility or its protective coating. Place the remainder of the backfill in 6-inch maximum loose lifts unless otherwise specified. Do not backfill in freezing weather or where the material in the trench is already frozen or is muddy, except as authorized. Provide a

Page 87: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 EARTHWORK FOR UTILITIES

02225 - 5

minimum cover from final grade of 3 feet for utility building service connections. Where settlements greater than the tolerance allowed herein for grading occur in trenches and pits due to improper compaction, excavate to the depth necessary to rectify the problem, then backfill and compact the excavation as specified herein and restore the surface to the required elevation. Coordinate backfilling with testing of utilities. Testing for the utility piping shall be complete before final backfilling.

(k) Detection wire shall be installed for all non-metallic piping and proposed pipes greater than six feet (6’) below the proposed grade. Detection wire shall be insulated single strand, solid copper with a minimum diameter of 12 AWG. Wire shall be installed per the manufacturer's specifications and recommendations.

(l) Use hand-operated, plate-type, vibratory, or other suitable tampers in areas not accessible to larger rollers or compactors. Avoid damaging pipes and protective pipe coatings. Compact material in accordance with the following unless otherwise specified. If necessary, alter, change, or modify selected equipment or compaction methods to meet specified compaction requirements.

1. Compact material in subcuts or overexcavations to minimum of 95 percent of the Modified Proctor maximum dry density per ASTM D-1557. In soft, weak, or wet soils, tamp refill material to consolidate as directed by the County.

2. For stone and select borrow, compact to minimum of 95 percent of the Modified Proctor maximum dry density per ASTM D-1557.

(m) Test bedding and backfill for conformance to specified requirements. Test bedding and backfill for moisture-density relations in accordance with ASTM D 1557. Perform at least one of each of the required tests for each material provided. Perform sufficiently in advance of construction so as not to delay work. Provide additional tests as specified above for each change of source. Perform density and moisture tests in randomly selected locations and in accordance with ASTM D 1556 as follows:

1. Bedding and Backfill in Trenches: One test per 100 linear feet in each lift.

2. Appurtenance Structures: One test per 250 square feet or fraction thereof in each lift.

3. Where ASTM D 2922 and ASTM D 3017 are used to test field compaction densities, verify test results by performing at least one test per day using ASTM D 1556 at a location already tested in accordance with ASTM D 2922. Perform at least one additional test using ASTM D 1556

Page 88: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 EARTHWORK FOR UTILITIES

02225 - 6

for every ten tests performed with a nuclear device, at locations checked in accordance with ASTM D 2922.

(n) Protect newly backfilled areas and adjacent structures, slopes, or grades from traffic, erosion settlement, or any other damage. Repair and reestablish damaged or eroded grades and slopes and restore surface construction prior to acceptance. Protect existing streams, ditches, and non-tidal wetland areas from water-borne soil as indicated on the contract drawings

(o) Backfill: Bring trenches to grade per pipe trench detail indicated on the Contract Drawings.

1. Under Pavements and Structures: Compact backfill in 6” loose layers to a minimum 95% of the Modified Proctor Dry Density per ASTM D1557. Final backfill material shall be Class I, II or III in accordance with ASTM D2321 up to top twelve inches (12”) of subgrade. Refer to construction drawings and relevant specifications on pavement subgrade requirements (top 12”of subgrade).

2. Under Lawn and Other Non-Paved Areas: Compact backfill to a minimum of 92% of the Standard Proctor Dry Density per ASTM D1557. Backfill with trench excavated material only if meets the criteria as outlined in the project specifications.

3. In Stormwater Management Environmental Site Design (SWM ESD) Devices: Refer to SWM details and specifications.

(p) Finish to grades indicated within one-tenth of a foot. Provide sod or topsoil in areas to be seeded or sodded as indicated. Grade areas to drain water away from structures. Grade areas that are to remain but have been disturbed by the Contractor's operations.

(q) All excess excavated waste materials, including unacceptable excavated material, organic vegetation material, roots, greenery, trash and debris shall not be utilized as fill on-site and shall be disposed of off-site by the Contractor at an approved disposal facility secured by the Contractor. The cost for disposing of materials off-site shall be included in the respective bid item governing the specific portion of the work.

(r) Dispose of excavated material so that it will not obstruct the flow of runoff, streams, endanger a partly finished structure, impair the efficiency or appearance of any facilities, or be detrimental to the completed work.

Page 89: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 EARTHWORK FOR UTILITIES

02225 - 7

(s) Clear areas to receive topsoil for the finished surface of materials that would interfere with planting and maintenance operations. Scarify subgrade to a depth of 2 inches. Do not place topsoil when the subgrade is frozen, extremely wet or dry, or in other conditions detrimental to seeding, planting, or grading.

PART 4 - MEASUREMENT FOR PAYMENT

(a) No measurement for payment of items of work will be made since their cost shall be incidental to other pertinent items specified in the Contract Drawings.

END OF SECTION

Page 90: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14

MECHANICAL DREDGING/ DMP SITEWORK 02235 - 1

SPECIAL PROVISIONS: DIVISION 2 – PUBLIC FACILITIES AND SITE WORK

SECTION 02235 MECHANICAL DREDGING AND DMP SITE WORK

PART 1 - GENERAL

(a) The work to be done under this Section includes furnishing all labor, materials,

tools, equipment, superintendence, transportation, and performing all work in strict accordance with these Specifications and Drawings for mechanically dredging the designated area including transporting and placing the dredged material to the adjacent shoreline at the Dredge Material Placement (DMP) site.

(b) The Contractor shall adhere to the terms of the various permits and approvals issued to this project. This shall include permits and approvals from U.S. Army Corps of Engineers, Maryland Department of the Environment (MDE), Anne Arundel County and any other applicable permits.

(c) The Contractor shall give all notices and comply with all laws, ordinances, rules and regulations applicable to work. If the Contractor observes that the Specifications and/or Drawings are at variance therewith, he will give the County prompt written notice thereof. If the Contractor performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to the County, he will bear all costs arising therefrom.

(d) Definitions: “Dredging” consists of removal of material riverward of the high tide line and subsequent disposal of materials removed. “Excavation” consists of removal of material landward of the high tide line encountered to elevations specified and subsequent disposal of materials removed.

(e) Related work not included in this Section consists of the following: 1. Section 02200 provided under “Earthwork”. 2. Section 02803 provided under “Wetland Planting”.

(f) Related Documents: The general provisions of the Contract and all applicable supplements and addenda pertaining thereto apply to this section.

PART 2 – PRODUCTS (a) Sand Fence: Materials shall conform to the following requirements:

1. Wire-Bound Picket Fencing: ASTM F 537, Type III. Fencing shall be fabricated with 2-inch maximum spacing between pickets. Wire shall be zinc-coated having a maximum coated diameter of 0.099 inched and a minimum coating of 0.30 ounces per square foot in accordance with ASTM

Page 91: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14

MECHANICAL DREDGING/ DMP SITEWORK 02235 - 2

A 641/ A 641M, Class I coating. The pickets shall be 48-inches in length and made of spruce or aspen wood with red oxide finish air dried and rough sawn.

2. Fence Posts: Provide solid sawn timber posts identified by the grade mark

of a recognized association or independent inspection agency using the specific grading requirements of an association recognized as covering the species used. The association or independent inspection agency shall be certified by the Board of Review, American Lumber Standards Committee, to grade the species used. Posts shall be Grade No. 1 SR minimum, surfaced on four (S4S) sides. Fabricate posts before preservative treatment. Each treated post shall be branded, by the producer, in accordance with AWPA M6. Treatment shall be in accordance with AWPA C2 (For above Ground, Soil Contact or Fresh Water Use) with water-borned preservative (AWPA P5) to a final net retention of not less than 0.24 per cubic foot of wood MCA – Micronized Copper Azole. The Contractor shall be responsible for the quality of treated wood products.

3. Fastenings: FF-N-105B. Staples shall be Type III, Style 3 having a

minimum length of 1 ½ inches and stainless steel conforming to ASTM A 307.

PART 3 – EXECUTION

(a) Dredged Material Placement (DMP) Site 1. General – The Contractor shall provide all labor, material and equipment

necessary to transport and place the dredged material at the designated disposal area. All costs associated for transporting the dredged material to the designated disposal area site shall be borne by the Contractor. If the Contractor elects to use a DMP site other than that designated (only upon approved of the County), he shall pay all costs associated with the site relocation and notify and obtain approval from the USACE and MDE of the change at no additional cost to County.

2. Prior to performing dredging, the Contractor shall install all sediment

control measures (i.e. Super silt fence) as shown on the Drawings. No dredging shall be performed until the disposal site has been approved by the County.

3. During placement of the dredged material within the DMP site, the

Contractor shall perform gradation tests on the dredged material placed in the dune fill at the rate of one test pit for each 200 cubic yards of placement. Gradation tests shall be performed in accordance with ASTM D422. The results of gradation tests shall be tabulated and plotted on forms furnished by the Contractor’s testing agency within 48 hours after

Page 92: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14

MECHANICAL DREDGING/ DMP SITEWORK 02235 - 3

sampling. No separate payment will be made for performing gradation tests and all costs there of shall be at the Contractor’s expense.

4. Upon completion of dredging, grading and sprigging activities, the

perimeter of the DMP site shall be lined with a sand fence as shown on the drawings. Sand fence installation shall be in accordance with the fence manufacturer’s written installation instructions except as modified herein and shall be placed no later than 10 days following the planting of American Beach Grass. Posts shall be driven plumb, in proper alignment, spaced equidistant between changes in alignment at intervals not exceeding 10 feet, and placed so that the top of the post is even with the top of the pickets. Fencing shall be installed on the waterward side of the posts. Fencing shall be stretched to the proper tension and securely fastened to the posts so that the bottom of the pickets are set even with the finished grade. Five wire fasteners shall fasten the fence to the post. Ends of fence fabric rolls shall be lapped two feet minimum at posts only. Contractor shall use the largest fabric rolls available (50’ feet minimum) in order to minimize laps.

(b) Dredging

1. Site Investigation: The Contractor acknowledges that he has satisfied

himself to the nature and location of the work, the general and local conditions, including but not restricted to those bearing upon transportation, disposal, handling and storage of materials, availability of labor, water, electric power, roads and uncertainties of weather, tides or similar physical conditions at the site, the conformation and conditions of the ground, the character of equipment and facilities needed preliminary to and during the prosecution of the work. The Contractor further acknowledges that he has satisfied himself as to the character, quality and quantity of surface and subsurface materials or obstacles to be encountered insofar as this information is reasonably ascertainable from an inspection of the site, including all exploratory work done by the County, as well as, from information presented by the drawings and specifications made a part of this contract. Any failure by the Contractor to acquaint himself with the available information will not relieve him from the responsibility for estimating properly the difficulty or cost of successfully performing the work. The County assumes no responsibility for any conclusions or interpretations made by the Contractor on the basis of the information made available to the County. The County also assumes no responsibility for any understanding or representations made by its officers or agents during or prior to the execution of this contract unless (1) such understanding or representations are expressly stated in the contract and

Page 93: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14

MECHANICAL DREDGING/ DMP SITEWORK 02235 - 4

(ii) the contract expressly provides that the responsibility therefore is assumed by the County Representative which are not expressly assumed by the County in the contract shall be deemed only for the information of the Contractor.

2. Estimated Quantities: The total estimated quantities of materials

necessary to be removed from within the specified dredging limits to complete the work as shown on the permit drawings is an estimate only. The Contractor will be required to complete all the dredging work specified herein in accordance with the Contract and at the Contract lump sum unit price.

A. Estimated quality and quantity of materials to be dredged:

The depths of water, elevations of land, and other data contained in these Plans and Specifications are made available as information held by the County, but the County assumes no responsibility that this information was complete or correct when obtained, or that it will not change. Before submitting his bid, the Contractor shall determine for himself the depth of water, the elevations of land, the possibilities of scouring of the bottom with deepening of the water and erosion of the land before construction can be complete, and all other information necessary to him in calculating risks, the degree of difficulty of the work, the yardage of material, and a firm lump sum contract unit bid price. It is emphasized that the Contractor must anticipate changes in the construction site not only before the start of construction, but during construction as well.

B. The Contractor shall be furnished with copies of all Federal and

State permits, which are required to be available at the construction site. The engineering sketches and notes are approximate and suitable only for permit purposes, and since the final design may be adjusted from the issued permit, the Contractor shall attach no significance to volume mentioned in these permits; the Contractor shall compute his own as hereinafter specified.

C. THE CONTRACTOR SHALL BE SOLELY RESPONSIBLE

FOR DETERMINING THE CHARACTER, QUALITY AND QUANTITY OF THE MATERIAL TO BE ENCOUNTERED AND SHALL SUBMIT HIS BID AS LUMP SUM UNIT PRICE WHICH INCLUDES ALL COSTS INVOLVED IN THE CONSTRUCTION OF THE CHANNEL AND BASIN.

3. Stakeout: The Contractor shall furnish, at his own expense, all stakes,

templates, platforms, equipment tools material and labor as may be required to layout any part of the work. The channel will be staked by the Contractor to square cut or to bottom width, selected at the Contractor’s

Page 94: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14

MECHANICAL DREDGING/ DMP SITEWORK 02235 - 5

discretion. The Contractor shall be held responsible for the execution of the work to such lines and grades as indicated by the Plans. It shall be the responsibility of the Contractor to maintain and preserve all stakes and other marks established until authorized to remove them. If such marks are destroyed by the Contractor or through his negligence, prior to their authorized removal, they shall be replaced by the Contractor at his expense.

4. Depth: The area specified on the drawings shall be dredged in such a

manner that, upon completion of the Contract work, check surveys conducted by the County or the County’s Representative, shall show the minimum depth required by the Plans. It shall be the Contractor's responsibility to verify character, quantity and quality of the material to be dredged before submitting a proposal. The dredged material quantities shown in the documents are approximations only and differences between those and the Contractor's measured quantities shall not be cause for a cost extra. Depths and elevations shall be measured from NAVD ‘88 with NAVD ‘88 datum understood to mean zero depth and zero elevation. The dredge site bench mark (B.M.) shown on the drawing has been related as closely as is possible to NAVD ‘88 datum. The Contractor shall understand before submitting his bid that this bench mark shall be the sole datum for measuring the Contract work and that no other bench marks which may be found in the area shall be used. To cover the inaccuracies of the dredging process, the Contractor may elect to dredge deeper than the required minimum depth. It shall be understood that the Contractor has included this excess in his lump sum base bid and that no additional payment shall be allowed. Overdredging shall be limited to six (6”) inches maximum. Should the Contractor dredge to a depth greater than that shown on the plans in the vicinity of the existing and proposed, structures, he shall be responsible for any costs required to construct a stronger jetty and pier than those specified on the contract drawings resulting from the excessive dredging.

5. Side Slopes: The basin and channel shall be dredged to the bottom depth,

width and length specified on the design drawings. The side slopes shall be dredged to or allowed to slough to produce a resultant rise from the dredged bottom on a slope no steeper than one foot vertically to three feet horizontally.

6. Obstruction of River and Basin: The County will not undertake to keep the

area free from vessels or other obstructions, except to the extent of such regulations, if any, as may be prescribed by the Secretary of the Army, in accordance with the provisions of the Rivers and Harbors Appropriation Act of 1899 as amended. The Contractor will be required to conduct the work in such manner as to obstruct navigation as little as possible. In case the Contractor's equipment so obstructs the waterway as to make it difficult or

Page 95: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14

MECHANICAL DREDGING/ DMP SITEWORK 02235 - 6

endanger the passage of vessels, said plant shall be promptly moved on the approach of any vessel to such extent as may be necessary to afford a practicable passage. Upon completion of the work, the Contractor shall promptly remove his equipment, including ranges, buoys, piles and other markers placed by him under the Contract in navigable water or on shore.

7. Signal Lights: The Contractor shall display signal lights and conduct his

operations in accordance with the General Regulations of the Department of the Army and of the Coast Guard governing lights and day signals to be displayed by towing vessels with tows on which no signals can be displayed, excavators, and vessels engaged in submarine or bank protection operations, lights and day signals to be displayed by vessels of more than 65 feet in length moored or anchored in a fairway or channel, and the passing by other vessels of floating plant working in navigable channels, as approved by the Secretary of the Army, (Title 33 C.F.R. 201.1-201.16) and the Commandant, U.S. Coast Guard, (Title 33 C.F.R. 80.18-80.31a and 95.51-95.70).

8. Misplaced Equipment: Should the Contractor, during the progress of the

work, lose, dump, throw overboard, sink, or misplace any equipment, machinery, or appliance, which in the opinion of the County or County’s Representative may be dangerous to or obstruct navigation, the Contractor shall remove the same with the utmost dispatch. The Contractor shall give immediate notice with description and location of such obstructions, to the County or County’s Representative, and shall mark or buoy such obstructions until the same are removed. Should he refuse, neglect, or delay compliance with the above requirements, such obstructions may be removed by the County, and the cost of such removal may be deducted from any money due or to become due to the Contractor, or may be removed under his bond. The liability of the Contractor for the removal of a vessel wrecked or sunk without fault or negligence shall be limited to that provided in Sections 15, 19 and 20 or the River and Harbor Act of March 3, 1899.

9. Inspection: The work is subject to inspection by the County or County’s

Representative as provided in the Contract, but the presence of the inspector shall not relieve the Contractor of responsibility for the proper execution of the work in accordance with the specifications. The Contractor will be required:

A. To furnish, on the request of the County or County’s Representative,

the use of such boats, boatmen, laborers, and material forming a part of the ordinary and usual equipment and crew of the plant as may be reasonably necessary in inspecting, examining partially completed work.

Page 96: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14

MECHANICAL DREDGING/ DMP SITEWORK 02235 - 7

B. To furnish, on the request of the County or County’s Representative, suitable transportation from all points on shore designated by the County to and from the various pieces of plant, and to and from the disposal areas. Should the Contractor refuse, neglect, or delay compliance with these requirements, the specific facilities may be furnished and maintained by the County and the cost thereof will be deducted from any amounts due or to become due the Contractor.

10. Final Examination and Acceptance: The dredged area shall have a finished

bottom depth as specified on the Contract Drawings. This shall be checked by a hydrographic survey performed by the County or the County’s Representative after completion of the dredging work and prior to final payment for dredging. It shall be the Contractor’s responsibility to contact the County or County’s Representative at least five (5) business days prior to the post dredge survey. Should any shoals, lumps or other lack of contract depth be disclosed by the survey, the Contractor will be required to remove the material to the required depth at no additional cost to the County. In the event that a side slope has not been completely formed from a vertical cut by the time the Contract Work has been completed, and prior to the final payment, the County or County’s Representative shall be the judge as to the sufficiency of the vertical cut to allow eventual slumping of this particular type of bottom material without encroachment on the channel or basin. When the site and the vicinity of the work are found to be in satisfactory condition and disposal has been completed in accordance with these Specifications, the dredging will be accepted finally.

PART 4 - MEASUREMENT FOR PAYMENT

(a) No measurement of payment of these items of work will be made since their costs shall be included in the Lump Sum basis for Bid Item Number 13 and 14.

END OF SECTION

Page 97: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 HOT MIX ASPHALT PAVEMENT

02640 - 1

SPECIAL PROVISIONS: DIVISION 2 – PUBLIC FACILITIES AND SITE WORK

SECTION 02640 HOT MIX ASPHALT PAVEMENT

PART 1 – GENERAL

(a) Definitions 1. AACSSC: Anne Arundel County Standard Specifications for

Construction, latest edition, and all applicable supplements and addenda pertaining thereto.

2. Engineer: Engineer, as used in the Anne Arundel County

Specifications for Construction, shall refer to the County Project Manager or his authorized representative.

3. County: County, as used herein, shall refer to the Anne Arundel

County Department of Public Works County Project Manager or his authorized representative.

(b) Related work not included in this section consists of the following:

1. AACSSC Section 02610 provided under “Subgrade Preparation.” 2. AACSSC Section 02621 provided under “Aggregate Base and Sub-base

Courses.” 3. AACSSC Section 02641 provided under “Bituminous Concrete Pavement.” 4. AACSSC Section 02722 provided under “Pavement Marking.”

(c) Work shall consist of, but not be limited to, furnishing, placing, grading, shaping, compacting, maintenance of material, and final preparation of subgrades, installing aggregate subbase, and hot mix asphalt pavement in accordance to the Contract Drawings.

PART 2 – PRODUCTS

(a) AACSSC Sections 02610.02; 02621.02; 02641.02 and 02722.02 applies to this Section.

(b) The Contractor shall submit in writing at least three weeks in advance of the paving

operation the following information to the County. 1. Source of each aggregate component. 2. Source of asphalt and anti-stripping agent. 3. Complete gradation. 4. Plant from which material will be ordered.

Page 98: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 HOT MIX ASPHALT PAVEMENT

02640 - 2

PART 3 – EXECUTION

(a) AACSSC Sections 02610.03; 02621.03; 02641.03 and 02722.03 applies to this Section.

(b) All pavement subgrade areas shall be inspected and proofrolled in accordance

with Appendix C - Geotechnical Evaluation.

(c) Take care to prevent wedging action of backfill against paving or displacement of piping or conduit by carrying material uniformly around paving, piping or conduit to approximately same elevation in each lift.

(d) When the work is interrupted by heavy rains, operations shall not be resumed until the Contractor’s Testing Agency indicates that the moisture content and density of the previously placed fill are as specified.

(e) Uniformly grade areas within limits of grading under this Section, including adjacent transition areas. Smooth finish surface within specified tolerances, compact with uniform levels or slopes between points where elevations are indicated or between such points and existing grades.

(f) Grade smooth and even, free of voids, compacted as specified and to required elevation. Provide final grades within a tolerance of 1/2" when tested with a 10' straight edge.

(g) The Contractor’s Testing Agency shall recommend additional testing if in their opinion, the above recommendations are not sufficient.

(h) If in the opinion of the County, based on testing service reports and inspection, hot

mix asphalt pavement which has been placed are below specified density specifications, provide additional compaction and testing at no additional expense.

(i) Cost of inspection and testing shall be borne by the Contractor.

(j) The Contractor’s Testing Agency shall provide its professional opinion that the hot mix asphalt pavement has been placed in accordance with the specification.

(k) Hot mix asphalt material shall be applied only to dry surfaces.

(l) The Contractor shall take all steps necessary to prevent damage to completed pavements during construction until final acceptance of the project by the County. Construction equipment and materials shall not travel over or be stored on pavements accepted by the County. Any damage to the pavements or the base materials by construction activities shall be repaired as directed at no additional cost to the County.

Page 99: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 HOT MIX ASPHALT PAVEMENT

02640 - 3

(m) Any cost increase in the price of asphalt cement shall be absorbed by the Contractor and no additional compensation will be considered.

PART 4 - MEASUREMENT FOR PAYMENT

(a) No measurement for payment of items of work will be made since their cost shall be incidental to other pertinent items specified in the Contract Drawings.

END OF SECTION

Page 100: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 PERMEABLE ARTICULATING CONCRETE BLOCK/MAT (P-ACB/M)

02650 - 1

SPECIAL PROVISIONS: DIVISION 2 – PUBLIC FACILITIES AND SITE WORK SECTION 02650 PERMEABLE ARTICULATING CONCRETE BLOCK/ MAT (P-ACB/M) PART 1 – GENERAL

(a) Definitions

1. AACSSC: Anne Arundel County Standard Specifications for Construction, latest edition, and all applicable supplements and addenda pertaining thereto.

2. Engineer: Engineer, as used in the Anne Arundel County Specifications for Construction, shall refer to the County Project Manager or his authorized representative.

3. County: County, as used herein, shall refer to the Anne Arundel County Department of Public Works County Project Manager or his authorized representative.

(b) Related work not included in this Section consists of the following:

1. AACSSC Section 02610 provided under “Subgrade Preparation.”

2. AACSSC Section 02621 provided under “Aggregate Base and Sub-Base.”

3. AACSSC Section 02722 provided under “Pavement Marking.”

4. Section 02100 provided under “Site Preparation.”

5. Section 02200 provided under “Earthwork.”

6. Section 03302 provided under “Cast-in-Place Concrete (Minor Construction).”

(c) The Contractor shall furnish all labor, materials, equipment, and incidentals required and perform all operations in connection with the installation of articulating concrete mats in accordance with the grades, design and dimensions shown on the Contract Drawings and as specified herein.

(d) Submittal 1. The Contractor shall submit to the engineer all manufacturer's

performance research results and calculations in support of the permeable articulating concrete block/mat (P-ACBM) system and geotextile proposed for use.

2. The Contractor shall furnish manufacturer's certificates of compliance for

the permeable articulating concrete blocks/mats, revetment cable, and any

Page 101: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 PERMEABLE ARTICULATING CONCRETE BLOCK/MAT (P-ACB/M)

02650 - 2

revetment cable fittings and connectors to the engineer prior to the start of mat fabrication.

3. The Contractor shall furnish to the engineer all manufacturer's

specifications, literature, shop drawings for the fabrication of the mats, and recommendations, if applicable, that are specifically related to this project, 14 days prior to assembly of the permeable articulating concrete block/mats.

PART 2 – PRODUCTS

(a) AACSSC sections 02100.02; section 02200.02 and section 02722.02 applies to this section.

(b) General

Permeable articulating concrete block/mats shall be premanufactured of individual concrete blocks with specific stormwater runoff capacities, bound into mats by the use of revetment cables. The mats shall arrive at the jobsite assembled according to lengths and widths as specified on the shop drawings.

Individual blocks in the articulating concrete mats shall be staggered, beveled, and interlocked for enhanced stability. The mats shall be constructed of closed cell blocks with an arched storage chamber for additional stormwater storage as shown on the contract drawings. Parallel strands of cable shall extend through two (2) ducts in each block in a manner which provides for longitudinal binding of the blocks within the mats. Each row of blocks shall be laterally offset by one-half block width from the adjacent row so that any given block is cabled to four other blocks (two in the row above and two in the row below). Six adjacent blocks shall also surround each block.

Each block shall incorporate interlocking surfaces that prevent lateral displacement of the blocks within the mats when they are lifted by the longitudinal revetment cables. The interlocking surfaces must not protrude beyond the perimeter of the blocks to such an extent that they reduce the flexibility or articulating capability of the articulating concrete mats or become damaged or broken when the mats are lifted during shipment or placement. Once the mats are in place, the interlocking surfaces shall prevent the lateral displacement of the blocks even if the cables should become damaged or removed. The mats must be able to flex a minimum of 10 degrees between any given row and column of blocks in the uplift direction.

The cables shall be inserted into the mats in such a manner to form lifting loops at one end of the mat with the corresponding cable ends spliced together to form a lifting loop at the other end of the mat with sleeves approved by the engineer.

Page 102: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 PERMEABLE ARTICULATING CONCRETE BLOCK/MAT (P-ACB/M)

02650 - 3

Infiltration Performance: The P-ACB/M will only be accepted when accomplished by documented third party surface infiltration performance characteristics based on ASTM C1701/C1701M-09. The surface infiltration rate shall be no less than 4,000 inches per hour on an outdoor working surface, with typical base material utilized for the test.

Structural Performance: The design of the P-ACB/M shall be capable of supporting AASHTO HS-20 and H-20 truck loading. The blocks should be analyzed as unreinforced concrete arches supporting a uniform truck tire load with impact per AASHTO standards.

(c) Cellular Concrete Blocks

1. Materials

A. Cementitious Materials – Materials shall conform to the following applicable ASTM specifications:

1. Portland Cements - Specification C 150, for Portland

Cement.

2. Blended Cements - Specification C 595, for Blended

Hydraulic Cements.

3. Hydrated Lime Types - Specification C 207, for Hydrated

Lime Types.

4. Pozzolans - Specifications C 618, for Fly Ash and Raw or

Calcinated Natural Pozzolans for use in Portland Cement Concrete.

B. Aggregates shall conform to the following ASTM specifications,

except that grading requirements shall not necessarily apply:

1. Normal Weight - Specification C 33, for Concrete

Aggregates.

2. Physical Requirements

A. At the time of delivery to the work site, the units shall conform to

the physical requirements prescribed below.

Page 103: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 PERMEABLE ARTICULATING CONCRETE BLOCK/MAT (P-ACB/M)

02650 - 4

TABLE 1. PHYSICAL CHARACTERISTICS

Compressive Strength (average of 3 units)

Min. psi = 4,000, mpa = 27.6

Water Absorption (average of 3 units) Max. lb/ft3 = 10, kg/m3 = 160

3. Visual Inspection A. All units shall be sound and free of defects that would interfere

with the proper placing of the unit or impair the strength or permanence of the construction. Surface cracks incidental to the usual methods of manufacture, or surface chipping resulting from customary methods of handling in shipment and delivery, shall not be deemed grounds for rejection.

B. Cracks exceeding 0.25 inches in width and/or 1.0 inch in depth

shall be deemed grounds for rejection. C. Blocks rejected prior to delivery from the point of manufacture

shall be replaced at the manufacturer's expense. Blocks rejected at the job site shall be replaced at the expense of the Contractor.

4. Sampling and Testing

A. The County or County’s representative shall be accorded proper

access to the manufacturer to inspect and sample the permeable concrete blocks at the place of manufacture from lots ready for delivery.

5. Expense of Tests

Additional testing, if required, other than that provided by the manufacturer, shall be borne by the Contractor.

6. Manufacturer

The permable articulating concrete block mat shall be PaveDrain® or

approved equal, as represented by:

LOCALLY NATIONALLY Ernest Maier, Inc. PaveDrain, LLC 4700 Annapolis Road PMB 292 – 7245 S. 76th St.

Page 104: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 PERMEABLE ARTICULATING CONCRETE BLOCK/MAT (P-ACB/M)

02650 - 5

Bladensburg, MD 20710 Franklin, WI 53132-9041 PH. (301) 927-8300 PH. (414) 423-6531 www.emcoblock.com www.pavedrain.com

The permeable articulating concrete mats shall have the following nominal characteristics as identified on the plan:

STORAGE BLOCK WEIGHT BLOCK SIZE (in.) CHAMBER CLASS TYPE Lbs./Sq.Ft. Length Width Height Volume (in.) S6-45 Closed 40-45 11.9 12.00 5.65 1.0 (d) Size of Permeable Articulating Concrete Block/Mats If the permeable articulating concrete blocks/mats cables and fittings shall be

fabricated at the manufacturer’s plant or another approved location into mats with a width of up to eight (8) feet and a length of up to thirty-six (36) feet or approved by the Engineer.

(e) Revetment Cable and Fittings

Polyester Revetment Cable and fittings. Revetment cable shall be constructed

of high tenacity, low elongating, continuous filament polyester fibers. Cable shall consist of a core construction comprised of parallel fibers contained within an outer jacket or cover. The weight of the parallel core shall be between 65% to 70% of the total weight of the cable. The revetment cable shall have the following physical characteristics listed below.

Nominal Approx. Ave. Weight/100 ft.

Cable Diam. - Circum. Strength Lbs. Min. lbs. Max Lbs. 1/4" - 20mm 3,700 2.47 2.74 5/16" - 27mm 7,000 3.99 4.42 3/8" - 30mm 10,000 4.75 5.26 1/2" - 40mm 15,000 8.93 9.90

NOTE: Polyester cable shall be determined by the supplier as specified on the

shop drawings, based on the size of the mats to be placed. Elongation requirements specified below are based upon stabilized new, dry,

cable. Stabilization refers to a process in which the cable is cycled fifty (50) times between a load corresponding to 200D2 and a load equal to 10%, 20%, or 30% of the cables approximate average breaking strength. Relevant elongation values are as shown in the table below. The tolerance on the values is + 5%.

Page 105: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 PERMEABLE ARTICULATING CONCRETE BLOCK/MAT (P-ACB/M)

02650 - 6

% Breaking Strength 10% 20% 30% Permanent Elongation (while working) 0.7 1.8 2.6 Elastic Elongation 0.6 1.4 2.2 Total Stretch 1.3 3.2 4.8

The revetment cable shall exhibit good to excellent resistance to most

concentrated acids, alkalis, and solvents. Cable shall be impervious to rot, mildew and degradation. The materials used in the construction of the cable shall not be affected by continuous immersion in stormwater runoff.

Selection of cable and fittings shall be made in a manner that insures a safe design

factor for mats being lifted form both ends, thereby forming a catenary. Consideration shall be taken for the bending of the cables around hooks or pins during lifting. Revetment cable splicing fittings shall be selected so that the resultant splice shall provide a minimum of 60% of the minimum rated cable strength. Fittings such as sleeves and stops shall be aluminum and washers shall be galvanized steel unless otherwise shown on the Contract Drawings.

(f) Geotextile Fabric: Non-woven geotextile fabric shall be Mirafi 180N or an

approved equal. (g) Pave Drain End Cap: End caps shall be made from 100% recycled tires as

manufactured by the P-ACB/M supplier. (h) Concrete Curb: Concrete curb for edge constraints shall be in accordance with

Section 03302 provided under “Cast-In-Place Concrete (Minor Construction).

PART 3 – EXECUTION

(a) AACSSC Sections 02610.03; 02621.03 and 02722.03 applies to this Section.

(b) Shop Drawings

1. After checking and verifying all field measurements, the Contractor will submit to the Engineer for approval six (6) copies of all shop drawings. Specifically, the shop drawings for the permeable articulating concrete block mats (P-ACB/M) shall detail the “best” layout for the matted blocks (both arched and solid blocks along the road curves), the arched and solid individual and matted Pave Drain units, and end caps, as-well-as the additional standard details associated with the P-ACB/M system.

2. At the time of each submission, the Contractor will, in writing, call the

County’s attention to any deviations that the shop drawing or sample may have from the requirements of the Contract Documents.

Page 106: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 PERMEABLE ARTICULATING CONCRETE BLOCK/MAT (P-ACB/M)

02650 - 7

3. The County or County’s Representative will check and approve with

reasonable promptness shop drawings and samples, but his checking and approval shall be only for conformance with the design concept of the project and for compliance with the information given in the Contract Documents. The Contractor will make any corrections required by the County and return the required number of samples. The approval of a separate item as such will not indicate approval of the assembly in which the item functions.

4. NO WORK REQUIRING A SHOP DRAWING OR SAMPLE

SUBMISSION SHALL BE PROCEEDED WITH UNTIL THE SUBMISSION HAS BEEN APPROVED BY THE COUNTY OR COUNTY’S REPRESENTATIVE.

5. The Engineer’s and County’s approval of shop drawings or samples shall

not relieve the Contractor from his responsibility for any deviations from the requirements of the Contract Documents unless the Contractor has in writing called the County’s attention to such deviations at the time of submission and the County has given written approval to the specific deviation, nor shall it relieve the Contractor from errors or omissions in the shop drawings.

(c) Foundation and Preparation

General. Areas on which permeable articulating concrete block/mats are to be placed shall be constructed to the lines and grades shown on the Contract Drawings and to the tolerances specified in the Contract Documents, and approved by the Engineer. P-ACB/M shall be placed prior to placement hot mix asphalt pavement.

Grading. The aggregate bedding layer shall be graded to a smooth plane surface

to ensure intimate contact is achieved between the legs of the permeable articulating concrete block/mats and the aggregate bedding layer. A small plate compactor is recommended.

Inspection. Immediately prior to placing the permeable articulating concrete

block/ mats the prepared area shall be inspected by the Contractor’s geotechnical Engineer, the Engineer, the County's representative. No blocks/mats shall be placed thereon until that area has been approved by the County. All P-ACB/M subgrade areas shall be inspected and proofrolled in accordance with Appendix C – Geotechnical Evaluation.

Page 107: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 PERMEABLE ARTICULATING CONCRETE BLOCK/MAT (P-ACB/M)

02650 - 8

(d) Placement of Permeable Articulating Concrete Blocks/Mats General. Permeable articulating concrete block/mats, shall be constructed within

the specified lines and grades shown on the contract drawings and detailed on the Contractor’s shop drawings approved by the County.

Placement. The permeable articulating concrete block/mats shall be placed on

the aggregate bedding layer so as to produce a smooth plane surface. No individual block within the plane of placed articulating concrete mats shall protrude more than one-quarter inch of an inch or as otherwise specified by the Engineer. The concrete curb at grade shall be constructed prior to placement of the P-ACB/M.

If installed in mats the permeable articulating concrete block/mats shall be

attached to a spreader bar or other conventional device to aid in the lifting and placing of the mats in their proper position by the use of a crane or other approved equipment. The equipment used should be adequate capacity to place the mats without bumping, dragging, or otherwise damaging the aggregate bedding layer. The mats shall be “zippered” together forming a seamless mat to mat connection.

Consultation. The manufacturer or representative of the permeable articulating

concrete blocks/mats shall provide construction advice during the installation phases of the project at no additional cost to the County.

Finishing. The joints between the P-ACB/M do not require backfilling with smaller aggregates or sand in order to function properly. The joints are meant to be left open.

PART 4 - MEASUREMENT FOR PAYMENT

(a) No measurement for Payment for these items of work will be made since their costs shall be included in the lump sum basis for Bid Item Number 33.

END OF SECTION

Page 108: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 TIMBER PIERS, PILES AND PLATFORM

02700 - 1

SPECIAL PROVISIONS: DIVISION 2 - PUBLIC FACILITIES AND SITEWORK SECTION 02700 TIMBER PIERS, PILES AND PLATFORM

PART 1 - GENERAL

(a) The Contractor shall furnish all labor, materials and equipment necessary to construct the timber boarding piers in addition to driving the timber piles and constructing the platform for the navigation light shown on the Drawings, as described in these Specifications and as directed by the County or the County's Representative.

(b) The Contractor shall adhere to the terms of the various permits issued to this

project. This shall include permits from the U. S. Army Corps of Engineers, Maryland Department of the Environment, Anne Arundel County and any other applicable permits.

(c) The Contractor shall give all notices and comply with all laws, ordinances, rules

and regulations applicable to work. If the Contractor observes that the Specifications and/or Drawings are at variance therewith, he will give the County prompt written notice thereof. If the Contractor performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to the County, he will bear all costs arising therefrom.

(d) Included elsewhere in these specifications are copies of construction permits

which are required to be available at the construction site. They are included for the Contractor’s convenience, compliance and guidance, but the engineering sketches and notes are approximate and suitable only for permit purposes and shall attach no significance to volumes mentioned in these permits, but shall compute his own.

(e) Related work not included in this Section consists of the following:

1. Section 02701 provided under “Wingwalls and Jetty”.

2. Section 02702 provided under “Stonework”.

Part 2 - Products

(a) Timber: All timber shall be Southern Yellow Pine unless otherwise approved by the County or County’s Representative. Virginia Pine is not acceptable. Timber shall be free from all defects which will impair its strength and durability. All timber shall comply with the following specifications.

Page 109: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 TIMBER PIERS, PILES AND PLATFORM

02700 - 2

1. Round Timber Piles:

A. General Quality: Piles shall meet the requirements of the ASTM D25 "Standard Specifications for Round Timber Piles", except as modified by the Drawings and Specifications.

Piles shall be cut from sound, live trees and shall be free from

decay and insect attack. Piles shall be cut above the ground swell and have a gradual taper from the butt to the tip or from three feet below the butt to the tip as specified on the Drawings.

Piles shall be free from defects such as holes, scars, checks,

shakes, splits, twist of grain, compression wood and knots as required by ASTM Specification D25.

B. Sizes: In place length of piles, minimum butt and tip diameter,

minimum butt and tip circumferences, and pile taper shall be as specified in the Drawings. Pile length shall be sufficient to achieve 10 tons minimum bearing on each pile. Prior to the ordering of the piles and sheeting, five (5) – Forty (40’) foot long test piles (12”-3’ from butt, 8” minimum tip) shall be driven where shown on the drawings at the permanent position at the jetty/wingwall piles. These piles are to verify the pile design lengths shown on the drawings. In the event that the pile lengths are changes, the contract price shall be changed in accordance with the Contingent Unit Price Bid Items shown in the proposal.

C. Sapwood: Piles shall have a minimum sapwood thickness of three

(3.0) inches. The sapwood shall be measured continuously along the radius at mid-point of length and at the butt of the pile.

D. Straightness: Piles shall be within a straightness requirement

where a line drawn from the center of the tip to the center of the butt does not fall outside the center of the pile at any point by more than 1 1/4% of the length of the pile.

E. Peeling and Cutting: Prior to treatment, piles shall be clean peeled

of all outer bark and at least a minimum of 80% of the inner bark. The butts and tips of piles shall be sawed square with the axis of the pile. The allowable tolerance shall be 10% from square.

2. Lumber: All timbers, dimension lumber, and boards shall be graded and

carry an identifiable grade mark in accordance with the Grading Rules of the Southern Pine Inspection Bureau. The in place length of lumber shall be as shown on the Drawings. Lumber shall comply with the following specifications.

Page 110: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 TIMBER PIERS, PILES AND PLATFORM

02700 - 3

A. Deck , Rubbing Boards and Fascia Boards: Grade No. 1 minimum

and surfaced on four sides (S4S). B. Butt Blocks, Beams, Stringers, Bracing and Spacer Blocks: Grade

No. 1 minimum and surfaced on two edges (S2E).

(b) Hardware: Hardware to be used for the construction of the timber platforms shall be manufactured from good, commercial quality material and shall meet the minimum requirements of the following specifications:

1. Rods, Bolts and Nuts: All rods, bolts and nuts shall conform to ASTM

Specification A-307 for Grade A Steel and shall have hexagonal heads. 2. NYDD and Standard Cut Washers shall be fabricated from a commercial

grade steel and conform to ASTM Specification Designation F 844-83 with the exception that galvanizing shall be as specified below.

3. Spikes and Nails: Shall be either the common wire type or annular where

specified on the drawing and shall meet AISI Specification 1010 or 1020 for steel.

4. Spike Grids: Shall meet ASTM Specification A-47, Grade 32510 for

malleable iron castings. 5. Tie-Down Straps: Shall be 18-gauge steel capable of withstanding a

minimum uplift load of 520 pounds. 6. Steel Sections: Shall conform to ASTM A-36 for Grade A Steel unless

otherwise specified and shall be hot dipped galvanized. 7. Threads on all fasteners shall be of the rolled type. All bolts and rods shall

show 1/4 inch of thread on the outside face of the nuts. 8. All of the above hardware, except for tie-down straps, shall be hot-dipped

galvanized in accordance with ASTM designation A-153. The zinc coating shall be Class A, 2.0 ounces of zinc per square foot of hardware surface. Tie down straps shall be 316 stainless steel.

(c) Weather Guards:

1. All exposed vertical pile tops shall be covered with conical black plastic pile caps. They shall be molded from 3/16 inch thick, ultra-violet resistant, low-density polyethylene as approved by the County or County’s Representative.

Page 111: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 TIMBER PIERS, PILES AND PLATFORM

02700 - 4

2. All covered pile tops under boarding piers shall be trimmed as shown on the plans and the end grains treated Bitumastic No. 300-M and coated with 1/8 inch asphalt roofing cement. Asphalt roofing cement shall be high grade, waterproof cement, easily spread by trowel to 1/8 inch in one coat, meeting Federal Specifications SS-C-153 Type I, Class B. Use Clipper Ship Roofing Cement MP51 or equivalent.

3. All field cuts shall be treated with Bitumastic No. 300-M (Black) as

manufactured by Koppers Company, Inc., Pittsburgh, Pennsylvania, 15219.

(d) Miscellaneous Materials:

1. Ladder shall be heavy duty 300 lb. capacity aluminum dock ladder with non-skid steps and all shop-welded construction with the bottom step positioned one (1’) foot below the Mean Low Water (MLW) elevation. Ladder shall be attached to the pier in accordance with the manufacturers instructions and as directed by the County or County’s Representative.

2. All field cuts, trimmed areas and holes shall be treated with Bitumastic

No. 300-M (Black) as manufactured by Koppers Company, Inc., Pittsburgh, Pennsylvania, 15219. All coatings shall be done in accordance with the manufacturer's instructions.

3. Safety stations shall consist of life ring mounting strap and a fire

extinguisher cabinet manufactured by Hypower or an approved equal (telephone 1-800-825-3379). Life rings shall be 30” diameter, orange, U.S. Coast Guard approved life rings. Fire extinguishers shall be 5 lbs. as required in NFPA 10 “Standard for Portable Fire Extinguishers”.

4. Solar Powered Navigation Light: shall be Tideland Solarchan- 155/24

Unitized Light System consisting of ML-155 MaxLumina Marine Lantern Assembly with 155mm Clear acrylic Fresnel lens, fiberglass lantern base, six (6) point fastening, MaxiHALO-60 II (clear/white) LED replacement light source, programmed for FL2.5S flash code (0.3 on/2.2 off), and sunswitch. Unit shall be equipped with S-1-10/12V solar system consisting of one (1) BPSX-10/12 module with charge controller and connected to one (1) V12MF (12 Volt, 105 ampere hour) rechargeable battery in the FG-2/12 fiberglass battery box. Complete system shall be mounted on hot-dipped galvanized steel rectangular base with 48” high predrilled flanged stanchion.

(e) Treatment: All piles and lumber shall be treated with preservative by the pressure

process in accordance with the following requirements.

Page 112: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 TIMBER PIERS, PILES AND PLATFORM

02700 - 5

1. Piles and lumber shall be squared to length in accordance with the Drawings before treatment.

2. CCA Treatment: All piles, platform bracing, beams, butt blocks, stringers,

fascia boards and spacer blocks shall be pressure treated with Chromated Copper Arsenate (CCA) Type C in accordance with the requirements of the American Wood Preservers Association. Standard P5 to a final net retention of not less than 2.5 lbs. of chromated copper arsenate per cubic foot of wood as determined by chemical assay according to AWPA Standard A2.

3. MCA Treatment: The deck and rubbing board shall be treated with

Micronized Copper Azole (MCA) in accordance with the requirements of the American Wood Preservers Association, Standard P5 to a minimum net retention of 0.24 lb. per cubic foot of wood or as determined by chemical assay in accordance with AWPA Standard C2.

4. In general, treated materials shall be branded or tagged after treatment for

identification. Branding of piles shall be accomplished three feet from the butt by burning on the surface with legible lettering the supplier's brand, plant designation, date of treatment, species of timber, type of preservative and retention of preservative. Lumber shall be bundled and tagged with the appropriate information.

(f) Certification: Prior to delivery of materials to the construction site, the Contractor

shall supply to the County or County’s Representative the following certifications:

1. A notarized Certificate attesting to the fact that all timber meets the

requirements of the Drawings and Specifications as to species, grade, strength, finish and size.

2. A notarized Certificate of Treatment from the supplier indicating that all

timber meets the Specifications as to type of CCA or MCA treatment used, method of application and final net retention by assay in pounds per cubic foot. The Certificate shall include the number of pieces involved and their description. Accompanying the Certificate shall be a copy of the Charge Report and a copy of the chart obtained from the combination recorder. A date shall be shown when the gauges and recorder were certified by a particular inspection agency.

3. A notarized Certificate indicating that all hardware (bolts, washers, rods,

etc.) meet these specifications as to galvanizing and steel type. The certificate shall list the materials in detail.

Page 113: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 TIMBER PIERS, PILES AND PLATFORM

02700 - 6

(g) Inspection and Testing:

1. All materials are subject to initial inspection and testing by an independent firm acceptable to the County or County’s Representative in order to insure compliance with the Drawings, Specifications, AWPA Standards and other specified standards.

2. This independent firm shall specialize in the inspection and testing of

timber materials and will be retained to provide these services by the Contractor or material supplier.

3. Inspection and testing of timber materials from approved treatment plants

within a 120-mile radius of Annapolis, Maryland shall be performed by the Engineer and/or an independent firm retained by the Engineer.

4. Inspection and testing of timber materials from approved treatment plants

outside a 120-mile radius of Annapolis, Maryland shall be performed by an independent firm retained by the Contractor and/or the material supplier.

5. The inspection and testing of timber materials shall be carried out in

accordance with the Grading Rules of the Southern Pine Inspection Bureau and the AWPA Standard M2. These inspections shall be performed before treatment and after treatment, preferably on complete order and only at the treating plants.

6. If the Contractor chooses to obtain timber materials from a treatment plant

located OUTSIDE the established limits, all costs relating to the inspection and testing of these materials shall be borne by him and/or the material supplier, and shall be included in the unit price bid for the project.

7. In cases where the treatment is WITHIN the established limits, the

Contractor or material supplier shall notify the County or County’s Representative prior to treatment and after treatment when the timber materials are ready for inspection and testing.

8. In ordering materials, the Contractor is required to notify the County or

County’s Representative of the source from which he proposes to obtain all timber materials. He shall make available to the material supplier (and independent firm, if applicable) copies of the project Drawings and Specifications.

9. Acceptance or rejection of materials shall be made on the basis of

adherence to the specified standards. Rejected materials shall be replaced and/or retreated. The cost of inspecting replaced or retreated materials shall be incurred by the treating plant. An independent inspection agency

Page 114: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 TIMBER PIERS, PILES AND PLATFORM

02700 - 7

acceptable to the County or County’s Representative shall be retained for this purpose.

10. Notwithstanding the inspection of materials at the treatment plant, the

County or County’s Representative reserves the right to reject any individual timber pieces not meeting the specified requirements. The Contractor shall be responsible for the replacement of any materials rejected at the project site.

11. Accepted timber materials shall be identified by hammering with an

identifiable mark as evidence of inspection and testing. All required paperwork including certificates and test reports shall be made available to the County or the County's Representative prior to the release of the materials from the treating plant. Materials shall not be delivered to the project site without prior notification and approval of the County or the County's Representative.

PART 3 - EXECUTION

(a) General: Complete descriptions of timber pile driving equipment including hammers, extractors, protection caps and other installation appurtenances and procedures shall be submitted to the County or County’s Representative and approved prior to the start of the work and no more than 15 work days following the pre-construction meeting.

(b) Storage of Materials:

The method of storing and handling materials at the construction site shall be such as to avoid injury and to protect them against the weather. Piles shall be arranged so that they are not subjected to unequal forces which will tend to twist or warp them. Lumber shall be stored 12 inches above the ground to provide ventilation, piled to shed water and to prevent warp. The County or County’s Representative may require suitable covering to protect the materials from the weather.

(c) Method of Construction:

1. All piles and lumber whenever possible shall be cut to size, trimmed and bored before assembly.

2. All field cuts, trimmed areas and holes shall be given three coats of

Bitumastic No. 300-M (Black) in accordance with the manufacturer's instructions.

3. All piles as shown on the drawings shall be driven by gravity, vibratory,

(except test piles) or diesel hammer as approved by the County or the

Page 115: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 TIMBER PIERS, PILES AND PLATFORM

02700 - 8

County's Representative. Any hammer which does not perform satisfactorily on piles being driven, regardless of prior approval, shall be replaced by a hammer acceptable to the County or the County's Representative. Driving shall be continuous without intermission until the pile has been driven to the required penetration. In general, the penetration for any pile shall not be less than shown on the Plans even in hard materials. Jetting or augering is permissible in hard materials, if approved by the County or the County's Representative, but the last 2 feet of penetration must be driven without damage to the pile. In any event, the penetration of the piles shall be such as to give a minimum safe bearing value of 10 tons unless otherwise approved by the Engineer. The test piles shall not be driven unless the County or County’s Representative is at the site. Jetting will not be permitted in soft material. If necessary, steel tips shall be added to the piles to facilitate driving in hard material.

4. Each pile is expected to provide adequate pile bearing capacity. If during

driving operations the Contractor finds inadequate bearing on piles, he shall stop driving and immediately contact the County or the County's Representative. The Contractor is advised that in the event that the length of piles shown on the Drawings is found to be inadequate on the basis of bearing value, longer replacement piles may be required. It is anticipated that the replacement piles may be up to 50% longer than the piles shown on the Drawings. Conversely, in the event that the length of piles shown on the drawings is found to be excessive on the basis of bearing value (>30 tons), shorter replacement piles may be allowed. It is anticipated that the shorter replacement piles may be up to 25% shorter than the piles shown on the Drawings. These piles shall be installed as directed by the County or the County's Representative. Payment for replacement piles shall be in accordance with the Contingent Unit Price Bid Item shown in the proposal.

5. Broken or shattered piles shall not be accepted. Piles shall not be more

than 3 inches out of place and not more than 2% out of plumb. Piles damaged by overdriving or which do not conform to the above tolerances shall be removed and replaced with new piles at the Contractor's expense.

6. During driving, the top of piles shall be protected from damage by using a

head or cap. The head or cap shall cover the entire surface of the top of the pile. Trimming the top of the pile to fit the cap shall be kept to a minimum. Damage to the top of the pile shall be restricted to the top 6 inches.

7. After driving, the length of pile remaining above the elevation of cutoff

shall not be more than 6 inches for damaged piles. The top of piles shall be sawed to a true plane of elevation fixed by the Drawings. Cutoff of piles shall not take place without the approval of the County or the

Page 116: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 TIMBER PIERS, PILES AND PLATFORM

02700 - 9

County's Representative. If the pile tops are not damaged, full length driving will be required. Pile tops shall then be trimmed and waterproofed.

8. In order to ensure minimal trimming of pile tops for proper fit of the pile

cap, the Contractor shall measure each pile butt after cut-off and prior to ordering respective pile caps. The method of measuring pile tops shall consist of taking the average of the minimum and maximum diameter per pile and ordering the individual caps to the least half or whole inch increment. Pile tops shall be evenly beveled as necessary to fit the caps and the end of the grains treated with Bitumastic 300-M. Drill 5/32 inch pilot holes not more than 2” o/c around the circumference of the cap skirt. The cap will then be fastened in place with 10 gauge, 1-1/4 inch copper roofing nails.

9. All materials shall be accurately assembled, set, regularly spaced, and

coursed; and they shall be true to line, even, square, plumb, tight and level. 10. In the installation of bolts, all bolt holes through the piles and lumber shall

be a minimum diameter to assure a tight and driving fit. Holes shall be of a diameter such that bolts are inserted by light tapping. All counterbored holes for the installation of washers shall not be more than 1.0 inch in depth.

11. All bolts shall have a ¼ inch length of thread outside the face of all nuts

after tightening, cutting and trimming of bolt ends is completed. 12. The spike grids shall be placed between structural members where shown

on the plans and fastened in accordance with the manufacturer’s instructions.

13. Tie-down straps shall be placed at the stringer/ beam interface in

accordance with the manufacturer’s instructions. 14. The decking shall be placed as shown on the drawings. To prevent

splitting of the ends of the lumber, pilot holes at the ends of the decking shall be drilled prior to nailing to the stringers. The Contractor shall place the wood grain rings of the decking down on the stringers.

15. The warning sign shall be attached to the pile and the platform for the

solar powered light and shall be constructed as shown on the drawings. The light and accessories shall be assembled and attached to the platform in accordance with the manufacturer’s instructions.

16. The ladders and safety stations shall be attached to the piers in accordance

with the manufacturer’s instructions.

Page 117: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 TIMBER PIERS, PILES AND PLATFORM

02700 - 10

PART 4 – MEASUREMENT FOR PAYMENT

(a) No measurement for payment of items of work will be made since their cost shall be incidental to other pertinent items specified in the Contract Drawings.

- END OF SECTION -

Page 118: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 WINGWALLS AND JETTIES 02701- 1

SPECIAL PROVISIONS: DIVISION 2 - PUBLIC FACILITIES AND SITEWORK SECTION 02701 WINGWALLS AND JETTIES

PART 1 - GENERAL

(a) The Contractor shall furnish all labor, materials and equipment necessary to construct the bulkhead and wingwalls as shown on the Drawings, as described in these Specifications and as directed by the County or the County's Representative.

(b) The Contractor shall adhere to the terms of the various permits issued to this

project. This shall include permits from the U. S. Army Corps of Engineers, Maryland Department of the Environment, Anne Arundel County and any other applicable permits.

(c) The Contractor shall give all notices and comply with all laws, ordinances, rules

and regulations applicable to work. If the Contractor observes that the Specifications and/or Drawings are at variance therewith, he will give the County prompt written notice thereof. If the Contractor performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to the County, he will bear all costs arising therefrom.

(d) Included elsewhere in these Specifications are copies of construction permits

which are required to be available at the construction site. They are included for the contractor’s convenience, compliance and guidance, but the engineering sketches and notes are approximate and suitable only for permit purposes and shall attach no significance to volumes mentioned in these permits, but shall compute his own.

(e) Related work not included in this Section consists of the following: 1. Section 02100 provided under “Site Preparation.”

2. Section 02200 provided under “Earthwork”.

3. Section 02700 provided under “Timber Piers, Piles and Platforms”. 4. Section 03022 provided under “Cast-in-Place Concrete”.

(f). Related Documents: The general provisions of the Contract, “ASTM Standards

in Building Codes”, latest edition; the Geotechnical Evaluation in Appendix C and all applicable supplements and addenda pertaining thereto apply to this section.

Page 119: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 WINGWALLS AND JETTIES 02701- 2

PART 2 - PRODUCTS (a) Timber: All timber shall be Southern Yellow Pine unless otherwise approved by

the County or County’s Representative. Virginia Pine is not acceptable. Timber shall be free from all defects which will impair its strength and durability. All timber shall comply with the following specifications.

1. Round Timber Piles:

A. General Quality: Piles shall meet the requirements of the ASTM

D25 "Standard Specifications for Round Timber Piles", except as modified by the Drawings and Specifications. Piles shall be cut from sound, live trees and shall be free from decay and insect attack. Piles shall be cut above the ground swell and have a gradual taper from the butt to the tip or from three feet below the butt to the tip as specified on the Drawings. Piles shall be free from defects such as holes, scars, checks, shakes, splits, twist of grain, compression wood and knots as required by ASTM Specification D25.

B. Sizes: In place length of piles, minimum butt and tip diameter,

minimum butt and tip circumferences, and pile taper shall be as specified in the Drawings. Pile length shall be sufficient to achieve 10 tons minimum bearing on each pile. Prior to ordering the piles and sheeting, five (5) Forty (40’) foot long test piles (12”-3’ from butt, 8” minimum tip) shall be driven where shown on the drawings at the permanent position of the wingwall/jetty piles. These piles are to verify the pile and sheeting design lengths shown on the drawings. In the event that the pile and sheeting lengths are changed, the contract price shall be changed in accordance with the Contingent Unit Price Bid Items shown in the proposal.

C. Sapwood: Piles shall have a minimum sapwood thickness of three

(3.0) inches. The sapwood shall be measured continuously along the radius at mid-point of length and at the butt of the pile.

D. Straightness: Piles shall be within a straightness requirement

where a line drawn from the center of the tip to the center of the butt does not fall outside the center of the pile at any point by more than 1 1/4% of the length of the pile, or shall be entirely within the body of the pile, whichever is less.

E. Peeling and Cutting: Prior to treatment, piles shall be clean

peeled of all outer bark and at least a minimum of 80% of the inner

Page 120: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 WINGWALLS AND JETTIES 02701- 3

bark. The butts and tips of piles shall be sawed square with the axis of the pile. The allowable tolerance shall be 10% from square.

2. Lumber: All timbers, dimension lumber, and boards shall be graded and

carry an identifiable grade mark in accordance with the Grading Rules of the Southern Pine Inspection Bureau. The in place length of lumber shall be as shown on the Drawings. Lumber shall comply with the following specifications.

A. Wheelstop, Wales, Batter Blocks and Butt Block: Grade No. 1

Dense, surfaced on four sides (S4S).

B. Liner and Capboard Deck: Grade No. 1 minimum, surfaced on four sides (S4S).

(b) Vinyl Sheet Piling

1. Sheet pile profile shall be manufactured with an interlocking feature that

ensures adjacent panels maintain alignment. The sheeting shall be homogeneous, uniform in color, free from visible cracks, and other defects. The material manufacturer shall have five (5) years minimum experience with manufacturing of vinyl sheet piling.

2. Acceptable manufacturers of vinyl sheet piling products are:

A. Shore Guard SG 650: Manufactured by CMI (Crane Materials International, Inc.), 4501 Circle 75 Parkway, Suite E-5370, Atlanta, GA 30339; 886-867-3762; [email protected]

B. Everlast ESP 8.5: Manufactured by Everlast Synthetic Products,

LLC, 100 Wyngate Parkway, Suite 100, Woodstock, GA 30189, 800-687-0036; [email protected]

3. Length: The length of piling furnished shall be adequate to provide the finished lengths shown on the drawings with the tops of the finished piling at the elevations called for on the drawings. Splicing of sheet piles will not be permitted.

4. The computed length of the wall may vary from the actual wall length

because of rolling tolerances, setting and driving practice. The vinyl sheet piling shall be straight and free from all defects either in web of interlock tending to impair its strength or durability. The methods of manufacture, storing, handling, and driving shall be that injury to the sheeting will be avoided. Piling which has been damaged during shipping or storing shall,

Page 121: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 WINGWALLS AND JETTIES 02701- 4

at the direction of the County or County’s Representative, be removed from the site of the work and be replaced with satisfactory piling.

5. Manufacturing facility shall have Impact Testing Capabilities (ASTM D-

4226) on site. Data and coupons from the test shall be provided to the County or County’s Representative upon request.

(c) Hardware: Hardware to be used for the construction of the wingwalls and jetties

shall be manufactured from good, commercial quality material and shall meet the minimum requirements of the following specifications:

1. Rods, Bolts and Nuts: All rods, bolts and nuts shall conform to ASTM

Specification A-307 for Grade A Steel and shall have hexagonal heads.

2. NYDD and Standard Cut Washers shall be fabricated from a commercial grade steel and conform to ASTM Specification Designation F 844 with the exception that galvanizing shall be as specified below.

3. Spikes and Nails: Shall be the annular wire type and shall meet AISI

Specification 1010 or 1020 for steel.

4. Threads on all fasteners shall be of the rolled type. All bolts and rods shall show 1/4 inch of thread on the outside face of the nuts.

5. All of the above hardware, shall be hot-dipped galvanized in accordance

with ASTM designation A-153. The zinc coating shall be Class A, 2.0 ounces of zinc per square foot of hardware surface.

(d) Weather Guards:

1. All exposed vertical pile and batter block tops shall be covered with black

plastic pile caps. They shall be molded from 3/16 inch thick, ultra-violet resistant, low-density polyethylene as approved by the County or County’s Representative.

2. All covered pile tops shall be trimmed as shown on the plans and the end

grains treated with Bitumastic 300-M and coated with 1/8 inch asphalt roofing cement.

3. Weather guards for top of batter piles and blocks shall be made by using

roofing tar paper. The tops of the batter piles shall be treated with Bitumastic 300-M coated within 1/8 inch minimum thickness of asphalt roofing cement and covered with tar paper prior to placement of the batter block.

Page 122: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 WINGWALLS AND JETTIES 02701- 5

4. Wale splices shall be treated with Bitumastic 300-M (Black) and coated with 1/8 inch minimum thickness of asphalt roofing cement.

5. All submerged vertical pile tops shall receive 1/8” inch minimum

thickness of epoxy no. A-788 Splash Zone Compound as manufactured by Kop-Coat, Inc. or an approved equal.

(e) Miscellaneous Materials:

1. All field cuts, trimmed areas and holes shall be treated with Bitumastic No. 300-M (Black) as manufactured by Koppers Company, Inc., Pittsburgh, Pennsylvania, 15219. All coatings shall be done in accordance with the manufacturer's instructions.

2. Asphalt roofing cement for coating covered pile tops, batter pile tops and

wale splices shall be a high grade, waterproof cement, easily spread by trowel to 1/8 inch in one coat, meeting Federal Specifications SS-c-153 Type 1, Class B. Use Clipper Ship Roofing Cement MP51 or equivalent.

3. Tar paper for weather guards on batter pile tops shall be the type classified

as roofing tar paper, weighing 50 lbs. per square, without granules, and approximately 1/8” thick. If 50 lbs. per square paper is available, two layers of 30 lbs. per square paper shall be applied with asphalt roofing cement spread on all paper surfaces as directed by the County or the County’s Representative.

(f) Treatment: All piles and lumber shall be treated with preservative by the

pressure process in accordance with the following requirements.

1. Piles and lumber shall be squared to length in accordance with the Drawings before treatment.

2. CCA Treatment:

A. All piles, wheelstops, wales and wale butt blocks shall be pressure

treated with CCA Type C in accordance with the requirements of the American Wood Preservers Association. Standard P5 to a final net retention of not less than 2.5 lbs. of chromated copper arsenate per cubic foot of wood as determined by chemical assay according to AWPA Standard A2.

B. The liner shall be C.C.A. Type C treated to a minimum net

retention of 1.0 lb. of chromated copper arsenate per cubic foot of wood as determined by chemical assay according to AWPA Standard A2.

Page 123: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 WINGWALLS AND JETTIES 02701- 6

3. MCA Treatment: A. The capboard shall be treated with Micronized Copper Azole

(MCA) in accordance with requirements of AWPA Standard P5 to a minimum net retention of 0.24 lb. per cubic foot of wood as determined by chemical assay in accordance with AWPA Standard C2.

4. In general, treated materials shall be branded or tagged after treatment for

identification. Branding of piles shall be accomplished three feet from the butt by burning on the surface with legible lettering the supplier's brand, plant designation, date of treatment, species of timber, type of preservative and retention of preservative. Lumber shall be bundled and tagged with the appropriate information.

(g) Certification: Prior to delivery of materials to the construction site, the

Contractor shall supply to the County or County’s Representative the following certifications:

1. A notarized Certificate attesting to the fact that all timber meets the

requirements of the Drawings and Specifications as to species, grade, strength, finish and size.

2. A notarized Certificate of Treatment from the supplier indicating that all

timber meets the Specifications as to type of CCA/MCA treatment used, method of application and final net retention by assay in pounds per cubic foot. The Certificate shall include the number of pieces involved and their description. Accompanying the Certificate shall be a copy of the Charge Report and a copy of the chart obtained from the combination recorder. A date shall be shown when the gauges and recorder were certified by a particular inspection agency.

3. A notarized Certificate indicating that all hardware (bolts, washers, rods,

etc.) meet these specifications as to galvanizing and steel type. The certificate shall list the materials in detail.

(h) Inspection and Testing:

1. All materials are subject to initial inspection and testing by an independent

firm acceptable to the County or County’s Representative in order to insure compliance with the Drawings, Specifications, AWPA Standards and other specified standards.

Page 124: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 WINGWALLS AND JETTIES 02701- 7

2. This independent firm shall specialize in the inspection and testing of timber materials and will be retained to provide these services by the Contractor or material supplier.

3. Inspection and testing of timber materials from approved treatment plants

within a 120-mile radius of Annapolis, Maryland shall be performed by the Engineer and/or an independent firm retained by the Engineer.

4. Inspection and testing of timber materials from approved treatment plants

outside a 120-mile radius of Annapolis, Maryland shall be performed by an independent firm retained by the Contractor and/or the material supplier.

5. The inspection and testing of timber materials shall be carried out in

accordance with the Grading Rules of the Southern Pine Inspection Bureau and the AWPA Standard M2. These inspections shall be performed before treatment and after treatment, preferably on complete order and only at the treating plants.

6. If the Contractor chooses to obtain timber materials from a treatment plant

located OUTSIDE the established limits, all costs relating to the inspection and testing of these materials shall be borne by him and/or the material supplier, and shall be included in the unit price bid for the project.

7. In cases where the treatment is WITHIN the established limits, the

Contractor or material supplier shall notify the Engineer prior to treatment and after treatment when the timber materials are ready for inspection and testing.

8. In ordering materials, the Contractor is required to notify the County or

County’s Representative of the source from which he proposes to obtain all timber materials. He shall make available to the material supplier (and independent firm, if applicable) copies of the project Drawings and Specifications.

9. Acceptance or rejection of materials shall be made on the basis of

adherence to the specified standards. Rejected materials shall be replaced and/or retreated. The cost of inspecting replaced or retreated materials shall be incurred by the treating plant. An independent inspection agency acceptable to the County or County’s Representative shall be retained for this purpose.

10. Notwithstanding the inspection of materials at the treatment plant, the

County or County’s Representative reserves the right to reject any individual timber pieces not meeting the specified requirements. The

Page 125: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 WINGWALLS AND JETTIES 02701- 8

Contractor shall be responsible for the replacement of any materials rejected at the project site.

11. Accepted timber materials shall be identified by hammering with an

identifiable mark as evidence of inspection and testing. All required paperwork including certificates and test reports shall be made available to the County or the County's Representative prior to the release of the materials from the treating plant. Materials shall not be delivered to the project site without prior notification and approval of the County or the County's Representative.

PART 3 - EXECUTION (a) General:

1. Complete descriptions of timber and sheet pile driving equipment including hammers, extractors, protection caps and other installation appurtenances and procedures shall be submitted to the County or County’s Representative and approved prior to the start of the work and no more than 15 work days following the pre-construction meeting.

2. All timber piles and lumber whenever possible shall be cut to size,

trimmed and bored before assembly.

3. All field cuts, trimmed areas and holes shall be given three coats of Bitumastic No. 300-M (Black) in accordance with the manufacturer’s instructions.

4. All materials shall be accurately assembled, set, regularly spaced and

coursed; and they shall be true to line, even, square, plumb, tight and level. (b) Storage of Materials:

1. Timber Material: The method of storing and handling timber materials at the construction site shall be such as to avoid injury and to protect them against the weather. Timber piles shall be arranged so that they are not subjected to unequal forces which will tend to twist or warp them. Lumber shall be stored 12 inches above the ground to provide ventilation, piled to shed water and to prevent warp. The County or County’s Representative may require suitable covering to protect the materials from the weather.

2. Vinyl Sheet Piling: Upon delivery of sheet piling to the site, Contractor

shall visually inspect all materials for defects or damage. If serious defect or damage is detected, Contractor shall notify County or County’s

Page 126: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 WINGWALLS AND JETTIES 02701- 9

Representative immediately. Store the bundled sheet piling on relatively level surface with a slight pitch to allow water to drain. Contractor should not break bundled sheets until ready for immediate installation.

(c) Timber Piles:

1. All timber piles as shown on the drawings shall be driven by gravity, vibratory (except for test piles) or diesel hammer as approved by the County or the County’s Representative. Any hammer which does not perform satisfactorily on piles being driven, regardless of prior approval, shall be replaced by a hammer acceptable to the County of the County’s Representative. Driving shall be continuous without intermission until the pile has been driven to the required penetration. In general, the penetration for any pile shall not be less than shown on the Plans even in hard materials. Jetting or augering is permissible in hard materials, if approved by the County or the County’s Representative, but the last 2 feet of penetration must be driven without damage to the pile. In any event, the penetration of the piles shall be such as to give a minimum safe bearing value of 10 tons. The test piles shall not be driven unless the County or County’s Representative is at the site. Jetting will not be permitted in soft material. If necessary, steel tips shall be added to the pile to facilitate driving in hard material.

2. Each timber pile is expected to provide adequate pile bearing capacity. If

during driving operations the Contractor finds inadequate bearing on piles, he shall stop driving and immediately contact the County or the County's Representative. The Contractor is advised that in the event that the length of piles shown on the Drawings is found to be inadequate on the basis of bearing value, longer replacement piles may be required. It is anticipated that the replacement piles may be up to 50% longer than the piles shown on the Drawings. Conversely, in the event that the length of piles shown in the drawings is found to be excessive on the basis of bearing value (>30 tons), shorter replacement piles may be allowed. It is anticipated that the shorter replacement piles may be up to 25% shorter than the piles shown on the Drawings. These piles shall be installed as directed by the County or the County's Representative. Payment for replacement piles shall be in accordance with the Contingent Unit Price Bid Items shown in the proposal.

3. Broken or shattered timber piles shall not be accepted. Piles shall not be

more than 3 inches out of place along the construction line of the wall and not more than 2% out of plumb. Piles damaged by overdriving or which do not conform to the above tolerances shall be removed and replaced with new piles at the Contractor's expense.

Page 127: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 WINGWALLS AND JETTIES 02701- 10

4. During driving, the top of timber piles shall be protected from damage by using a head or cap. The head or cap shall cover the entire surface of the top of the pile. Trimming the top of the pile to fit the cap shall be kept to a minimum. Damage to the top of the pile shall be restricted to the top 6 inches.

5. After driving, the length of timber pile remaining above the elevation of

cutoff shall not be more than 6 inches for damaged piles. The top of piles shall be sawed to a true plane of elevation fixed by the Drawings. Cutoff of piles shall not take place without the approval of the County or the County's Representative. If the pile tops are not damaged, full length driving will be required. Pile tops shall then be trimmed and waterproofed. Batter blocks shall be placed and bolts installed as specified.

6. In order to ensure minimal trimming of pile tops for proper fit of the pile

cap, the Contractor shall measure each pile butt after cut-off and prior to ordering respective pile caps. The method of measuring pile tops shall consist of taking the average of the minimum and maximum diameter per pile and ordering the individual caps to the least half or whole inch increment. Pile tops shall be evenly beveled as necessary to fit the caps and the end of the grains treated with Bitumastic 300-M. Drill 5/32 inch pilot holes not more than 2” o/c around the circumference of the cap skirt. The cap will then be fastened in place with 10 gauge, 1-1/4 inch copper roofing nails.

(d) Wales and Liner Systems:

1. For the alignment of wales, the maximum permissible dap in the pile shall

not exceed 2 inches. Shims shall only be used in exceptional cases and then only with the permission of the Engineer. Wale surfaces of butt splices or lapped splices shall be coated with asphalt roofing cement prior to assembly.

2. In the installation of bolts, all bolt holes shall be a minimum diameter to

assure a tight and driving fit. Holes shall be of a diameter such that bolts are inserted by light tapping. All counterbored holes for the installation of washers shall not be more than 1.0 inch in depth.

3. All bolts and rods shall have a ¼ inch length of thread outside the face of

all nuts after tightening, cutting and trimming of bolt and rod ends are completed.

(e) Vinyl Sheet Piling:

Page 128: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 WINGWALLS AND JETTIES 02701- 11

1. Sheet piling shall be carefully located as shown on the Drawings, and driven in a plumb position, each sheet pile interlocked with adjoining sheet piles for its entire length as to form a continuos diaphragm throughout the length of each run of bulkhead/wingwall. The Contractor shall drive all sheet piles as true to line as practicable and shall provide suitable guide structures to ensure that sheet piles are driven in correct alignment. All sheet piles shall be driven to the top elevations shown on the Drawings.

2. Deformation of the vinyl sheeting during driving shall be minimized to the

fullest extent possible. The Contractor shall be responsible for any additional sheet piling required due to stretching or compression during driving.

3. Mandrel, helmet or driving shoe may be required if driving through hard

soil strata or obstructions. In general, jetting will not be permitted for installation of the vinyl sheet piles; however, jetting is permissible in hard materials upon approval of the County or County’s Representative. Water jet by displacing of soil shall only be used with non-cohesive soils (sands and gravels). Water jet shall not be used if driving through clay, silts, or immediately adjacent to an existing structures without the written approval from the County or County’s Representative. Approval of jetting will be at the sole discretion of the County or County’s Representative.

4. It is very important that the Contractor drive sheets to required embedment

depth. Under no circumstances shall the Contractor cut-off or install shorter sheets without written authorization from the Engineer or County. Adequate precautions shall be taken to insure that piles are driven plumb. For alignment, the maximum permissible horizontal allowance shall not exceed 1” in 100’ and the maximum permissible vertical allowance shall not exceed ½” in 10’.

5. Damage to the top of the sheeting shall be minimized. The top of the

sheeting shall be protected during driving by using a cap. The maximum allowable cutoff of sheeting to the top wall elevation shall not be more than six (6) inches for damaged material. Cutoff of sheeting after driving shall not take place without the approval of the County or County Representative. If the top of the sheeting is not damaged, full length driving will be required.

6. Sheet piling may be driven by vibratory means with equipment which

creates a force or impulse which when delivered to the pile energizes the pile and drives it to the desired elevation by sustained elastic vibrations. The existing frequency shall not be less than 60 cycles per second, except during startup or run-down of the equipment. If necessary, brakes or

Page 129: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 WINGWALLS AND JETTIES 02701- 12

other devises shall be provided to control the run-down period to the satisfaction of the County or County’s Representative.

7. Pile hammers shall be of approved sizes and types and shall be maintained

in proper alignment during driving operations by use of suitable leads or by guides attached to the hammer. A protective cap of approved design shall be employed in driving, to prevent damage to the top of piles. Each run of the sheet piling shall be driven progressively from the start and no cutting edge shall lead its neighbor by more than 5 feet and shall be driven to the top elevations shown on the Drawings.

8. Drive sheet piling (preferably in pairs) by “Driving in Steps” or “Gang

Driving.” Progress in driving sheeting shall be accomplished by using the “male” end as the leading edge. Controlled excavation for placement of sheeting may be allowed where bottom conditions prevent driving by normal methods. The specific methods on controlled excavation shall be approved by the County or County’s Representative.

9. Upon approaching bends, corners or ends of the wall, take careful

measurements adjusting sheet piling slightly so that they finish the run at the correct point. Be careful not to distort the corrugation.

10. Sheet piling driven out of interlock with adjacent piles or otherwise

damaged shall be removed and replaced by new piles at the Contractor’s expense.

11. After driving sheet piling to grade, use lag screws to lag the sheets to the

timber wale. 12. The installation of the liner and upper wale must take place in conjunction

with the driving of the sheet piling. All driven sheeting must have the liner bolted to the wale at the end of each workday to prevent damage to the sheeting by tide and wave action.

13. The capboards/deck shall be placed as shown on the Drawings. To

prevent splitting of the ends of the lumber, pilot holes at the ends of the capboard shall be drilled prior to nailing to the wale and liner. The Contractor shall place the wood grain rings of the capboard down on the wale and liner.

14. The boatramp’s concrete surface and subbase shall not be placed within

the wingwall enclosure until the area has been dewatered and the wingwall/toewall has been inspected and approved by the County or County’s Representative. Care shall be taken during the pouring and filling operation to maintain the alignment of the wingwall. The

Page 130: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 WINGWALLS AND JETTIES 02701- 13

Contractor shall be responsible for adequately bracing the wingwalls/toewall before and during dewatering.

PART 4 – MEASUREMENT FOR PAYMENT (a) No measurement for payment of items of work will be made since their cost shall

be incidental to other pertinent items specified in the Contract Drawings.

- END OF SECTION -

Page 131: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 STONEWORK

02702 - 1

SPECIAL PROVISIONS: DIVISION 2- PUBLIC FACILITIES AND SITEWORK

SECTION 02702 STONEWORK

PART 1 – GENERAL

(a) The Contractor shall furnish all labor, materials and equipment necessary to construct the stone breakwaters and stone revetments as shown on the Drawings, as described in these Specifications and as directed by the County or the County’s Representative.

(b) The Contractor shall adhere to the terms of the various permits issued to this project. This shall include permits from the U.S. Army Corps of Engineers, Maryland Department of the Environment, Anne Arundel County and any other applicable permits.

(c) The Contractor shall give all notices and comply with all laws, ordinances, rules and regulations applicable to work. If the Contractor observes that the Specifications and/or Drawings are at variance therewith, he will give the County prompt written notice thereof. If the Contractor performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to the County, he will bear all costs arising therefrom.

(d) Included elsewhere in these Specifications are copies of construction permits which are required to be available at the construction site. They are included for the Contractor’s convenience, compliance and guidance, but the engineering sketches and notes are approximate and suitable only for permit purposes and the Contractor shall attach no significance to volumes mentioned in these permits, but shall compute his own.

(e) Related work not included in this Section consists of the following:

1. Section 02100 provided under “Site Preparation.”

2. Section 02200 provided under “Earthwork.”

3. Section 02701 provided under “Wingwall and Jetty.”

PART 2 - PRODUCTS

(a) Filter fabric shall be a porous, plastic sheet of woven, calendered and palmered filament yarn. The plastic yarn shall consist of a long-chain synthetic polymer composed of at least 85 percent by weight of propylene, ethylene, ester, amide or vinylidene-chloride, and shall contain stabilizers and/or inhibitors added to the base plastic if necessary to make the filaments resistant to deterioration due to ultra-violet light and heat exposure. The fabric shall conform to the following minimum requirements:

Page 132: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 STONEWORK

02702 - 2

PROPERTY TEST METHOD CRITERIA

AOS ASTM D-4751 70 U.S. Standard Sieve No.

% Open Area COE CW-02215-86 5% or More

Tensile Strength ASTM D-4632 250 Lb. All principal directions

Burst Strength ASTM D-3786 450 psi

Puncture Strength

Abrasion resistance

Seam breaking strength

ASTM D-4833

ASTM D-4157/D-4158

ASTM D-1683

120 Lb.

60 Lb.

225 Lb.

Clogging resistance AOS (mm) > 1 or Gradient Ratio 3.0

0.149 (mm)

0 149 (mm)Water Permeability Coefficient

ASTM D-4491 0.01 cm/sec (Permeability)

Ultra-Violet Stabilization ASTM D-4355 90% retained strength

(b) Seams of fabric shall be sewn with thread meeting or exceeding specifications given for plastic yarn and shall be bonded by cementing or calendering. Seams shall be tested in accordance with method ASTM D-1683. The seam strength shall meet the strength specified herein but shall not be less than 90% of the tensile strength of the imaged fabric in any principal direction.

(c) Temporary securing pins shall be 3/16 inch in diameter, of steel, pointed on one end and fabricated such that the head retains a steel washer of 1.5" diameter or more. Pins shall be no less than 18" in length.

(d) All filter fabrics to be used shall be tested for compliance with the above specifications. The Contractors shall submit in duplicate a certificate or affidavit signed by a legally authorized person from the company manufacturing the fabric. The certificate shall state that chemical, physical and manufacturing requirements are met as specified herein. In addition, evidence of a service record of any filter cloth not previously approved by the County shall be submitted, proving successful performance in projects of similar scope. Approval of the filter fabric shall be obtained from the County prior to installation.

(e) The Contractor may incorporate existing stones into the proposed structure insofar as they meet the size and quality requirements in these specifications. Existing bricks and concrete rubble within the footprint of the proposed structure and interface with the existing breakwater shall be removed and disposed of offsite.

(f) Armor Stone Size: Stone sizes for armor stone shall meet the following requirements.

Page 133: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 STONEWORK

02702 - 3

1. Armor stone sizes for the breakwater shall be such that a minimum of 90% of the individual stones shall weight from 600 lbs. to 1600 lbs. Not more than 10% of the individual stones shall weigh more than 1600 lbs. A minimum of 50% of the armor stones (by volume) shall weigh more than 1100 lbs. No armor stones shall be less than 600 lbs.

2. Armor stones sizes for revement and scour stone shall be such that a minimum of 90% of the individual stones shall weigh from 300 lbs. to 800 lbs. Not more than 10% of the individual stones shall weigh more than 800 lbs. No armor stones shall be less than 300 lbs.

(g) Suitable tests and service records shall be submitted and will be used to determine the acceptability of the stone protection materials. In the event suitable test reports and a service record that are satisfactory to the County are not available, as in the case of newly operated sources, the material shall be subjected to such test as are necessary to determine its acceptability for use in the work. Tests to which the materials may be subjected include petrographic analysis, specific gravity, abrasion, absorption, wetting and drying, freezing and thawing, and such other tests as may be considered necessary to demonstrate to the satisfaction of the County that the materials are acceptable for use in the work. All tests will be made by and at the expense of the Contractor, under the supervision of the County.

(h) The Contractor shall supply samples of stone to be displayed at the site with appropriate individual weights marked as follows: 300 lbs., 600 lbs., 1,200 lbs., and 1,600 lbs. These samples of stone shall be from the same quarry and of the same type of stone as that to be supplied for the job and shall be delivered to the site in advance of the time when placing the stone protection is expected to begin. Final approval of stone for the protection work will be based upon these samples. The Contractor will not be granted an extension of time or extra compensation due to delay caused by sampling, testing, approval or disapproval of stone protection material under the requirements of these specifications.

(i) The Contractor shall obtain from the quarry and submit to Anne Arundel County a certificate indicating the following:

1. Stone Classification

2. Weight per cubic foot

3. Sizes stipulated in the specifications are being supplied to the site and source of stone shall be indicated.

4. Stone quality meets all project specifications, including undesirable weathering and disintegration.

(j) All stone for the protection work shall be durable quarried stone as approved by the Engineer. The stone shall be hard and angular, free from laminations, weak cleavages, or undesirable weathering, and of such character that it will not disintegrate from the action of air, salt water, freezing and thawing, and in handling and placing. Sedimentary stone will be unacceptable. Individual stones shall be approximately rectangular in cross section and free from thin slabby pieces having

Page 134: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 STONEWORK

02702 - 4

a maximum dimension more than three and one-half times the least dimension. The armor, chinking and bedding stones shall have a minimum unit weight of 160 lbs. per cubic foot.

PART 3 - EXECUTION

(a) Unacceptable material (i.e.: flotsam, rebar, steel, timber, debris, etc.) removed for construction shall be disposed of off-site at an approved location at no additional cost to the County. Be advised that the landfills measure the tipping fee cost on a cost per ton basis. The Contractor shall remove and transport debris and rubbish in a manner that will prevent spillage on pavements, streets, and/or adjacent areas. It will be the responsibility of the Contractor to obtain an approved sediment control plan for the off-site disposal area if necessary..

(b) The filter cloth and armor stone shall be placed within the limits and to the lines and grades shown on the Drawings or otherwise required by the Engineer. The structure shall extend no further outboard than is necessary to construct the improvements to the lines and grades shown.

(c) At the start of construction, the Contractor shall construct a full sample section of breakwater approximately 50 feet in length, at a location agreed on in the field by the Engineer and Contractor. Wooden section templates shall be placed adjacent to the section so the Contractor and Engineer can verify that the section is in accordance with the plans. This sample section must be approved by the Engineer prior to the start of any additional stone construction, and shall serve as the standard for future work.

(d) The Contractor shall schedule his operations so that the length of time newly graded areas are left exposed to wave action is minimized. Immediately prior to placement of filter cloth, the structures backfill slopes shall be fine graded to a tolerance of plus or minus three-tenths (0.3) of a foot from a smooth surface as measured by an approved template. The Contractor shall not prepare more area than can be covered with stone by the end of each working day. Temporary protection for the exposed ends of the structures shall be provided at the end of each working day

(e) The strips of plastic filter cloth shall be spread parallel to the major axis of the structure on the prepared foundation as shown on the Drawings. The cloth shall be loosely laid (not stretched) with no more than one overlap parallel to the major axis of the structure. The overlap shall be a minimum of 5 feet. Strips of cloth shall be spread in a manner such that the strips totally in contact with the soil shall be the upper strip. Overlaps perpendicular to the major axis of the structure shall be staggered a minimum of 5 feet. Rolls of as great a length as it is economical for the Contractor to handle shall be used whenever possible in order to minimize the number of overlaps perpendicular to the major axis of the structure. Overlaps shall also be a minimum of 5 feet. Overlaps at or around incidental structures such as existing revetments shall also be a minimum of 5 feet. Existing stones larger than 1" in its largest dimension shall be removed prior to placement of filter cloth to prevent damage to cloth.

Page 135: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 STONEWORK

02702 - 5

(f) Adequate precaution shall be taken to prevent damage of the filter cloth from placement of overlaying materials. Stone weighing more than 100 pounds should not be dropped from a height greater than 5 feet onto the filter cloth. Stones weighing more than 500 pounds should not be dropped from a height greater than 2 feet. Any filter cloth damaged or displaced before or during placement of overlying layers shall be replaced or repaired to the satisfaction of the Engineer at the Contractor's expense.

(g) The filter cloth may be temporarily pinned in place with securing pins to prevent slippage during construction. The pins shall be retained until sufficient armor stones are set to hold the filter cloth. The securing pins shall then be removed as additional armor stones are placed to relieve high tensile stress, which may cause damage to the filter cloth. Alternate anchoring methods may be used subject to the approval of the Engineer.

(h) Filter cloth shall be placed around the warning sign and pier piles. The Contractor shall cross cut the filter fabric only enough to slip it over the piles and provide a tight fit around each pile. Prepare a second 5’ by 5’ square piece of filter fabric with the same length cross cut through the center and place the direction of the silt perpendicular to the placement of the silt on the first piece. As a third layer, a pile wrap may be necessary for a complete seal. Secure the fabric to the piles using copper roofing nails and pin temporarily to the ground prior to any installation of stone work. Adequate slack should be allowed in the placement of the filter cloth to prevent displacement from pulling and tearing. Alternative methods of fitting the filter fabric will be subject to the approval of the County.

(i) Each armor stone shall be individually placed by equipment suitable for lifting, manipulating, and placing armor units of the size and shape specified. Armor stone units shall be placed in such a manner as to produce a well-graded mass of rock with a minimum percentage of voids and shall be constructed to the specified lines and grades (template). Stones shall be placed so there is a well-graded distribution of the various sizes throughout the structure. Any oversize stones shall be placed at the toe of the structures. The finished structures shall be free from pockets of small stones and clusters of larger stones. Placement efforts shall ensure that each stone is firmly set and supported by underlying materials and adjacent stones on all sides. Voids in the structures equal to or larger than the smallest size armor stone shall be filled with armor stone or the adjacent stones shall be rearranged to eliminate the void and conform to the other placement requirements specified. Rearranging of individual stones by mechanical equipment or by hand will be required to the extent necessary to obtain a well graded distribution of stone size and placement of individual stones in accordance with the requirements specified. Loose armor units shall be reset and/or replaced as approved by the Engineer. The Contractor shall maintain the structures until accepted and any material displaced by any cause shall be replaced at his expense to the lines and grades shown on the Drawings. He shall be responsible for maintaining the minimum design elevation until conditional acceptance is provided by the County.

Page 136: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 STONEWORK

02702 - 6

PART 4 - MEASUREMENT FOR PAYMENT

(a) No measurement for Payment of these items of work will be made since their costs shall be included in the Lump Sum basis for Bid Item Number 12.

END OF SECTION

Page 137: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 FLOATING BOARDING PIER

02703 - 1

SPECIAL PROVISIONS: DIVISION 2- SITEWORK SECTION 02703 FLOATING BOARDING PIER PART 1 - GENERAL (a) Scope

1. The Contractor shall furnish all tools, equipment, materials, and supplies and shall perform all labor, supervision, fabrication, assembly, and installation of a complete pre-engineered floating dock system as shown on the drawings and/or as specified herein.

2. The Contractor shall adhere to the terms of the various permits/approvals

issued to this project. This shall include permits/approvals from the U. S. Army Corps of Engineers, Maryland Department of the Environment, Anne Arundel County and any other applicable permits.

3. The Contractor shall give all notices and comply with all laws, ordinances,

rules and regulations applicable to work. If the Contractor observes that the Specifications and/or Drawings are at variance therewith, he will give the County prompt written notice thereof. If the Contractor performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to the County or County’s Representative, he will bear all costs arising therefrom.

4. Included elsewhere in these Specifications are copies of construction

permits which are required to be available at the construction site. They are included for the Contractor’s convenience, compliance and guidance, but the engineering sketches and notes are approximate and suitable only for permit purposes and the Contractor shall attach no significance to volumes mentioned in these permits, but shall compute his own.

5. Related work not included in this Section consists of the following:

1. Section 03302 provided under “Cast-In-Place Concrete”.

PART 2 – MATERIALS (a) General

1. The Contractor shall submit for approval by the County, all items he intends on using for the construction of this project, as well as any alternate materials.

Page 138: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 FLOATING BOARDING PIER

02703 - 2

2. The County or County’s Representative will be allowed access to all sites where materials pertaining to this contract are manufactured or constructed for purposes of inspection.

3. Materials delivered and stored at either the manufacturing facility, staging

area, or jobsite shall be properly stored on dunnage or by other appropriate means to prevent direct contact with the ground and unnecessary damage.

(b) Aluminum Floating Pier

1. The manufacturer/supplier shall have a minimum of 5 years of continuous experience in commercial pier and dock fabrication and may be required to submit a list of previous experience on similar projects. If required, the previous experience record will be submitted to the County or his designated representative 5 working days prior to the bid opening. A representative of the floating pier supplier shall be present when the piers are delivered to the Contractor. The floating pier shall be manufactured by: Gator Dock and Marine, Inc. or an approved equal.

The supplier shall provide the floating pier with 18” minimum freeboard

under dead load conditions. Freeboard under combined dead load and 40 psf minimum live load shall not be less than 8”. The pier shall be designed to allow for easy removal by the County during the winter months. The method of removal shall be detailed on the shop drawings. The aluminum used shall be marine grade designated as being resistant to corrosive attack by salt water.

2. Flotation units shall be a total flotation system and shall be composed of

aluminum alloy 6061T6 totally encasing the solid urethane foam on all sides.

3. Floating foam shall be urethane foam utilizing froth-in-place method.

Density shall be 1.8-2.1 pounds per cubic foot. Pontoons shall be filled by the froth-in-place method under controlled temperature conditions or when the temperature is between 65 degrees and 85 degrees Fahrenheit.

4. Dock Bumper Strip shall be installed continuously around the upper edge

of floating piers. Bumper shall be a “D” style white vinyl with a minimum of 2” horizontal by 4” vertical and have the ability to protect boats from damage or discoloration due to normal docking procedures. This material shall not be affected by sunlight, salt water, oil, gasoline, or other agents or actions common to a marine salt water environment.

5. The Pile Guides shall be designed to allow full vertical movement of the

pier and shall minimize horizontal movement throughout the fluctuations in water elevations. The external pile guides shall be designated to allow

Page 139: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 FLOATING BOARDING PIER

02703 - 3

easy removal of the pier for seasonal storage. The method of removal shall be detailed on the shop drawings. A replaceable Ultra-High-Molecular-Weight (UHMW) polyethylene strip shall be attached to the inside of the pile guide for a smoother orientation.

6. Hardware shall be type 18-8 (300 series) stainless steel for bolts, hinges,

nuts, washers and screws on the aluminum floating pier and access ramp. 7. Deck shall be extruded aluminum slats embossed to provide a non-slip

surface and shall not exceed 11-5/8 inches in width with not more than 3/8 inch air space between slats. Deck shall be secured to frame as detailed on the manufacturer’s shop drawings and as approved by the County or County’s Representative.

8. Curbs located at the pile guides shall be 3” square tubing secured to the

deck as detailed on the manufacturer’s shop drawings and as approved by the County or County’s Representative.

9. The floating boarding pier shall be attached to the fixed concrete pier

using a “Narraganset” system. The “Narraganset” system shall be designed by the manufacturer to allow easy removal by the County and shall be detailed on the manufacturer’s shop drawings.

(c) Guide Pile System: The floating dock manufacturer shall provide the guide pile

per size and quantity as shown on the drawings. Piles shall consist of steel pipe as approved by the County or County’s Representative.

1. Steel Pipe Guide Piles shall be seamless or electrically welded pipe

conforming to latest edition of ASTM A252 – Grade 2 or 3. Piles shall be 12” minimum diameter, Schedule 40 steel. The pile supplier shall furnish four copies of certified mill test reports covering chemical and physical tests conducted on the steel for each heat number of metal included in the shipment.

A. Steel Pipe Cutting Shoe: Cast steel open ended inside pile cutting

shoe with ledge to transfer forces from shoe to pile in compression rather than shear on welds. Equal to model 0-14001 inside flanged cutting shoe as manufactured by Associated Pile and Fitting Corporation, Box 1048, Clifton, New Jersey 07014.

B. Galvanizing: Steel pipe guide piles shall be hot-dip galvanized in

accordance with ASTM A-123. The zinc coating shall be applied to the inside and outside of the pipe, 2.0 ounces of zinc per square foot of hardware surface.

Page 140: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 FLOATING BOARDING PIER

02703 - 4

C. Weather Guards: Black cone shaped plastic pile caps shall be used

on guide piles. The pile cap shall be molded from 3/16 inch thick, ultra-violet resistant, low density polyethylene. Caps shall be securely anchored to piles with epoxy cement.

PART 3 – EXECUTION (a) Shop Drawings

1. After checking and verifying all field measurements, the Contractor will submit to the Engineer for approval six (6) copies of all shop drawings. Specifically, the shop drawings for the floating piers/ gangway shall detail the connection to the fixed pier, the pile guides, hinges, and floats as-well-as the additional standard details associated with the pier suppliers system. In addition, the shop drawing submittal shall include flotation, stability and structural analysis calculations for the system.

2. At the time of each submission, the Contractor will, in writing, call the

County’s attention to any deviations that the shop drawing or sample may have from the requirements of the Contract Documents.

3. The County or County’s Representative will check and approve with

reasonable promptness shop drawings and samples, but his checking and approval shall be only for conformance with the design concept of the project and for compliance with the information given in the Contract Documents. The Contractor will make any corrections required by the County and return the required number of samples. The approval of a separate item as such will not indicate approval of the assembly in which the item functions.

4. NO WORK REQUIRING A SHOP DRAWING OR SAMPLE

SUBMISSION SHALL BE PROCEEDED WITH UNTIL THE SUBMISSION HAS BEEN APPROVED BY THE COUNTY OR COUNTY’S REPRESENTATIVE.

5. The Engineer’s and County’s approval of shop drawings or samples shall

not relieve the Contractor from his responsibility for any deviations from the requirements of the Contract Documents unless the Contractor has in writing called the County’s attention to such deviations at the time of submission and the County has given written approval to the specific deviation, nor shall it relieve the Contractor from errors or omissions in the shop drawings.

Page 141: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 FLOATING BOARDING PIER

02703 - 5

(b) Guide Piles

1. All guide piles shall be driven by gravity, vibratory, or diesel hammer as approved by the County or the County’s Representative. Any hammer which does not perform satisfactory on piles being driven, regardless of prior approval, shall be replaced by a hammer acceptable to the County or County’s Representative. Driving shall be continuous without intermission until the pile has been driven to the required penetration. The quantity and location of piles shall be as shown on the floating dock manufacturers shop drawings.

2. During driving, the top of the piles shall be protected from damage by

using a head or cap. The head or cap shall cover the entire surface of the top of the pile. Trimming the top of the pile to fit the cap shall be kept to a minimum. Damage to the top of the pile shall be restricted to the top 6 inches

3. After driving, the length of the pile remaining above the elevation of

cutoff shall not be more than 6 inches for damaged piles. The top of the piles shall be sawed to a true plane of elevation fixed by the Drawings. Cutoff of piles shall not take place without the approval of the County or County’s Representative. If the pile tops are not damaged, full length driving will be required.

4. Piles which leak, or piles which are bent, crimped, buckled or otherwise

unsatisfactory as herein specified, and which cannot be repaired, shall be removed and replaced by the Contractor at no additional cost to the County.

5. Filling of Steel Pipe Guide Piles

A. The Contractor shall inspect each pile visually immediately prior

to filling to ascertain that the inside of the pile is free from any organic or highly compressible material or solid matter, and from greater than a 2 inch depth of water.

B. The Contractor shall place sand in the steel pile through a funnel

having a neck not less than 2 feet long and diameter at least two inches smaller than the inside diameter of the pile. Provide a spacer at the neck to permit escape of air during filling. Placing of sand shall be continuous and in a manner which will assure complete filling of pile. Sand shall not be placed through water unless approved by the County or County’s Representative.

C. The Contractor may substitute concrete fill in lieu of sand fill

provided there is no additional cost to the County and upon

Page 142: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 FLOATING BOARDING PIER

02703 - 6

approval of the County or County’s Representative. (c) Pre-Engineered Floating Pier System

1. A representative of the floating pier manufacturer shall be present when the piers are delivered to the Contractor.

2. Floating piers must move freely during the entire cycle of water level

extremes with the normal expected wind condition.

PART 4 – MEASUREMENT FOR PAYMENT

(a) No measurement for payment of these items of work will be made since their costs shall be included in the Lump Sum basis for Bid Item Number 8.

- END OF SECTION -

Page 143: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 ENVIRONMENTAL SITE DESIGN (ESD) WORK

02750 - 1

SPECIAL PROVISIONS: DIVISION 2 – PUBLIC FACILITIES AND SITE WORK

SECTION 02750 ENVIRONMENTAL SITE DESIGN (ESD) WORK

PART 1 – GENERAL (a) Definitions

1. AACSSC: Anne Arundel County Standard Specifications for Construction, latest edition, and all applicable supplements and addenda pertaining thereto.

2. Engineer: Engineer, as used in the Anne Arundel County Specifications

for Construction, shall refer to the County Project Manager or his authorized representative.

3. County: County, as used herein, shall refer to the Anne Arundel County

Department of Public Works County Project Manager or his authorized representative.

4. ESD: Environmental Site Design is the proposed stormwater management

treatment devices for this project. (b) Related work not included in this Section consists of the following:

1. Section 02200 provided under “Earthwork”. 2. Section 02225 provided under “Earthwork for Utilities”. 3. Section 02801 provided under “Landscape Work”.

(c) Work shall consist of, but not be limited to, excavation, importing and placing of

planting and stone materials, piping, soil preparation, and landscape installation in the ESD devices as shown on the Contract Drawings.

(d) The Contractor shall furnish all labor, materials, and equipment required to

complete the ESD devices in strict accordance with the Specifications and as specified on the Contract Drawings. Once the ESD devices have been completed and approved by the County, the Contractor shall be responsible for replacing any plants which do not survive within the one (1) year warranty period.

(e) The Contractor is to obtain the services of a licensed landscaper or horticulturist

for selection of plant species as directed on the Contract Drawings.

Page 144: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 ENVIRONMENTAL SITE DESIGN (ESD) WORK

02750 - 2

(f) The following specifications of the 2007 Maryland Department of the Environment Stormwater Management Manual apply to this section unless noted otherwise herein:

1. Appendix A - Landscape Guidance for Stormwater BMPs, and 2. Appendix B.4 – Construction Specifications for ESD Practices.

PART 2 - PRODUCTS

(a) Imported Planting Soil for Micro-Bioretention Basins 1. The soil shall be a uniform mix, free of stones, stumps, roots or other

similar objects larger than two inches. No other materials or substances shall be mixed or dumped within the micro-bioretention area that may be harmful to plant growth, or provide a hindrance to the planting or maintenance operations. The planting soil shall be free of Bermuda grass, Quackgrass, Johnson grass, or other noxious weeds as specified under COMAR 15.08.01.05.

2. The imported planting material shall be tested consisting of a standard soil

test for pH, a test for content of organic matter and a test for soluble salts. Additional testing may be required per the request of the County.

3. The imported planting material shall be composed of the following:

a. Soil Content - Loamy Sand or Sandy Loam in accordance with

USDA Soil Textural Classification. b. Organic Content – Minimum 10% by dry weight in accordance

with ASTM D2974. c. Clay content less than 5%. d. A pH range between 5.2 – 7.0. Amendments such as lime and iron

sulfate plus sulfur may be mixed into the soil to increase or decrease the pH level.

4. One of the following combinations shall be used to achieve the required

organic content specified above:

a. Loamy sand (60 – 65%) and compost (35 – 40%), or b. Sandy loam (30%), coarse sand (30%) and compost (40%).

(b) Geotextile

1. Micro Bioretention Basin: Geotextile used in a micro-bioretention basin

shall be a nonwoven fabric in accordance with Maryland State Highway Administration PE Type 1 and shall meet the following criteria:

Page 145: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 ENVIRONMENTAL SITE DESIGN (ESD) WORK

02750 - 3

a. Maximum apparent opening size of 0.43 mm in accordance with

ASTM D4751, b. Minimum grab tensile strength of 200 lbs. in accordance with

ASTM D4632, and c. Permittivity of 0.70 sec-1 in accordance with ASTM D4491.

2. Submerged Gravel Wetland: Geotextile used in a submerged gravel

wetland shall be an impermeable smooth high density polyethylene (HDPE) geomembrane liner and shall meet the following criteria:

a. Thickness of 40 mils in accordance with ASTM D5199, b. Sheet density of 0.94 g/cc in accordance with ASTM D1505/D792, c. Tear resistance of 28 lbs. in accordance with ASTM D1004, d. Puncture resistance of 72 lbs. in accordance with ASTM 4833, e. Tensile properties shall be in accordance with ASTM D6693 and

shall include: i. Yield strength of 84 lb/in.

ii. Break strength of 152 lb/in. iii. Yield elongation of 12% iv. Break elongation of 700%

e. Liner material shall be supplied to the site on labeled rolls. Labels on the rolls shall identify the thickness, length, width, date of manufacture, unrolling directions and identify any additional information deemed necessary by the manufacturer.

f. A manufacturer’s certification that the material was manufactured and tested in accordance with this specification, together with a report of the test results, shall be furnished at the time of shipment.

(c) Stone Shall be clean, washed uniformly graded material with a porosity of 40%. Stone material shall be in accordance with the following: 1. Submerged Gravel Wetland: Shall be Number 4 or Number 5 rounded bank

run gravel in accordance with ASTM D448. 2. Underdrain Systems: Shall be No. 57 or No. 6 in accordance with ASTM

D448. (d) Storm Drain Inlets

Storm drain inlets shall be non-traffic Nyloplast Drain Basins with lockable domed grates in accordance to the Contract Drawings. Contractor to provide a minimum of two (2) unlocking mechanisms, as provided by the manufacturer and as

Page 146: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 ENVIRONMENTAL SITE DESIGN (ESD) WORK

02750 - 4

applicable, to the County upon completion of project. Substitutions are permitted upon approval of County.

(e) Topsoil

1. Topsoil for the ESD devices shall be imported from an approved offsite supplier. It shall be homogeneous in nature, dark-colored and fine material having an organic content of not less than 1.5% by weight.

2. Topsoil must be a loam, sandy loam, clay loam, silt loam, sandy clay

loam, or loamy sand. Other soils may be used if recommended by an agronomist or soil scientist and approved by the appropriate approval authority. Topsoil must not be a mixture of contrasting textured subsoils and must contain less than 5 percent by volume of cinders, stones, slag, coarse fragments, gravel, sticks, roots, trash, or other materials larger than 1-1/2 inches in diameter.

3. Topsoil must be free of noxious plants or plant parts such as Bermuda

grass, quack grass, Johnson grass, nut sedge, poison ivy, thistle, or others as specified.

4. Topsoil substitutes or amendments, as recommended by a qualified

agronomist or soil scientist and approved by the appropriate approval authority, may be used in lieu of natural topsoil.

5. A texture analysis shall be performed for each location where the imported

top soil was excavated. All testing results shall come from the same testing facility. Should the pH fall out of the acceptable range, it may be modified (higher) with lime or (lower) with iron sulfate plus sulfur upon the approval of the County.

(f) Mulch

Shredded hardwood mulch is the only accepted mulch. Pine mulch and wood chips are not permitted. Shredded mulch must be well aged (minimum 6 months) for acceptance.

(g) Sand

Sand material for ESD devices shall have a grain size of 0.02” to 0.04” in size in accordance with AASHTO M6 or ASTM C33. Sand substitutions such as Diabase and Graystone (AASHTO) #10 are not acceptable. No calcium carbonated or dolomitic sand substitutions are acceptable. No “rock dust” can be used for sand.

(h) Underdrain and Storm Drain Piping

Page 147: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 ENVIRONMENTAL SITE DESIGN (ESD) WORK

02750 - 5

The underdrain and storm drain piping system shall consist of four inch (4”) through eighteen inch (18”) high density polyethylene (HDPE) pipe. All underdrain and storm drain piping and fittings shall be Advanced Drainage Systems (ADS) N-12 ST IB pipe. Substitutions must be approved by the County.

1. All piping shall have smooth interior and exterior corrugations and shall be in accordance with ASTM F2648.

2. Fittings shall conform to ASTM F2306.

3. Pipes shall be joined using bell & spigot meeting ASTM F2648. The joint

shall be soil-tight and gaskets shall meet the requirements of ASTM F477.

4. Perforated pipe, as specified on the Contract Drawings, shall be rigid and perforated in accordance with AASHTO M252 Class II perforation patterns.

5. Perforated pipe shall only be located within ESD devices. All other storm

piping shall be solid wall. (i) Fertilizer

Use of fertilizer in the ESD devices is not permitted.

(j) Landscaping Plants The landscaping plants that are to be planted in the ESD devices shall be in accordance with the Contract Drawings and with the Maryland Department of the Environment Stormwater Management Manual, Appendix A Entitled Landscape Guidance for SWM BMPs; Section A-4. All plant species are subject to review and approval by the County prior to contractor’s ordering and installation of plants. Prior to installing plants at the project site, the Contractor will be required to show proof of a valid Maryland Nursery Inspection Certificate or Plant Dealers License (or comparable certification for out-of-state Installers). All shipments of nursery stock into Maryland must be accompanied by a valid certificate of inspection issued at the state of origin and acceptable to the Maryland Department of Agriculture Office of Plant industries and Resource Conservation.

PART 3 – EXECUTION

(a) General 1. The ESD devices may not be constructed until all contributing drainage

and disturbed areas have been stabilized and approved by the County. 2. It is very important to eliminate compaction from construction traffic of

both the base or the ESD devices and the required backfill. Use of heavy equipment within the ESD devices is not permitted. Compaction will significantly contribute to design failure. Heavy equipment can be used

Page 148: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 ENVIRONMENTAL SITE DESIGN (ESD) WORK

02750 - 6

around the perimeter of the ESD devices to excavate and to supply backfill material.

3. Compaction at the base of the ESD devices can be alleviated by using a

primary tilling operation such as a chisel plow, ripper, or subsoiler. Substitute methods must be approved by the County.

(b) Excavation

Excavate ESD devices to the specified dimensions and grade shown on the Contract Drawings. Ensure that the sides and bottom of the trenches are smooth and uniform to prevent tearing of the geotextiles when backfilling. Further ensure that the bottom dimensions and depth throughout the ESD device are according to Contract Drawings.

(c) Geotextile Installation

1. Place geotextile in micro-bioretention basins according to Contract Drawings. Place geotextile to the longitudinal direction of the micro-bioretention basin. Ensure sufficient width to completely enclose the underdrain piping system, including overlaps, in accordance with Contract Drawings.

2. Place the geotextile tightly against excavated area to eliminate voids.

Avoid wrinkles and folds. Maintain at least 24” overlap at joint ends or breaks. Pin joints and overlaps to securely hold the geotextile in place until placement of the cover material. Pin longitudinal joints, overlaps, and edges no more than 50 feet on center. Replace or repair any damaged geotextile.

(d) Impermeable Liner Installation

1. Place geotextile in submerged gravel wetland according to Contract Drawings.

2. Manufacturers’ installation and seaming guidelines regarding ambient air

and liner surface temperature (both extreme high and low) must be followed during installation. Failure to do so can void warranty and result in liner failure.

3. Liner installation must be performed under the direction of an experienced

installer. Installer need to possess the technical expertise and authority to direct and certify all work related to the installation of the liner.

4. Subgrade Preparation

a. The six inches of soil immediately beneath the liner shall be inorganic, free of all rocks, stones, sticks, and debris of any kind, with no particle larger than 3/8-inch diameter. Not more than fifty percent (50%) by weight of this material shall be between one-

Page 149: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 ENVIRONMENTAL SITE DESIGN (ESD) WORK

02750 - 7

fourth and three-eighths inch diameter. Angular, sharp material is not allowed in the subgrade, regardless of diameter.

b. The underlying soils shall be stable and relatively incompressible. Unsuitable underlying soil conditions shall be corrected. Surfaces to be lined shall be excavated to the elevation of the liner and compacted to 95 percent of the standard proctor density.

c. The subgrade must be graded or rolled to provide a smooth flat surface for placing the liner to within (+,-) 0.2 feet of design elevations. No abrupt changes in grade shall occur, such as ruts.

d. During liner placing and seaming, the subgrade must be kept free of standing water. If subgrade below the liner becomes wet and unstable, it must be dried and recompacted.

5. Liner Placement a. Liner shall be overlapped in accordance to manufacturers’

recommendation.

b. There should be no loose flap on the top side of the liner resulting from the overlap. It shall be cut off to avoid catching during covering.

c. At no time during liner placement shall any contractor’s equipment be allowed directly on the exposed liner.

6. Seaming a. All welds for seaming of HDPE panels will be made according to

manufacturer’s recommendations. b. Welding equipment used for seaming shall be capable of

producing a continuous homogenous bond at every location, meeting seam strength requirements.

c. Patches and repairs to the liner shall be made within 48 hours of discovery of the defect using an extrusion welding technique or another welding technique approved by the County. Hand held hot air welding will not be allowed for general welds, patches, or repair welds.

d. Hand held hot air welding shall be used for tacking only since it does not produce an acceptable final weld for patches or seams.

e. Patches shall be made from the same material as the liner and have a continuous rounded edge with no distinct corners.

f. Patches shall be rounded to avoid corners that could catch during covering and rip off.

g. Fish mouths are not allowed. A fish mouth is defined as an area in the seam where one liner panel is first folded over on itself and a second liner panel is placed and welded over this fold. Where fish mouths occur, the liner must be cut, overlapped and covered with a patch.

Page 150: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 ENVIRONMENTAL SITE DESIGN (ESD) WORK

02750 - 8

h. The seam, when stressed perpendicular to the direction of the weld, shall not under any condition fail before stretching and breaking of the liner panel adjacent to the weld.

7. Seam Testing Non-destructive tests shall be performed by the contractor on all field seams, patches, and repair welds. This test shall be performed by running a blunt instrument along the edge of the seam to find obvious unbonded areas.

8. Boots a. Boots around pipe penetrations shall be of the same material and

thickness as the specified liner. Manufacturer’s recommendations for attaching the boot to the pipe and seaming the boot to the liner shall be followed. All pipe boots shall be appropriately sized to the dimensions of the pipe and fit snugly with no wrinkles or fishmouths. The liner under the boot must remain in contact with the subgrade surface.

b. When stainless steel pipe bands are used to clamp the boot to the pipe, the straps shall not be placed in direct contact with the pipe boot material. A neoprene gasket, or other material specified by the manufacturer shall be placed between the liner and pipe band.

9. Upon completion of the covering operation, the contractor will certify in

writing to the County that all materials, equipment, and construction have been completed in conformance with the plans and specifications. Further, the contractor will certify in writing that the liner was installed such that the finished product is in agreement with the intent of its use for this project.

(e) Underdrain Piping Installation

1. Perforated or slotted underdrain piping shall be installed according to details shown on Contract Drawings and in accordance with manufacturer’s specifications.

2. Follow all applicable safety regulations when handling pipe. Pipes shall

not be dropped from the delivery truck into an open trench, or onto uneven surfaces. Avoid dragging or striking the pipe against another pipe or object. Avoid dragging the pipe across the ground. Do not drive over the pipe prior to installation. Inspect the pipe and joining systems before installation. Where pipe is stock piled, the total pile height shall not exceed 5-feet and the pipe must be adequately restrained to prevent pile collapse.

3. Once the ESD device is excavated to proper grades, the pipe bedding shall

be placed to proper thickness according to Contract Drawings. The ends

Page 151: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 ENVIRONMENTAL SITE DESIGN (ESD) WORK

02750 - 9

of the underdrain pipes not terminating in an observation well, other underdrain pipe, or outfall inlet shall be capped and sealed.

4. If no undesirable subgrade material is found, a minimum of three inches

(3”) of gravel bedding shall be placed and compacted on the subgrade according to Contract Drawings.

(f) Backfill

1. Bottom sand layer shall be rototilled into the existing subgrade of a micro-bioretention basin before backfilling imported planting material.

2. Backfill material for ESD devices shall be placed in twelve inch (12”) lifts

in order to maintain the serviceability of the ESD device. The backfill material shall not be compacted.

3. No heavy equipment is permitted in the ESD device at any time.

3. (g) Landscaping

1. All landscaping of ESD devices shall be in accordance with the Contract Drawings and specifications.

2. The root stock of all plants held at the site shall be watered by sprinkling

with water at least once a day and kept in shaded areas.

3. Planting shall be done with moist, but not saturated, root masses. It will be the responsibility of the Contractor to maintain the vigor of the plants held at the site during site preparation work and construction.

4. Set and maintain the plant straight during the entire planting process.

5. Thoroughly water ground bed cover after installation.

PART 4 - MEASUREMENT FOR PAYMENT

No measurement for payment for this work shall be made since the cost shall be included in the lump sum price for Bid Item 16.

END OF SECTION

Page 152: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 RETAINING WALL

02760 - 1

SPECIAL PROVISIONS: DIVISION 2 – PUBLIC FACILITIES AND SITE WORK

SECTION 02760 RETAINING WALL

PART 1 – GENERAL (a) Definitions

1. AACSSC: Anne Arundel County Standard Specifications for Construction, latest edition, and all applicable supplements and addenda pertaining thereto.

2. Engineer: Engineer, as used in the Anne Arundel County Specifications

for Construction, shall refer to the County Project Manager or his authorized representative.

3. County: County, as used herein, shall refer to the Anne Arundel County

Department of Public Works County Project Manager or his authorized representative.

(b) Related work not included in this Section consists of the following:

1. Section 02200 provided under “Earthwork”. 2. Section 02225 provided under “Earthwork for Utilities”.

3. Section 02750 provided under “Environmental Site Design Work.” 4. Section 02801 provided under “Landscape Work”.

(c) Work shall consist of, but not be limited to, the manufacture, delivery and

installation of concrete landscape retaining wall units as shown on the Contract Drawings.

(d) The Contractor shall furnish all labor, materials, and equipment required to

construct the retaining walls in strict accordance with the Specifications and as specified on the Contract Drawings.

(e) The Contractor is to obtain the services of a landscape contractor with five (5)

years experience constructing retaining walls. (f) Delivery and Storage:

1. The Contractor shall check the material upon delivery to assure that the style, color etc. comply with the specification and that the materials are not damaged or defective. Materials that do not meet the specifications or are defective or damaged shall not be used for construction.

Page 153: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 RETAINING WALL

02760 - 2

2. The Contractor shall protect the material from ice, snow, excessive mud or

any agent that will bond to the unit. PART 2 - PRODUCTS

(a) Concrete Retaining Wall Units:

1. Units shall be retaining wall units manufactured by EP Henry, Belgard or an approved equal in a color selected by the County.

2. Retaining wall units shall be manufactured in accordance with ASTM C

1372. Only aggregates complying with ASTM C 33 shall be used in retaining wall units in areas where there is exposure to frost. Minimum compressive strength = 3,000 psi. Maximum absorption = 13 pcf.

3. Cap units shall be selected from manufacturer's choices.

4. Color used in pigmented units shall not exceed 10% of the weight of the

Portland cement in the unit.

5. Units shall be interlocked with an integrally molded rear lip.

6. The interlock system shall provide a wall batter of 8º unless otherwise approved by the Engineer.

(b) Leveling Pad Material

1. Base Leveling Pad material for the granular wall footing shall be well

graded sand or gravel with a Unified Soil Classification GW. A minimum of 6” thick and 24” wide of compacted base is required.

2. A concrete footing may be substituted for the granular base.

(c) Unit Fill

1. Unit fill shall be clean crushed stone or well-graded gravel with a GW

Unified Soil Classification. The fill shall have a maximum size of 3/4" and shall not have a fine content (passes #200 sieve) greater than 5% such as AASHTO No. 57 or 67.

2. Unit fill shall extend at least 12" behind the rear face shell of the concrete

unit.

(d) Wall Backfill

Page 154: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 RETAINING WALL

02760 - 3

1. Existing soil on site may be used for backfill behind the unit fill unless either: a.) deemed unsuitable by the engineer, or b.) contains organic material or foreign debris; or c.) the backfill material contains excessive fines (greater than 35% by weight passing the No. 200 sieve.

2. Always compact the backfill behind the wall to 95% of maximum density

after each course is laid (8”). Only hand operated mechanical plate compactor should be used for compacting within 3 ft. of the wall units.

PART 3 – EXECUTION

(a) General

1. The Contractor shall base his lump sum bid upon placing 200 linear feet of retaining wall at an average wall height of 21 inches. The Contractor is advised that in the event the total square footage of the retaining walls as referenced varies from that specified, payment shall be adjusted in accordance with the Contingent Unit Price Bid Item shown in the proposal.

(b) Excavation

1. Contractor shall excavate the site as required by the construction

drawings.

(c) Foundation Soil Preparation 1. The foundation soil shall be excavated as required by the construction

drawings. 2. The Contractor’s geotechnical engineer shall examine the foundation soil

for approval. Unsuitable soil will be removed and replaced with acceptable soil.

(d) Base Leveling Pad

1. Install leveling pad (i.e. footing) as shown on the construction drawings.

A 6”minimum thickness and 24” width is required. 2. Granular base material shall be compacted to 95% of maximum density

(ASTM D1557).

3. Prepare the base footing so that the entire length and width of the retaining wall unit is in contact with the footing.

(e) Retaining Wall Installation – Maximum unreinforced wall height is 24”

Page 155: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 RETAINING WALL

02760 - 4

1. Lay a row of wall units edge to edge on the prepared foundation following

the lines shown on the construction drawing. Check for straightness. Level each unit from side to side. DO NOT pitch the unit towards the front of the wall.

2. Fill the units and 12” behind the units with granular aggregate. Compact

all unit fill and backfill. Do not use mechanical equipment on the units and do not operate heavy equipment within 3 feet of the wall. Clean the top of the units so they are free of aggregate before installing the next course.

3. Slide two interlocking clips onto the back of each block in the clip

grooves, one clip per groove, with the single leg of clip extending up from the core of the unit.

4. Stagger (half bond) the second course on top of the base course so that the

clips extend into the cores of the unit being laid. Pull the unit to the front of the wall until the back face shell tightly engages the clip. Repeat steps 2 and 3 until the specified height is obtained.

5. At the end of each course turn the units at a radius into the bank or use the

90º corner unit.

(f) Cap Unit Installation

1. Cap units are installed as the last course on the wall. Use a high strength and flexible concrete adhesive compound to bond the cap to the wall. Apply the adhesive as recommended by the manufacturer on the front and back face shells of the wall unit. Install the cap with an overhang.

PART 4 - MEASUREMENT FOR PAYMENT

(a) No measurement for payment for this work shall be made since the cost shall be included in the lump sum price for Bid Item 17.

END OF SECTION

Page 156: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 LANDSCAPE WORK

02801 - 1

SPECIAL PROVISIONS: DIVISION 2 – PUBLIC FACILITIES AND SITE WORK SECTION 02801 LANDSCAPE WORK PART 1 - GENERAL (a) Definitions

1. AACSSC: Anne Arundel County Standard Specifications for Construction, latest edition, and all applicable supplements and addenda pertaining thereto.

2. Engineer: Engineer, as used in the Anne Arundel County Specifications

for Construction, shall refer to the County Project Manager or his authorized representative.

3. County: County, as used herein, shall refer to the Anne Arundel County

Department of Public Works County Project Manager or his authorized representative.

(b) Related work not included in this Section consists of the following:

1. AACSSC Section 02860 provided under “Furnish and Plant Trees, Shrubs,

Vines, Groundcovers, and Seeding Stock”. 2. Section 02100 provided under “Site Preparation”. 3. Section 02200 provided under “Earthwork”.

4. Section 02802 provided under “Topsoil”.

(c) The Contractor shall be provide all labor, materials, equipment, and services

necessary for providing all exterior plantings as shown on the drawings and/or as specified in accordance with the requirements of the Contract Documents.

(d) Qualifications: Landscape planting and related work shall be performed by a firm

with a minimum of five years of experience specializing in this type of work. The engineer shall approve all landscape contractors.

(e) Standards: 1. "Standardized Plant Names", American Joint Committee on Horticultural

Nomenclature; latest edition. 2. "American Standard for Nursery Stock", American Association of

Nurserymen; 1990 Edition.

Page 157: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 LANDSCAPE WORK

02801 - 2

3. "Standards for Pruning Shade Trees", National Arborist Association; 1988

Edition.

(f) Requirements of Regulatory Agencies: Certificates of inspection shall accompany the invoice for each shipment of plants as required by law for transportation. File certificates with the Engineer prior to acceptance of the material. Inspection by Federal or State authorities at place of growth does not preclude rejection of the plants at the site.

(g) Inspection and Acceptance of Plants

1. Preliminary Inspection: Plants shall be subject to inspection by the Engineer at the place of growth and upon delivery for conformity to specification requirements. Such inspection shall not impair the right of rejection during progress of the work.

A. A written request for inspection of plant material at their place of

growth shall be submitted to the Engineer at least ten calendar days prior to digging. This written request shall state the place of growth and quantity of plants to be inspected. The Engineer reserves the right to refuse inspection at this time, if, in his judgment, a sufficient quantity of plants are not available for inspection.

B. Plants identified, as "specimen quality" shall be tagged at their

place of growth. For distant material, submit photographs for pre-inspection review.

2. Acceptance: The Engineer will inspect all work for substantial completion

upon written request of the Contractor. The request shall be received at least ten calendar days before the anticipated date of inspection. Acceptance of plant material by the Engineer shall be for general conformance to specified size, character and quality and not relieve the Contractor of responsibility for full conformance to the contract documents, including correct species.

3. Final Inspection: At the end of the guarantee period, the Engineer shall

inspect all guaranteed work, upon written request of the Contractor. The request shall be received at least ten calendar days before the anticipated date for final inspection.

(h) Submittals:

Page 158: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 LANDSCAPE WORK

02801 - 3

1. Manufacturer's Data: Submit copies of manufacturer's and/or source data for all materials, including soils. Indicate by transmittal that a copy of all data has been distributed to the Installer.

2. Samples: Submit samples of all top soils, planting mixes, mulches and

organic compost materials. Samples shall weigh one lb. each and be packaged in plastic bags. Samples shall be typical of the lot of material to be delivered to the site and provide an accurate indication of color, texture, and organic make-up of the material.

(i) Guarantee 1. All plant material shall be guaranteed by the Contractor to be in vigorous,

thriving, healthy, and flourishing condition according to the following schedule:

A. Plant Guarantee Schedule: 1. Trees, Shrubs, Ground Covers, Ornamental Grasses and

Perennials: For a period of one year from the date of acceptance.

B. All guarantee periods shall begin upon final acceptance of the

work.

C. The Contractor shall replace, without cost to the County, and as soon as weather conditions permit, and within a specified planting period, all plants not in a vigorous, thriving, healthy and flourishing condition as determined by the Engineer during and at the end of the guarantee period. The plants shall be free of dead or dying branches and branch tips, and shall bear foliage of a normal density, size and color. Replacements shall closely match adjacent specimens of the same species. Replacements shall be subject to all requirements stated in this specification.

D. The Contractor shall make all necessary repairs to the site elements

such as damage to paving, walls, lighting, lawn or other plantings, which results from his activity during plant replacements. Such repair shall be done at no extra cost to the County.

E. Any plant with branch tips which have died over more than 25% of

the crown volume during the guarantee period shall be considered dead and shall be replaced at the next suitable planting period without waiting for the end of the guarantee period.

Page 159: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 LANDSCAPE WORK

02801 - 4

F. The guarantee of all replacement plants shall extend for an additional period of one year from the date of their acceptance after replacement. In the event that a replacement plant is not acceptable during or at the end of the said extended guarantee period, the County may elect subsequent replacement at one-half the cost or receive a credit for one-half the purchase and installation cost for each item.

G. The Contractor shall be responsible for all maintenance of all plant

material during the guarantee periods. (j) Delivery, Storage and Handling:

1. All material shall be delivered, stored and handled in a manner consistent with the environmental and regulatory requirements of the product.

A. All material shall be delivered in unopened original containers

showing the manufacturer's name, product name and weight. Bulk material shall be delivered in vehicles, which are designed to handle that product and are free of any material which will contaminate the bulk product being delivered.

B. All products shall be stored in a manner consistent with

maintaining the quality and vitality of that product. Particular attention shall be paid to material which may be damaged by excessive or insufficient moisture.

PART 2 - MATERIALS 2-1 Plants (a) General: Refer to PLANT LIST on the drawings for specific types and quantities

of plants to be supplied. In the event that quantity discrepancies or material omissions occur in the plant list, the Planting Plan shall govern.

1. Plants shall be nursery grown in accordance with good horticultural

practices, and grown under climatic conditions similar to those in the locality of the project for at least two years. They shall have been root pruned within the last two years.

A. The engineer shall approve all nursery sources.

Page 160: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 LANDSCAPE WORK

02801 - 5

B. Plants which have been grown in nurseries more than 200 miles from the job site will not be accepted unless approved by the engineer.

2. Plants shall be freshly dug. No heeled-in-plants from cold storage will be

accepted. 3. Unless specifically noted otherwise, all plants shall be of specimen

quality, exceptionally heavy, symmetrical, tightly knit, so trained or favored in development and appearance as to be unquestionably and outstandingly superior in form, number of branches, compactness and symmetry.

4. They shall be sound, vigorous, healthy and thriving; well branched and

densely foliated when in leaf. They shall be free of disease, insect pests, eggs or larvae, and shall have healthy, well-developed root systems. They shall be free from physical damage or adverse conditions that would prevent thriving with the specified result. The growing nursery shall submit a list of all pesticides and herbicides used in the past three years on the fields where the plants were grown.

5. Plants shall be true species and variety and shall conform to

measurements, specified in the plant lists except that plants larger than specified may be used if acceptable to the Engineer. Use of such plants shall not increase the contract price. If larger plants are accepted the ball-of-earth shall be increased in proportion to the size of the plant.

6. Container-grown stock shall have been grown in a container long enough

for the root system to have developed sufficiently to hold its soil together but not so long as to have developed a girdling root mat around the edge of the container.

(b) Caliper Measurement: shall be taken at a point on the trunk 6 inches above natural

ground line for trees up to 4" in caliper, and at a point 12" above the natural ground line for trees over 4" in caliper.

(c) Plant Size:

1. Plants shall be measured when branches are in their normal position. Height and spread dimensions specified refer to the main body of the plant and not from branch tip to tip.

2. If a range of size is given, no plant shall be less than the minimum size

and not less than 50 percent of the plants shall be as large as the maximum size specified. The measurements specified are the minimum size

Page 161: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 LANDSCAPE WORK

02801 - 6

acceptable and are the measurements after pruning, where pruning is required.

3. Plants which meet the measurements specified, but do not possess a

normal balance between height and spread, shall be rejected.

(d) Pruning:

1. Trees shall not be pruned before delivery. Trees which have a damaged or crooked leader, or multiple leaders, unless specifically specified, will be rejected. Trees with abrasions of the bark, sun scalds, disfiguring knots, or fresh cuts of limbs over 1-1/4" which have not completely callused, will be rejected.

2-2 Materials for Planting (a) Mulch: 1. Mulch shall be shredded hardwood bark. Submit sample for approval.

Material shall be mulching grade, uniform in size and free of foreign matter.

(b) Anti-Desiccant: 1. Anti-desiccant shall be an emulsion, which provides a protective film over

plant surfaces, permeable enough to permit transpiration, delivered in containers of the manufacturer, and shall be mixed according to the manufacturer's directions.

(c) Limestone: 1. Agricultural limestone containing minimum of 85 percent

carbonates. Minimum gradation: 100 percent passing a 10 mesh sieve; 98 percent a 20 mesh sieve; 55 percent a 60 mesh sieve; and 40 percent a 100 mesh sieve.

(d). Bone Meal: 1. Bone Meal shall be commercial quality, raw, finely ground, with 4

percent nitrogen, and 20 percent phosphoric acid.

Page 162: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 LANDSCAPE WORK

02801 - 7

PART 3 – EXECUTION 3-1 Preparation of Plant Materials

(a) Immediately before digging and following consultation with the Engineer, spray all evergreen or deciduous plant material in full leaf with anti-desiccant, applying an adequate film over trunks, branches, twigs, and/or foliage. Do not spray anti-desiccant on root ball burlap.

(b) Dig ball and burlap (B&B) plants with firm, natural balls of earth, of depth and

diameter not less than that recommended by American Standard for Nursery Stock. Plants moved with a ball will not be accepted if the ball is cracked or broken before or during planting operation. Remove all Grass, weeds and accumulated soil resulting from nursery cultivation from the top of the root ball prior to digging so that the original trunk flare shows on top of the root ball.

(c) Use only natural burlap and jute twine. Do not use any synthetic fibers or wire to

ball and burlap root balls. Wire baskets may be acceptable if removed in accordance with these specifications.

(d) All plant material in transit or temporarily stored shall be covered with burlap or

similar covering to keep plants from drying out. (e) Ship and store bare root material in refrigerated trucks and storage areas. Keep

roots moist and cool until time of planting. (f) If the construction schedule requires trees over 3-1/2" in caliper to be planted in

the fall, that are of a species considered to be difficult to transplant in the fall, these trees shall be root pruned the previous spring in the nursery.

1. The Engineer will determine tree species to be root pruned. 2. A trench shall be dug around the tree at the limit of the proposed root ball

to a minimum depth of 24" and backfilled. 3. A 3" high saucer shall be built around the tree outside the edge of the

trench. 4. The tree shall be guyed or braced. 5. The tree shall be watered as necessary through the summer. 6. When the tree is dug in the fall, the digging shall be done using a method

that preserves the new root growth growing in the soft soil of the trench.

Page 163: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 LANDSCAPE WORK

02801 - 8

7. Root pruning, when required, shall be done at no additional cost to the

County. 3-2 Planting . (a) Planting Season: Planting shall be done only within the following dates. If the

special conditions exist which may warrant a variance in the planting dates, a written request shall be submitted to the Engineer stating the special conditions and the proposed variance. Permission for the variance will be given if, in the opinion of the Engineer, the variance is warranted. Variance from the normal planting season shall not affect the warrantee.

1. Deciduous Trees and Shrubs: Feb. 1 to May 15 or Sept. 1 to Nov. 15. 2. Evergreen Trees, Shrubs, Ornamental Grasses and Vines: Mar. 15 to May

15 or Sept. 1 to Nov. 15. (b) Stakeout and Location: 1. Stake out the location of all plants for approval by the Engineer prior to

excavating the planting holes. (c) Planting Operations: 1. Excavate the planting hole to the size and shape as shown on the drawings

or in the case of large continuous planting mix volumes, excavate the planting hole a minimum of 12" in diameter larger than the largest diameter of the root ball. The hole shall not be dug any deeper than the depth of the root ball.

2. Set plants higher to finished grade than they bore to the ground from

which they were dug. See the drawings for heights. All trees larger than 2" in caliper shall be set on compacted pads. Use plant mix specified to backfill pit approximately 2/3 full. Water thoroughly before installing remainder of the plant mix to top of pit, eliminating all air pockets.

3. All trees shall have their north side marked in the nursery prior to digging.

Set trees in the hole with the marker-facing north.

4. Plants shall be lifted and handled from the bottom of the root ball only. For larger material use straps and or chain webs specially designed to lift large trees. Protect the trunk and branches from damage at all times.

Page 164: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 LANDSCAPE WORK

02801 - 9

5. Use cranes of the appropriate size to lift large trees. The Engineer shall be present at all times when trees over 5" in caliper are being installed.

6. Schedule delivery of trees over 5" in caliper directly from the nursery to

the project site. Do not double handle the trees without the approval of the Engineer.

7. Set planting plumb and brace rigidly in position until the mix has been

tamped solidly around the ball and roots. 8. Cut ropes or strings from top of shrub root balls and trees smaller than 3"

in caliper after plant has been set. Remove burlap or cloth wrapping from around top half of balls. Do not turn under and bury portions of burlap at top of ball.

9. Do not immediately remove the ropes and burlap from trees larger than 3"

in caliper. Return to each tree 3 months after planting (6 months for fall planted material), and cut all ropes and burlap away from around the trunks of these trees.

10. Remove or flatten all wire baskets from all root balls prior to backfilling

as shown on the drawings. 11. Protect plants at all times from sun or drying winds. Plants that cannot be

planted immediately on delivery shall be kept in the shade, well protected with soil, wet mulch or other acceptable material and shall be kept well watered. Mist the crown of all trees in leaf, twice each day. Plants shall not remain unplanted for longer than three days after delivery.

12. Do not mulch large trees greater than 5" in caliper immediately after

planting. Form a 3" to 4" deep saucer around plants. Water in saucer and return after 2 to 3 days to re compact soil around root-ball to eliminate all air pockets. Repeat process twice before applying mulch. Add additional topsoil as required.

13. Smooth planting areas to conform to specified grades after full settlement

has occurred and mulch has been applied. Thoroughly water all plants after mulch has been applied.

14. Remove all tags, labels, strings, etc. from all plants.

(d) Staking: 1. Do not stake trees unless specifically required by the plans or where the

Contractor feels that staking is the only alternative to keeping the tree

Page 165: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 LANDSCAPE WORK

02801 - 10

plumb. The Contractor shall submit a written request for approval by the Engineer to stake any trees not required by the plans. Request should state reasons and methods to be employed. Trees that are staked shall have their stakes removed after 3 months for spring planted trees and after 6 months for fall planted trees.

2. Maintain all trees in a plumb position throughout the guarantee period.

Straighten all trees including those not staked. (e) Wrapping: 1. Wrap only those trees with thin bark as directed by the Engineer. A. Tree wrap shall be LOOSELY placed around the tree and taped in

place with 1" wide plastic tape wrapped completely around the tube. Leave a one inch gap between the tree wrap and the trunk.

B. The tree wrap shall extend from the ground to the first branch. C. Tree wrap when required shall be installed between Nov. 1 and

Dec. 1 and shall be removed between Mar. 1 and April 1. (f) Pruning: 1. Prune plants, as directed by the Engineer, only at the time of planting and

according to standard horticultural practice to preserve the natural character of the plant. Pruning of large trees shall be done from a hydraulic man-lift.

2. Remove all dead wood, suckers, broken or badly bruised branches, cross

over and co-dominant leaders. 3. Use only clean, sharp tools. (g) Mulching: 1. Mulch all planting areas with 3" of mulch. 2. Mulch trees in lawn areas with a 6' diameter circle around the base of the

tree or as shown on the drawings.

Page 166: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 LANDSCAPE WORK

02801 - 11

3-3 Ground Cover, Perennial, Annual, and Bulb Plantings (a) The ground cover plantings holes shall be dug with a hand trowel, bulb planter, or

hoe. If beds have been mulched prior to planting, remove all mulch around the hole before digging so that plant is planted in the plant mix. Do not mix mulch into the plant mix.

(b) Before planting, biodegradable pots shall be crushed and non-bio-degradable pots

shall be removed. Root systems of all potted plants shall be split or crumbled to eliminate circling roots.

(c) The plant shall be planted so that the roots of the plants are surrounded by soil

below the mulch. Potted plants shall be set so that the top of the pot is even with existing grade. Bare root plants shall be covered up to the crown of the plant or soil level.

(d) Plant all bulbs at equal depths appropriate to the species. All bulbs should have a

minimum amount of soil covering the top of the bulb equal to three times the diameter of the bulb.

(e) Add bone meal to the bottom of each bulb hole as recommended by the

manufacturer. (f) Set all plants at an equal distance apart as shown. (g) Thoroughly water all beds immediately after planting. 3-4 Maintenance (a) Maintenance shall begin immediately after plant is planted and shall continue

until the end of the guarantee period. (b) After planting but prior to acceptance, planting areas and plants shall be protected

at all times against trespassing and damage of any kinds. If any plants become damaged or injured they shall be treated or replaced as directed by the Engineer at no additional cost to the County.

(c) Maintenance of new plantings shall consist of all maintenance normally required

to keep the plantings healthy, vigorous, trim, and neat. Maintenance tasks shall include the following:

1. Pruning: In addition to the initial pruning, all plants shall be pruned once

during the first year of the guarantee. Pruning will include work that is necessary to maintain the plants in their normal growth pattern. The

Page 167: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 LANDSCAPE WORK

02801 - 12

Engineer shall determine pruning dates and shall direct the pruning operation.

2. Fertilizing: Each plant will be fertilized twice each year during the

guarantee period. Fertilizer application rates shall be based on soil test for nutrient levels.

3. Disease and Insect Control: The Contract shall provide for all disease and

insect control during the guarantee period. 4. Mulching: At the end of the first year of the guarantee period, mulch all

areas with 1" of shredded hardwood mulch. 5. Weeding: Weeding will be scheduled throughout the year in order to keep

the planting area as free of weeds as possible. The date of each weeding will be decided upon by the Engineer. The number of weedings shall not exceed two (2) times during the first growing season.

6. Staking and Tree Wrap: Remove all staking material and wrapping

material as required. 7. Watering: The Contractor shall be fully responsible to be sure that

adequate water is provided to all plants during the guarantee periods. If an automatic irrigation system is available, the Contractor shall monitor and adjust the landscape irrigation system controller as necessary and shall apply additional water, using hoses if required. Root balls shall be spot watered as required.

8. Miscellaneous Maintenance: Reset plants to proper grade or upright

position. Restore planting saucer. Remove expired annual and bulb flowers at least once every two weeks during the flowering period. Remove expired annual plants. Remove perennial tops in winter as directed by the Engineer.

3-5 Cleaning (a) Maintain the area of work and or maintenance operations clean at all times.

Sweep up all soil and debris at the end of each day. If at any time soil is spilled on any paved surface, wash the surface as soon as practical.

Page 168: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 LANDSCAPE WORK

02801 - 13

PART 4 – MEASUREMENT AND PAYMENT (a) No measurement for payment of these items of work shall be made since the cost

shall be incidental to other pertinent items specified in the Contract Drawings.

END OF SECTION

Page 169: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 TOPSOIL

02802 - 1

SPECIAL PROVISIONS: DIVISION 2 – PUBLIC FACILITIES AND SITE WORK

SECTION 02802 TOPSOIL

PART 1 - GENERAL

(a) Definitions

1. AACSSC: Anne Arundel County Standard Specifications for Construction, latest edition, and all applicable supplements and addenda pertaining thereto.

2. Engineer: Engineer, as used in the Anne Arundel County Specifications

for Construction, shall refer to the County Project Manager or his authorized representative.

3. County: County, as used herein, shall refer to the Anne Arundel County

Department of Public Works County Project Manager or his authorized representative.

(b) Related work not included in this Section consists of the following:

1. AACSSC Section 02811 provided under “Salvaged Topsoil.” 2. AACSSC Section 02812 provided under “Placing Salvaged Topsoil.” 3. AACSSC Section 02813 provided under “Furnished Topsoil.” 4. AACSSC Section 02820 provided under “Turf Establishment.” 5. AACSSC Section 02850 provided under “Soil Stabilization Matting.”

(c) The work covered by this Section consists of furnishing, spreading, and raking of topsoil in preparation for seeding and includes all labor, material and equipment necessary to complete same in accordance with the drawings of the project.

(d) Graded and Disturbed Areas: Upon completion and compaction of fill to

subgrade, 3” of topsoil shall be placed, spread to a uniform thickness and graded and raked to remove large stones, root mat and other foreign materials and left ready for seeding.

PART 2 – PRODUCTS

(a) Topsoil

1. Topsoil must be a loam, sandy loam, clay loam, silt loam, sandy clay loam, or loamy sand. Other soils may be used if recommended by an agronomist or soil scientist and approved by the appropriate approval authority. Topsoil must not be a mixture of contrasting textured subsoils and must contain less than 5 percent by volume of cinders, stones, slag,

Page 170: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 TOPSOIL

02802 - 2

coarse fragments, gravel, sticks, roots, trash, or other materials larger than 1-1/2 inches in diameter.

2. Topsoil must be free of noxious plants or plant parts such as Bermuda

grass, quack grass, Johnson grass, nut sedge, poison ivy, thistle, or others as specified.

3. Topsoil substitutes or amendments, as recommended by a qualified

agronomist or soil scientist and approved by the appropriate approval authority, may be used in lieu of natural topsoil.

PART 3 – EXECUTION

(a) Topsoil shall be placed as previously referenced or as otherwise directed by the County.

PART 4 - MEASUREMENT FOR PAYMENT (a) No measurement for payment of items of work will be made since their cost shall

be incidental to other pertinent items specified in the Contract Drawings.

END OF SECTION

Page 171: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14

WETLAND PLANTINGS 02803 - 1

SPECIAL PROVISIONS: DIVISION 2 – PUBLIC FACILITIES AND SITE WORK

SECTION 02803 WETLAND PLANTINGS

PART 1 - GENERAL

(a) The Contractor shall furnish all labor, materials, and equipment required to complete the wetland plantings in strict accordance with the Specifications and as specified on the Contract Drawings. Once the wetland plantings operation has been completed by the Contractor and approved by the Engineer, the Contractor shall be responsible for replanting any areas, which do not show the proper density of grass for a period of one (1) year. The minimum acceptable density of surviving plants shall be 85% of species area planted.

(b) The Contractor shall adhere to the terms of the various permits issued to this

project. This shall include permits from the U. S. Army Corps of Engineers, Maryland Department of the Environment, Anne Arundel County and any other applicable permits.

(c) The Contractor shall give all notices and comply with all laws, ordinances, rules

and regulations applicable to work. If the Contractor observes that the Specifications and/or Drawings are at variance therewith, he will give the County prompt written notice thereof. If the Contractor performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to the County, he will bear all costs arising therefrom.

(d) Included elsewhere in these Specifications are copies of construction permits

which are required to be available at the construction site. They are included for the Contractor’s convenience, compliance and guidance, but the engineering sketches and notes are approximate and suitable only for permit purposes and the Contractor shall attach no significance to volumes mentioned in these permits, but shall compute his own.

(e) Related work not included in this Section consists of the following:

1. Section 02200 provided under “Earthwork”. 2. Section 02235 provided under “Mechanical Dredging and DMP Site

Work.”

Page 172: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14

WETLAND PLANTINGS 02803 - 2

PART 2 - PRODUCTS

(a) Fertilizer: Fertilize each transplant site with 1.0 ounce of Osmocote 3 to 4 month 19-6-12 or approved equivalent slow-release fertilizer placed in the planting hole at the time of planting

(b) Plant Stock

1. Prior to installing plants at the project site, the Contractor will be required to

show proof of a valid Maryland Nursery Inspection Certificate or Plant Dealers License (or comparable certification for out-of-state Installers). All shipments of nursery stock into Maryland must be accompanied by a valid certificate of inspection issued at the state of origin and acceptable to the Maryland Department of Agriculture Office of Plant industries and Resource Conservation.

2. Spartina alterniflora Plant Stock: Plant stock shall be Smooth Cordgrass

(Spartina alterniflora) grown in peat pots. Plants will be three to six months old and approximately 12 inches high. Individual pots will contain three or more plants.

3. Spartina patens Plant Stock: Plant stock shall be Saltmeadow Cordgrass

(Spartina Patens) grown in peat pots. Plants will be three to six months old and approximately 12 inches high. Individual pots will contain three or more plants.

4. “Cape” American Beach Grass Stock: Plant stock shall be “Cape”

American Beach Grass (Ammonphilia brevilugulata). Plants shall be healthy living stems, stolons, or rhizomes. Each bare root plant shall be of recent origin and shall have 1 to 3 culms (stems) and shall be a minimum of 18 inches in height. Sprigs shall be grown under climatic conditions similar to those in the locality of the project. Sprigs shall have no adhering soil, weed stems or roots. Sprigs shall be obtained from heavy and dense sod, and shall be free from material detrimental to a healthy stand of grass plants. Sprigs that have been exposed to heat or excessive drying shall be rejected.

5. Goose Exclusion Fence: Goose exclusion fence shall consist of a 2 inch by

2 inch wooden posts, 4 feet in length with 12 ply cotton twine stretched taut between posts.

PART 3 – EXECUTION

(a) All areas that are to be planted shall be cleaned of rough grass, weeds, and debris, and the ground surfaces smoothed. Prior to sprigging of Spartina alterniflora and patens, the Contractor shall remove phragmites and fill resulting hole with and in accordance with Section 02200 “Earthwork.”

Page 173: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14

WETLAND PLANTINGS 02803 - 3

(b) Plants held at the site shall be watered by sprinkling with river water at least once a

day. Plants shall not be removed from peat pots. Planting shall be done with moist, but not saturated, root masses.

(c) It will be the responsibility of the Contractor to maintain the vigor of the plants held at the site during site preparation work and construction.

(d) The planting season for Spartina alterniflora and Spartina patens sprigging shall preferably be accomplished between April 1 and June 30 whereas the beachgrass sprigging shall be between October 1 and March 31.

(e) Spartina alterniflora Soil Preparation and Planting

1. Upon approval of the Engineer, the MHW (Elev. = +0.5’ NAVD 88) lines shall be marked on the ground and plantings shall be made in rows parallel to and between the MHW and elev. -0.1’. Rows shall be 18 inches apart and plants 18 inches apart. Plantings shall be accomplished during periods of low tide.

2. Plantings shall be made by hand with dibble, spade or shovel by opening a hole at the planting site, placing the fertilizer and then the plant in the hole, closing the hole and firming the soil around the plant so that the surface soil level covers the top of the planting pot 1 to 2 inches.

(f) Spartina patens Soil Preparation and Planting

1. Upon approval of the Engineer, the MHW (Elev. = +0.5’ NAVD 88) lines shall be marked on the ground and plantings shall be made in rows parallel to and between the MHW line and elevation +3.0’. Rows shall be 18 inches apart and plants 18 inches apart.

2. Plantings shall be made by hand with dibble, spade or shovel by opening a hole at the planting site, placing the fertilizer and then the plant in the hole, closing the hole and firming the soil around the plant so that the surface soil level is ½ to 1 inch above the top of the planting pot root mass. If the soil at the planting site is not wet or damp, the plants shall be sufficiently watered with river water within 4 hours after planting.

(g) “Cape” American Beach Grass Soil Preparation and Planting:

1. Immediately before planting, hole, furrows or trenches, approximately 8 inches deep shall be cut approximately parallel to the shoreline at 1.5 feet spacing. Upon completion of digging holes, furrow or trenches, the fertilizer shall be applied in the hole, furrow, or trench at an application of 1 ounce per plant site. The fertilizer shall be worked into the hole, furrow, or trench.

2. The sprigging method shall be Row Sprigging. Sprigging procedure shall ensure even coverage. The bare root plants shall be planted so that each plant site had a minimum of three (3) culms or stems. As a result of this requirement, more than one plant may be needed at each plant site, depending upon the number of culms or stems on each plant.

Page 174: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14

WETLAND PLANTINGS 02803 - 4

(h) Goose exclusion fence will be installed to protect new Spartina Alterniflora and Spartina Patens wetlands plantings. 2-inch by 2-inch wooden posts, 4 feet in length, will be installed approximately 1.5 feet deep at about the 10 foot intervals along the limits of the plantings. Cotton twine, 12 ply, will be stretched taut between posts, wrapped once around each post, and secured with staples. The first strand of strings installed at even spacing higher up on the posts, for a total of 4 strands.

PART 4 - MEASUREMENT FOR PAYMENT

(a) No measurement for payment of these items of work will be made since the cost shall be included in the Lump Sum basis for Bid Item Number 14.

END OF SECTION

Page 175: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 POLYOLEFIN COATED CHAIN LINK FENCE

02825 - 1

SPECIAL PROVISIONS: DIVISION 2- PUBLIC FACILITIES AND SITE WORK

SECTION 02825 POLYOLEFIN COATED CHAIN LINK FENCE

PART 1 - GENERAL

(a) Definitions

1. AACSSC: Anne Arundel County Standard Specifications for Construction, latest edition, and all applicable supplements and addenda pertaining thereto.

2. Engineer: Engineer, as used in the Anne Arundel County Specifications

for Construction, shall refer to the County Project Manager or his authorized representative.

3. County: County, as used herein, shall refer to the Anne Arundel County

Department of Public Works County Project Manager or his authorized representative.

(b) Related work not included in this Section consists of the following: 1. AACSSC Section 02710 provided under “Fences.” 2. Section 02220 provided under “Earthwork”. 3. Section 02865 provided under “Cantilever Chain Link slide Gates.” 4. Section 03302 provided under “Cast-In-Place Concrete”.

(c) The Contractor shall furnish all labor, materials tools, equipment, services and performing of all work necessary to furnishing and installing all polyolefin coated chain link fence to the lines and grades as indicated on the drawings and specified herein as directed by the County or County’s Representative.

(d) The Contractor shall give all notices and comply with all laws, ordinances, rules

and regulations applicable to work. If the Contractor observes that the Specifications and/or Drawings are at variance therewith, he will give the County or County’s Representative prompt written notice thereof. If the Contractor performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to the County or County’s Representative, he will bear all costs arising therefrom.

(e) Submittals

Page 176: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 POLYOLEFIN COATED CHAIN LINK FENCE

02825 - 2

1. Shop Drawings: Furnish complete shop drawings before delivery of any material to the job site. Shop drawings shall include layout of fences and gates with dimensions, details and finishes of components, accessories and post foundations.

2. Product Data:

A. Material list of items proposed to be provided under this section.

B. Manufacturer’s specifications and other data needed to prove compliance with the specified requirements.

C. Samples: Color selection for polyolefin finishes. If requested,

samples of materials (e.g., fabric, wires, and accessories).

D. Names and addresses of the nearest service and maintenance organization that readily stocks repair parts.

E. Manufacturer’s recommended installation procedures which, when

approved by the County or County’s Representative will become the basis for accepting or rejecting actual installation procedures used on the work.

(f) Special Warranty: Provide Manufacturer’s standard limited warranty that it is

Polyolefin Coated Chain Link Fence, is free from color coating flaking and peeling and other defects in material or workmanship for a period of 15 years from the date of purchase.

(g) Product Handling

1. Protection: Store fences and accessories in a secure and dry place. Use all means necessary to protect the materials of this section and to protect the installed work.

2. Replacements: In the event of damage, immediately make all repairs and

replacements necessary to the approval of the County or County’s Representative and at no additional cost to the County.

PART 2 - PRODUCTS

(a) AACSSC Section 02710.02 applies to this Section.

(b) Manufacturer

1. Products from qualified manufacturers having a minimum of five years

Page 177: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 POLYOLEFIN COATED CHAIN LINK FENCE

02825 - 3

experience manufacturing thermally fused chain link fencing will be acceptable by the engineer as equal, if approved in writing, ten days prior to bidding, and if they meet the following specifications for design, size gauge of metal parts and fabrication.

2. Obtain chain link fences and gates, including accessories, fittings, and

fastenings, from a single source.

(c) Chain Link Fence Fabric

1. Polyolefin elastomer coating, 6 mil (0.15mm) to 10 mil (0.25mm) thickness, thermally fused to zinc-coated steel core wire: Per ASTM F668 Class 2b. Minimum Core wire tensile strength of 75,000 psi (517 MPa).

2. Size: Helically wound and woven to height as indicated on drawings with 2” diamond mesh, 9 gauge. Color Black ASTM F 934.

3. Selvage of fabric knuckled at top and knuckled at bottom.

(d) Steel Fence Framing

1. Steel pipe - Type I: ASTM F 1083, standard weight schedule 40; minimum yield strength of 30,000 psi (205 MPa); sizes as indicated. Hot-dipped galvanized with minimum average 1.8 oz/ft² (550 g/m²) of coated surface area.

2. Steel pipe - Type II: Cold formed and welded steel pipe complying with

ASTM F 1043, Group IC, with minimum yield strength of 50,000 psi (344 MPa), sizes as indicated. Protective coating per ASTM F 1043, external coating Type B, zinc with organic overcoat, 0.9 oz/ft² (270 g/m²) minimum zinc coating with chromate conversion coating and verifiable polymer film. Internal coating Type B, minimum 0.9 oz/ft² (270 g/m²) zinc or Type D, zinc pigmented, 81% nominal coating, minimum 3 mils (0.08 mm) thick.

3. Formed steel (“C”) sections: Roll formed steel shapes complying with

ASTM F 1043, Group II, 45,000 psi (310 MPa) minimum yield strength steel; sizes as indicated. External coating per ASTM F 1043, Type A, minimum average 2.0 oz/ft² (601 g/m²) of zinc per ASTM A 123, or 4.0 oz/ft² (1220 g/m²) per ASTM A 525.

4. Steel square sections: ASTM A 500, Grade B Steel having minimum yield

strength of 40,000 psi (275 MPa); sizes as indicated. Hot-dipped galvanized with minimum 1.8 oz/ft² (550 g/m²) of coated surface area.

5. Polyolefin Coated finish: In accordance with ASTM F1043, apply supplemental color coating of minimum 10 mils (0.254mm) of thermally fused polyolefin in black color to match fabric.

Page 178: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 POLYOLEFIN COATED CHAIN LINK FENCE

02825 - 4

(e) Polyolefin Coated Accessories

1. Chain link fence accessories: ASTM F 626 Provide items required to complete fence system. Galvanize each ferrous metal item and finish to match framing. Fittings should match Master Halco specifications.

2. Post caps: Formed steel, cast malleable iron, or weather tight closure cap

for tubular posts. Provide one cap for each post. “C” shaped line post without top rail or barbed wire supporting arms do not require post caps. (Where top rail is used, provide tops to permit passage of top rail.)

3. Top rail and rail ends: Pressed steel per ASTM F626, for connection of

rail and brace to terminal posts. 4. Top rail sleeves: 7” (178 mm) expansion sleeve with a minimum .137”

wire diameter and 1.80” length spring, allowing for expansion and contraction of top rail.

5. Wire ties: 9 gauge [0.148” (3.76 mm)] galvanized steel wire for

attachment of fabric to line posts. Double wrap 13 gauge 0.092” (2.324 mm) for rails and braces. Hog ring ties of 12-1/2 gauge 0.0985” (2.502 mm) for attachment of fabric to tension wire.

6. Brace and tension (stretcher bar) bands: Pressed steel, minimum 300

degree profile curvature for secure fence post attachment. At square post provide tension bar clips.

7. Tension (stretcher) bars: One piece lengths equal to 2 inches (50 mm) less

than full height of fabric with a minimum cross-section of 3/16” x 3/4” (4.76 mm x 19 mm). Provide tension (stretcher) bars where chain link fabric meets terminal posts.

8. Tension wire: Thermally fused polyolefin applied to zinc coated steel

wire: Per ASTM F 1664 Class 2 b, 6 gauge, 0.192” (4.88 mm) diameter core wire with tensile strength of 75,000 psi (517 MPa).

9. Truss rods & tightener: Steel rods with minimum diameter of 5/16” (7.9

mm). Capable of withstanding a tension of minimum 2,000 lbs. 10. Nuts and bolts are galvanized but not polyolefin coated. Spry touch up

paint to color coat nuts and bolts.

(f) Setting Materials

1. Concrete: Minimum 28 day compressive strength of 3,000 psi (20 MPa).

Page 179: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 POLYOLEFIN COATED CHAIN LINK FENCE

02825 - 5

2. Drive Anchors: Galvanized angles, ASTM A 36 steel 1” x 1” x 30” (25

mm x 25 mm x 762 mm) galvanized shoe clamps to secure angles to posts. PART 3 - EXECUTION

(a) AACSSC Section 02710.03 applies to this Section.

(b) Examination

1. Verify areas to receive fencing are completed to final grades and elevations.

2. Ensure property lines and legal boundaries of work are clearly established. (c) Chain Link Fence Framing Installation

1. Install chain link fence in accordance with ASTM F 567 and manufacturer’s instructions.

2. Locate terminal post at each fence termination and change in horizontal or

vertical direction of 30° or more. 3. Space line posts uniformly at 10’ on center unless otherwise specified. 4. Concrete set terminal and gate posts: Drill holes in firm, undisturbed or

compacted soil. Holes shall have diameter 4 times greater than outside dimension of post, and depths approximately 6” deeper than post bottom. Excavate deeper as required for adequate support in soft and loose soils, and for posts with heavy lateral loads. Set post bottom 36” below surface when in firm, undisturbed soil. Place concrete around posts in a continuous pour. Trowel finish around post. Slope to direct water away from posts.

5. Drive Anchor line posts: With protective cap, drive post 36” (914 mm)

into ground. Slightly below ground level install drive anchor shoe fitting. Install 2 diagonal drive anchors and tighten in the shoe.

6. Check each post for vertical and top alignment, and maintain in position

during placement and finishing operations. 7. Bracing: Install horizontal pipe brace at mid-height for fences 6’ (1829

mm) and over, on each side of terminal posts. Firmly attach with fittings. Install diagonal truss rods at these points. Adjust truss rod, ensuring posts remain plumb.

Page 180: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 POLYOLEFIN COATED CHAIN LINK FENCE

02825 - 6

8. Tension wire: Provide tension wire at bottom of fabric. Install tension wire before stretching fabric and attach to each post with ties. Secure tension wire to fabric with 12-1/2 gauge 0.0985” (2.502 mm) hog rings 24” (610 mm) oc

9. Top rail: Install lengths, 21’ (6400 mm). Connect joints with sleeves for

rigid connections for expansion/contraction. 10. Bottom Rails: Install bottom rails between posts with fittings and

accessories.

(d) Chain Link Fabric Installation

1. Fabric: Install fabric on security side and attach so that fabric remains in tension after pulling force is released. Leave approximately 2” (50 mm) between finish grade and bottom selvage. Attach fabric with wire ties to line posts at 15” (381 mm) on center and to rails, braces, and tension wire at 24” (600 mm) on center.

2. Tension (stretcher) bars: Pull fabric taut; thread tension bar through fabric

and attach to terminal posts with bands or clips spaced maximum of 15” (381 mm) on center.

(e) Accessories

1. Tie wires: Bend ends of wire to minimize hazard to persons and clothing. 2. Fasteners: Install nuts on side of fence opposite fabric side for added

security. (f) Cleaning 1. Clean up debris and unused material, and remove from the site.

PART 4 – MEASUREMENT AND PAYMENT

(a) No measurement for payment of these items of work will be made since their cost shall be incidental to other pertinent items specified in the Contract Drawings. Chain link fence shall be included in Bid Item No. 19.

END OF SECTION

Page 181: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date 05/08/14 CANTILEVERED CHAIN LINK SLIDE GATES

02835 - 1

SPECIAL PROVISIONS: DIVISION 2- PUBLIC FACILITIES AND SITE WORK SECTION 02835 CANTILEVERED CHAIN LINK SLIDE GATES PART 1 - GENERAL (a) Definitions

1. AACSSC: Anne Arundel County Standard Specifications for Construction, latest edition, and all applicable supplements and addenda pertaining thereto.

2. Engineer: Engineer, as used in the Anne Arundel County Specifications

for Construction, shall refer to the County Project Manager or his authorized representative.

3. County: County, as used herein, shall refer to the Anne Arundel County

Department of Public Works County Project Manager or his authorized representative.

(b) Related work not included in this Section consists of the following: 1. AACSSC Section 02710 provided under “Fences.” 2. Section 02220 provided under “Earthwork”. 3. Section 02825 provided under “Polyolefin Coated Chain Link Fence.” 4. Section 03302 provided under “Cast-In-Place Concrete” 5. Section 16 provided under “Electric.”

(c) The Contractor shall furnish all labor, materials tools, equipment, services and

performing of all work necessary to furnishing and installing all cantilevered chain link slide gates to the lines and grades as indicated on the drawings and specified herein as directed by the County or County’s Representative.

(d) The Contractor shall give all notices and comply with all laws, ordinances, rules

and regulations applicable to work. If the Contractor observes that the Specifications and/or Drawings are at variance therewith, he will give the County or County’s Representative prompt written notice thereof. If the Contractor performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to the County or County’s Representative, he will bear all costs arising therefrom.

Page 182: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date 05/08/14 CANTILEVERED CHAIN LINK SLIDE GATES

02835 - 2

(d) Quality Assurance 1. Printed instructions, installation procedures and details of equipment

manufacturers and suppliers. 2. Upon completion of installation, check equipment and components to

ensure proper and safe function; correct any defects or deficiencies. (f) Submittals 1. Shop Drawings: Furnish complete shop drawings before delivery of any

material to the job site. Shop drawings shall include layout of gates with dimensions, details and finishes of components, accessories and post foundations.

2. Product Data:

A. Material list of items including UL 325, I, II, III and IV Listings

proposed to be provided under this section.

B. Manufacturer’s specifications, catalog cuts and other data needed to prove compliance with the specified requirements.

C. Names and addresses of the nearest service and maintenance

organization that readily stocks repair parts. D. Manufacturer’s recommended installation procedures which, when

approved by the County or County’s Representative will become the basis for accepting or rejecting actual installation procedures used on the work.

(g) Product Handling

1. Protection: Store gates and accessories in a secure and dry place. Use all means necessary to protect the materials of this section and to protect the installed work.

2. Replacements: In the event of damage, immediately make all repairs and

replacements necessary to the approval of the County or County’s Representative and at no additional cost to the County.

(h) Warranty

1. Manufacturer shall provide a limited warranty against failure for the gate, rollers and other parts for a period of 7 years. Failure being any

Page 183: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date 05/08/14 CANTILEVERED CHAIN LINK SLIDE GATES

02835 - 3

manufacturing defect that prohibits normal operation. PART 2- PRODUCTS (a) AACSSC Section 02710.02 applies to this section. (b) Manufacturer

1. Products from qualified manufacturers who have five years or more experience manufacturing internal roller cantilever slide gates will be considered by the County as equal if approved in writing 10 days prior to bidding, and they meet all specifications for design, size, gauge of metal parts and fabrication.

2. Chain link fences, gates, and operators must be obtained from a single

source. 3. Approved Manufacturer: Merchant Metals; Phone: (866) 888-5611 Fax:

(281) 372-3801

(c) Internal Roller Aluminum Cantilever Slide Gate 1. Gate Frame: Made in accordance with ASTM F 1184 Type II Class 2, and

in compliance with UL-325, and ASTM 2200. (No substitution) Gate to be made of Aluminum Alloy 6005A-T61. All square members are 2” sq. weighting 0.94 lb/FT (139 kg/m). Complete frame welded to top (HI-STRENGTH) one piece track and top frame member and 4”x2” bottom rail weighing 1.71 lbs./ft (2.54 kg/m). Supply 2 truck assemblies that are swivel type having lubricated and scaled ball bearing wheels that will align in the track during all normal operations of the gate.

Standard Opening Standard Support Overhang

10’0” (3048 mm) 6’6” (1981 mm) 11’0” (3354 mm) through 14’0” (4267 mm) 7’6” (2286 mm) 15’0” (4572 mm) through 22’0” (6706 mm) 10’0” (3048 mm) 23’0” (7010 mm) through 30’0” (9144 mm) 12’0” (3657 mm) 31’0” (9449 mm) through 40’0” (12192 mm) 16’0” (4876 mm)

2. Gate Finish (Frame): Polymer Coated in color match fence

3. Chain Link Filler: Thermally Fused & Binded PVC. Available colors:

dark green, olive green, brown or black. Chain link fabric filler installed using hook bolts that are inserted through

pre-drilled holes in the frame. To these hook bolts the fabric will be attached by means of a tension bar which is laced through the last link of

Page 184: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date 05/08/14 CANTILEVERED CHAIN LINK SLIDE GATES

02835 - 4

the fabric. The hook bolts are 15” (381mm) on center and all four sides of the gate. (No substitution). This assures a drum like tightness to the fabric. This fabric will give additional strength to the gate.

4. Diagonal adjustable ¼” (6 mm) stainless steel truss cables (2) provided

inside each panel of the gate. ( One each direction). 5. “Secure Trac” is an enclosed (HI-STRENGTH) combination track and top

rail aluminum extrusion weighing 4.75 lb/ft (7.03 kg/m). It will withstand a 2,000 lb (907.2 kg) reaction load.

6. Truck assembly: Swivel type, zinc die cast, with 4 sealed lubricant ball

bearing wheels 2” (50mm) in diameter. The load bearing wheels have an extruded dynamic load rating of 4,500 pounds each and 2 side rolling wheels to ensure truck alignment in track. (No substitution) Truck assemblies are held to post brackets using 5/8” (16mm) diameter stainless steel bolts which have a load rating of 11,000 pounds. Truck assembly to withstand 2,000 lb (907.2 kg) reaction load.

7. Bottom guide wheel assemblies: Each assembly shall consist of two 3” (75

mm) diameter wheels with covers Per UL-325 and ASTM F 2200, straddling bottom horizontal gate rail, allowing adjustments to maintain gate frame plumb and in proper alignment. Attach one assembly to each guide post.

8. Gate posts brackets, latch and keepers are galvanized steel. 9. Gate posts are 4” O.D. (101.6 mm) schedule 40 weighting 9.11 lb/ft (13.6

kg/m). Single gates with single tracks require 3 gate posts. (1 latch post and 2 support posts); Single gates with dual tracks require 5 gate posts. (1 latch and 2 dual support posts). Double gates require twice the number of support posts but do not have a latch post.

(d) Gate Operators

1. Electric gate operation: A. Gate to be operated by DoorKing Model 9150 or an approved

equal with battery backup, chain drive operator. All components of the manual override shall be securely enclosed and locked in a 10 gauge steel enclosure.

B. 1 HP – 115/230/460 volt - single phase OR 1 HP – 208-230/460

volt – Three Phase

Page 185: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date 05/08/14 CANTILEVERED CHAIN LINK SLIDE GATES

02835 - 5

2. Controls A. Full systems capability B. External Obstruction Sensing C. Obstruction Sensing Alarm D. Master/Slave Operation (required for double gates) E. Gate Movement Warning F. Long Distance Control Wiring G. Delay on Reverse H. On/Off Switch I. Limit Switches- Proximity Limit Switches not affected by ice or

snow. J. Built-In Power and Reset Switches K. Left Hand/Right Hand Selectable L. Automatic Shut Down M. Timer to Close N. Power Train Disconnect

(e) Access Control Equipment 1. Card Reader Systems – equal to Amano McGann AMG-2000 series A. Programmable Stand-Alone B. Computer programmed (Window software available). C. Proximity type (No-Touch). D. Multiple security levels. 2. Radio Frequency Devices A. Receivers B. Transmitters C. Keypads D. Multiple channels E. Programmable In or Out of system F. Long Range G. Key Chain type 3. Intercom for voice communication. 4. Hard wired control stations for emergency override equal to Knox Dual

Key Switch 3500 series Model 3503 for Fire, EMS, Law Enforcement and Park personnel access.

5. 7 day weekly timers to hold gates open for peak traffic or other special

functions on individual days or 5 days a week programmable up to 6 functions a day.

Page 186: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date 05/08/14 CANTILEVERED CHAIN LINK SLIDE GATES

02835 - 6

6. Hardwired detection devices for “free exit” A. Loop detectors B. Ground probes C. Photoelectric sensors 7. Emergency Vehicle Access (Fire, Police, etc.) A. Strobe detector. B. Siren Operated. C. Police band RF operated.

(f) Gate Safety 1. Gate operator with emergency open or power loss feature on exit side.

2. Photo eyes either reflective type or through beam. 3. Magnetic vehicle detectors. 4. Warning signs.

PART 3 - EXECUTION (a) Storage of Materials The method of storing and handling materials at the construction site shall be such

as to avoid injury and to protect them against the weather. The County or County’s Representative may require suitable covering to protect the materials from the weather.

(b) Post Installation

1. Install posts per manufacturer’s recommendation.

2. Set posts in concrete. Dig holes having a diameter 4 times the diameter of the post, and 6” (152 mm) deeper than the bottom of the post. Posts set a minimum depth of 36” (914 mm) for all cantilever gates.

3. Check each post for vertical and top alignment.

(c) Gate Installation

1. Install gate. Make sure that gate rolls free of binding.

Page 187: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date 05/08/14 CANTILEVERED CHAIN LINK SLIDE GATES

02835 - 7

2. Attach latch and make sure that gate is received by latch in a secure manner.

(d) Gate Operator 1. Install a workmanlike manner in conformance with manufacturer’s printed

instruction and details. 2. Anchor or install electric operator on a concrete foundation. Using ½” x

4½” Hilti Quick Bolt Concrete stud type anchors. 3. Have at least 5 years previous experience in gate operator installations 4. Installer must provide service after the sale and be able to respond in a

reasonable time should trouble occur. 5. Must provide drawings showing layout and typical locations for all

equipment that is being supplied. 6. License electrician must perform all electrical connections.

(e) Cleaning 1. Clean up debris and unused materials and remove from this site

PART 4 - MEASUREMENT FOR PAYMENT

(a) No measurement for payment of items of work will be made since their cost shall be incidental to other pertinent items specified in the Contract Drawings. Cantilevered Chain Link slide gates shall be included in Bid Item Number 19.

- END OF SECTION -

Page 188: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 SWING GATES, SCREENING FENCE, BARRICADES, GUARD RAILS AND SIGNAGE

02845 - 1

SPECIAL PROVISIONS: DIVISION 2- PUBLIC FACILITIES AND SITE WORK

SECTION 02845 SWING GATES, SCREENING FENCE, BARRICADES, GUARD RAILS AND SIGNAGE

PART 1 - GENERAL

(a) Definitions

1. AACSSC: Anne Arundel County Standard Specifications for Construction, latest edition, and all applicable supplements and addenda pertaining thereto.

2. Engineer: Engineer, as used in the Anne Arundel County Specifications

for Construction, shall refer to the County Project Manager or his authorized representative.

3. County: County, as used herein, shall refer to the Anne Arundel County

Department of Public Works County Project Manager or his authorized representative.

(b) Related work not included in this Section consists of the following: 1. Section 02220 provided under “Earthwork”. 2. Section 03302 provided under “Cast-In-Place Concrete”.

(c) The Contractor shall furnish all labor, materials tools, equipment, services and performing of all work necessary to furnishing and installing all mechanical gates, barricades, guard railing and signage to the lines and grades as indicated on the drawings and specified herein as directed by the County or County’s Representative.

(d) The Contractor shall give all notices and comply with all laws, ordinances, rules

and regulations applicable to work. If the Contractor observes that the Specifications and/or Drawings are at variance therewith, he will give the County or County’s Representative prompt written notice thereof. If the Contractor performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to the County or County’s Representative, he will bear all costs arising therefrom.

(e) Submittals

1. Shop Drawings: Furnish complete shop drawings before delivery of any

material to the job site. Shop drawings shall include swing gates and screening fence (at portable restroom areas with dimension and details of

Page 189: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 SWING GATES, SCREENING FENCE, BARRICADES, GUARD RAILS AND SIGNAGE

02845 - 2

components, accessories and post foundations.

2. Product Data: A. Material list of items proposed to be provided under this section.

B. Manufacturer’s specifications and other data needed to prove compliance with the specified requirements.

C. Names and addresses of the nearest service and maintenance

organization that readily stocks repair parts.

(f) Product Handling

1. Protection: Store swing gates, screening fence, barricades, railing, and accessories in a secure and dry place. Use all means necessary to protect the materials of this section and to protect the installed work.

2. Replacements: In the event of damage, immediately make all repairs and

replacements necessary to the approval of the County or County’s Representative and at no additional cost to the County.

PART 2- PRODUCTS (a) Swing Gates:

1. Framing (Steel): ASTM F1083 Schedule 40 galvanized steel pipe, welded construction minimum yield strength of 25 ksi; coating conforming to ASTM F1043 Type A on pipe exterior and interior.

2. Concrete: Shall be in accordance with Section 03302 of these

Specifications. 3. Accessories:

A. General: Gate types, opening widths and directions of operation shall be shown on the Drawings. Gates shall be designed for operation by one person.

B. Swing Gates: Swing gates shall be factory assembled, and shall

swing 90 degrees. Gates shall conform to ASTM F900 except that framing shall be assembled by welding at the corners. Use of corner fittings shall not be permitted.

C. Gate Hardware: Mechanical keepers; two 90-degree gate hinges

per leaf and hardware for padlock.

Page 190: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 SWING GATES, SCREENING FENCE, BARRICADES, GUARD RAILS AND SIGNAGE

02845 - 3

D. Fittings: Sleeves, tension bars, fasteners and fittings; galvanized

steel.

4. Finishes:

A. Components: Galvanized to ASTM A123; ASTM A153 for components; 1.8 oz/sq. ft. coating

B. Hardware: Galvanized to ASTM A153, 2.0 oz./ sq. ft

C. Accessories: Same finish as framing.

D. Primer and Paint: Utilize acrylic latex primer and paint. Primer

shall be Sherwin Williams STM Acrylic Primer or an approved equal. Paint shall be Sherwin Williams A-100 Exterior Latex, Flat or an approved equal.

(b) Screening Fence 1. Lumber: All timbers, dimension lumber, and boards shall be graded and

carry an identifiable grade mark in accordance with the Grading Rules of the Southern Pine Inspection Bureau. The in place length of lumber shall be shown on the Shop Drawings. Lumber shall comply with the following specifications.

A. Posts, Fence Slats and Beams: Grade No. 1 minimum.

2. Hardware: Hardware to be used for the construction of the screening fence shall be manufactured from good, commercial quality material and shall meet the minimum requirements of the following specifications:

A. Bolts and Nuts: All bolts and nuts shall conform to ASTM

Specification A-307 for Grade A Steel and shall have hexagonal heads.

B. Standard Cut Washers shall be fabricated from a commercial grade steel and conform to ASTM Specification Designation F 844-83 with the exception that galvanizing shall be as specified below.

C. Spikes and Nails: Shall be annular wire type and shall meet AISI Specification 1010 or 1020 for steel.

D. Threads on all fasteners shall be of the rolled type. All bolts shall

show ¼ inch of thread on the outside face of the nuts.

Page 191: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 SWING GATES, SCREENING FENCE, BARRICADES, GUARD RAILS AND SIGNAGE

02845 - 4

E. All of the above hardware shall be hot-dipped galvanized in accordance with ASTM designation A-153. The zinc coating shall be Class A, 2.0 ounces of zinc per square foot of hardware surface.

3. Treatment: All lumber shall be treated with preservative by the pressure

process in accordance with the following requirements. A. Lumber shall be squared to length in accordance with the

Drawings before treatment.

B. M.C.A. Treatment: All posts, fence slat and beams shall be pressure treated with Micronized Copper Azole (MCA) in accordance with requirements of the American Wood Preservers Association. Standard P5 to a final net retention of not less then 0.24 lbs. per cubic foot of wood as determined by chemical assay according to AWPA Standard C2.

C. In general, treated materials shall be branded or tagged after

treatment for identification. Lumber shall be bundled and tagged with the appropriate information.

4. Certification: Prior to delivery of materials to the construction site, the

Contractor shall supply to the County or County’s Representative certifications in accordance with Section 02700 of these specifications.

5. Inspection and Testing: Inspection and testing shall be in accordance with

Section 02700 of these specifications.

(c) Barricades 1. Steel Bollards: Shall be Schedule 40 galvanized steel pipe as detailed on

the design plans filled with concrete.

2. Timber Bollards: Shall be Grade No. 1 minimum and surfaced on four sides with eased edging (S4S:EE) and shall be pressure treated with Micronized Copper Azole (MCA) in accordance with the requirements of the American Wood Preservers Association Standard P5 to a final net retention of not less than 0.24 lbs. per cubic foot of wood unless otherwise specified.

3. Concrete shall be in accordance with Section 03302 “Cast-in-Place

Concrete” of these Specifications having a minimum compressive strength of 3,000 psi at 28 days.

Page 192: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 SWING GATES, SCREENING FENCE, BARRICADES, GUARD RAILS AND SIGNAGE

02845 - 5

(d) Guardrail

1. Lumber: All timbers, dimension lumber, and boards shall be graded and carry an identifiable grade mark in accordance with the Grading Rules of the Southern Pine Inspection Bureau. The in place length of lumber shall be shown on the Drawings. Lumber shall comply with the following specifications.

A. Posts, Rails and Blocks: Grade No. 1 minimum SR rough sawn.

2. Hardware: Hardware to be used for the construction of the guardrail shall be manufactured from good, commercial quality material and shall meet the minimum requirements of the following specifications:

A. Bolts and Nuts: All bolts and nuts shall conform to ASTM

Specification A-307 for Grade A Steel and shall have hexagonal heads.

B. NYDD and Standard Cut Washers shall be fabricated from a commercial grade steel and conform to ASTM Specification Designation F 844-83 with the exception that galvanizing shall be as specified below.

C. Spikes and Nails: Shall be annular wire type and shall meet AISI Specification 1010 or 1020 for steel.

D. Threads on all fasteners shall be of the rolled type. All bolts shall

show ¼ inch of thread on the outside face of the nuts. E. All of the above hardware shall be hot-dipped galvanized in

accordance with ASTM designation A-153. The zinc coating shall be Class A, 2.0 ounces of zinc per square foot of hardware surface.

3. Treatment: All lumber shall be treated with preservative by the pressure

process in accordance with the following requirements. A. Lumber shall be squared to length in accordance with the

Drawings before treatment.

B. M.C.A. Treatment: All posts, railing and blocks shall be pressure treated with Micronized Copper Azole (MCA) in accordance with requirements of the American Wood Preservers Association. Standard P5 to a final net retention of not less then 0.24 lbs. per cubic foot of wood as determined by chemical assay according to AWPA Standard C2.

Page 193: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 SWING GATES, SCREENING FENCE, BARRICADES, GUARD RAILS AND SIGNAGE

02845 - 6

C. In general, treated materials shall be branded or tagged after treatment for identification. Lumber shall be bundled and tagged with the appropriate information.

4. Certification: Prior to delivery of materials to the construction site, the

Contractor shall supply to the County or County’s Representative certifications in accordance with Section 02700 of these specifications.

5. Inspection and Testing: Inspection and testing shall be in accordance with

Section 02700 of these specifications.

(e) Signage

1. Signs shall be constructed of lightweight non-corrosive metal (sheet aluminum) 1/8 minimum thickness with non-reflective sheeting background and all direct applied or silk screened copy.

2. Timber posts shall be Grade No. 2 minimum and surfaced on four sides

(S4S) and shall be pressure treated with Micronized Copper Azole (MCA) to a minimum net retention of 0.24 lbs. per cubic foot of wood as determined by chemical assay in accordance with AWPA Standard C-2.

PART 3 - EXECUTION (a) Storage of Materials The method of storing and handling materials at the construction site shall be such

as to avoid injury and to protect them against the weather. Lumber shall be stored 12 inches above the ground to provide ventilation, piled to shed water and to prevent warp. The County or County’s Representative may require suitable covering to protect the materials from the weather.

(b) Swing Gates:

1. Excavate holes for posts to the diameter and spacing shown on the

Drawings without disturbing the underlying materials.

2. Center and align posts. Place concrete around posts, and vibrate or tamp for consolidation. Recheck vertical and top alignment of posts and make necessary corrections. Extend concrete footings 1 inch above grade, and trowel to a crown to shed water. Unless otherwise approved by the Owner or Owner’s Representative, no materials shall be installed on the posts, nor shall the posts be disturbed within 7 days after the individual post footing is completed.

Page 194: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 SWING GATES, SCREENING FENCE, BARRICADES, GUARD RAILS AND SIGNAGE

02845 - 7

3. The clear opening from end posts to end posts shall conform to the

drawings. 4. Set posts plumb in concrete footings. Maximum variation from plumb: ¼

inch. Maximum offset from true position: 1 inch. 5. Install prefabricated gates as shown on the drawings. Install three hinges

per each swinging section, latch, catches, drop bolt.

(c) Screening Fence:

1. Prior to pouring the concrete slab mow table, excavate holes for posts (4” x 4” minimum) at 5’ maximum spacing without disturbing the underlying materials. Set posts plum with a maximum variation from plumb of 1/4'” inch. Posts shall extend a minimum of four (4’) feet below the top of the concrete now table. Fill and compact hole with GA Base gravel.

2. Center and align posts. Place concrete around posts in accordance with

drawing; vibrate or tamp for consolidation. Recheck vertical and top alignment of posts and make necessary corrections. Unless otherwise approved by the Owner or Owner’s Representative, no materials shall be installed on the posts, nor shall the posts be disturbed within 7 days after the concrete mow table is complete.

3. Place beams and fence slats. All materials shall be accurately assembled,

set, regularly spaced, and coursed; and they shall be true to line, even, square, plumb, tight and level.

4. In the installation of bolts, all bolt holes shall be a minimum diameter to

assure a tight and driving fit. Holes shall be of a diameter such that bolts are inserted by light tapping.

5. All bolts shall have a ¼ inch length of thread outside the face of al nuts

after tightening, cutting and trimming of bolt ends is completed.

(d) Barricades 1. Steel Bollards.

A. Excavate holes for bollards to the diameter and spacing shown on the Drawings without disturbing the underlying materials.

B. Center and align bollards. Place concrete around bollards, and vibrate or tamp for consolidation. Recheck vertical and top alignment of bollards and make necessary corrections. Extend

Page 195: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 SWING GATES, SCREENING FENCE, BARRICADES, GUARD RAILS AND SIGNAGE

02845 - 8

concrete footings 1 inch above grade, and trowel to a crown to shed water. Unless otherwise approved by the Engineer, no materials shall be installed on the posts, nor shall the bollards be disturbed within 7 days after the individual bollards footing is completed.

C. Set bollards plumb in concrete footings (maximum variation from

plumb: ¼ inch). 2. Timber Bollards

A. Excavate holes for timber bollards to the diameter and spacing shown on the Drawings without disturbing the underlying material.

B. Place bollard in hole. Set plumb with maximum variation from

plumb: ¼” inch. C. Fill hole completely with GA Base gravel.

(e) Guardrails

1. Excavate shallow pilot holes (7” max.) as necessary for the posts to the size and spacing specified without disturbing the underlying materials.

2. All posts and lumber whenever possible shall be cut to size trimmed and

bored before assembly. 3. All field cuts, trimmed areas and holes shall be given three coats of

Bitumastic No. 300-M (Black) in accordance with the manufacturer’s instructions.

4. All posts shown on the drawings shall be driven by gravity or vibratory

hammer as approved by the County or County’s Representative. Any hammer which does not perform satisfactorily on posts being driven, regardless of prior approval, shall be replaced by a hammer acceptable to the County or County’s Representative. Driving shall be continuous without intermission until the post has been driven to the required penetration. In general, the penetration for any post shall not be less than shown on the Plans even in hard materials.

5. During driving, the top of posts shall be protected from damage by using a

head or cap. The head or cap shall cover the entire surface of the top of the post. Trimming the top of the post to fit the cap shall be kept to a minimum.

Page 196: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 SWING GATES, SCREENING FENCE, BARRICADES, GUARD RAILS AND SIGNAGE

02845 - 9

6. All materials shall be accurately assembled, set, regularly spaced, and coursed; and they shall be true to line, even, square, plumb, tight and level.

7. In the installation of bolts, all bolt holes shall be a minimum diameter to

assure a tight and driving fit. Holes shall be of a diameter such that bolts are inserted by light tapping. All counterbored holes for the installation of washers shall not be more than 1.0 inch in depth.

8. All bolts shall have a ¼ inch length of thread outside the fence of all nuts

after tightening, cutting and trimming of bolt ends is completed. (f) Signage

1. Excavate holes for sign posts to the diameter and at the locations shown

without disturbing the underlying materials. 2. Place posts plumb in hole and tamp backfill for consolidation. Recheck

vertical and top alignment of sign posts and make necessary corrections.

PART 4 - MEASUREMENT FOR PAYMENT (a) No measurement for payment of items of work will be made since their cost shall

be incidental to other pertinent items specified in the Contract Drawings.

- END OF SECTION -

Page 197: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Revised Date: 05/08/2014 TERMITE CONTROL FOR GATEHOUSE

02855-1

SPECIAL PROVISIONS: DIVISION 2 – PUBLIC FACILITIES AND SITE WORK

SECTION 02855 TERMITE CONTROL FOR GATEHOUSE

PART 1 - GENERAL

(a) Related Documents

1. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section.

(b) Summary

1. This Section includes the following:

A. Soil treatment with termiticide.

2. Related Sections include the following:

A. Section 061000 "Rough Carpentry" for wood preservative treatment by pressure process.

(c) Performance Requirements

1. Service Life of Soil Treatment: Soil treatment by use of a termiticide that is effective for not less than 5 years against infestation of subterranean termites.

(d) Submittals

1. Product Data: For termiticide.

A. Include the EPA-Registered Label for termiticide products.

2. Product Certificates: For termite control products, signed by product manufacturer.

3. Qualification Data: For Installer of termite control products.

4. Soil Treatment Application Report: After application of termiticide is completed, submit report for Owner's record information, including the following:

Page 198: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Revised Date: 05/08/2014 TERMITE CONTROL FOR GATEHOUSE

02855-2

A. Date and time of application. B. Moisture content of soil before application. C. Brand name and manufacturer of termiticide. D. Quantity of undiluted termiticide used. E. Dilutions, methods, volumes, and rates of application used. F. Areas of application. G. Water source for application.

5. Warranty: Special warranty specified in this Section.

(e) Quality Assurance

1. Installer Qualifications: A specialist who is licensed according to regulations of authorities having jurisdiction to apply termite control treatment and products in jurisdiction where Project is located.

2. Regulatory Requirements: Formulate and apply termiticides according to the EPA-Registered Label.

3. Source Limitations: Obtain termite control products through one source.

(f) Project Conditions

1. Environmental Limitations: To ensure penetration, do not treat soil that is water saturated or frozen. Do not treat soil while precipitation is occurring. Comply with requirements of the EPA-Registered Label and requirements of authorities having jurisdiction.

(g) Coordination

1. Coordinate soil treatment application with excavating, filling, grading, and concreting operations. Treat soil under footings, grade beams, and ground-supported slabs before construction.

(h) Warranty

1. Special Warranty: Manufacturer's standard form, signed by Applicator and Contractor certifying that termite control work, consisting of applied soil termiticide treatment, will prevent infestation of subterranean termites. If subterranean termite activity or damage is discovered during warranty period, re-treat soil and repair or replace damage caused by termite infestation.

A. Warranty Period: Five years from date of Substantial Completion.

Page 199: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Revised Date: 05/08/2014 TERMITE CONTROL FOR GATEHOUSE

02855-3

PART 2 - PRODUCTS

(a) Manufactures

1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are limited to, the following:

A. Termiticides:

1. Aventis Environmental Science USA LP; Termidor. 2. Bayer Corporation; Premise 75. 3. FMC Corporation, Agricultural Products Group; Talstar 4. Syngenta; Demon TC.

(b) Soil Treatment

1. Termiticide: Provide an EPA-registered termiticide complying with requirements of authorities having jurisdiction, in an aqueous solution formulated to prevent termite infestation. Provide quantity required for application at the label volume and rate for the maximum termiticide concentration allowed for each specific use, according to product's EPA-Registered Label.

PART 3 - EXECUTION

(a) Examination

1. Examine substrates, areas, and conditions, with Applicator present, for compliance with requirements for moisture content of soil, interfaces with earthwork, slab and foundation work, landscaping, and other conditions affecting performance of termite control.

A. Proceed with application only after unsatisfactory conditions have been corrected.

(b) Preparation

1. General: Comply with the most stringent requirements of authorities having jurisdiction and with manufacturer's written instructions for preparation before beginning application of termite control treatment.

Page 200: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Revised Date: 05/08/2014 TERMITE CONTROL FOR GATEHOUSE

02855-4

Remove all extraneous sources of wood cellulose and other edible materials such as wood debris, tree stumps and roots, stakes, formwork, and construction waste wood from soil within and around foundations.

2. Soil Treatment Preparation: Remove foreign matter and impermeable soil materials that could decrease treatment effectiveness on areas to be treated. Loosen, rake, and level soil to be treated except previously compacted areas under slabs and footings. Termiticides may be applied before placing compacted fill under slabs if recommended in writing by termiticide manufacturer.

A. Fit filling hose connected to water source at the site with a backflow preventer, complying with requirements of authorities having jurisdiction.

(c) Application, General

1. General: Comply with the most stringent requirements of authorities having jurisdiction and with manufacturer's EPA-Registered Label for products.

(d) Applying Soil Treatment

1. Application: Mix soil treatment termiticide solution to a uniform consistency. Provide quantity required for application at the label volume and rate for the maximum specified concentration of termiticide, according to manufacturer's EPA-Registered Label, to the following so that a continuous horizontal and vertical termiticidal barrier or treated zone is established around and under building construction. Distribute treatment evenly.

A. Slabs-on-Grade and Basement Slabs: Under ground-supported slab construction, including footings, building slabs, and attached slabs as an overall treatment. Treat soil materials before concrete footings and slabs are placed.

B. Foundations: Adjacent soil including soil along the entire inside

perimeter of foundation walls, along both sides of interior partition walls, around plumbing pipes and electric conduit penetrating the slab, and around interior column footers, piers, and chimney bases; also along the entire outside perimeter, from grade to bottom of footing. Avoid soil washout around footings.

C. Penetrations: At expansion joints, control joints, and areas where

slabs will be penetrated.

Page 201: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Revised Date: 05/08/2014 TERMITE CONTROL FOR GATEHOUSE

02855-5

2. Avoid disturbance of treated soil after application. Keep off treated areas until completely dry.

3. Protect termiticide solution, dispersed in treated soils and fills, from being diluted until ground-supported slabs are installed. Use waterproof barrier according to EPA-Registered Label instructions.

4. Post warning signs in areas of application.

5. Reapply soil treatment solution to areas disturbed by subsequent excavation, grading, landscaping, or other construction activities following application.

PART 4 – MEASUREMENT FOR PAYMENT

(a) No measurement for payment of these items of work will be made since their cost shall be included in the Lump Sum basis for Bid Item Number 20.

END OF SECTION

Page 202: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Anne Arundel County, Maryland Department of Public Works Bureau of Engineering

Division 3 – Concrete

Fort Smallwood Park Phase 1B AACO Project Number P-535900

AACO Proposal Number P-535904

Page 203: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 CAST-IN-PLACE CONCRETE

03302 - 1

DIVISION 3 – CONCRETE SECTION 03302 CAST-IN-PLACE CONCRETE PART 1 – GENERAL (a) Definitions

1. AACSSC: Anne Arundel County Standard Specifications for Construction, latest edition, and all applicable supplements and addenda pertaining thereto.

2. Engineer: Engineer, as used in the Anne Arundel County Specifications

for Construction, shall refer to the County Project Manager or his authorized representative.

3. County: County, as used herein, shall refer to the Anne Arundel County

Department of Public Works County Project Manager or his authorized representative.

(b) Related work not included in this Section consists of the following: 1. AACSSC Section 02670 provided under “Curb, Combination Curb and

Gutter, and Monolithic Median.” 2. AACSSC Section 03200 provided under “Concrete Reinforcement.” 3. AACSSC Section 03300 provided under “Cast-In-Place Concrete

Structures”

4. Section 02100 provided under “Site Preparation”.

5. Section 02220 provided under “Earthwork.”

6. Section 02640 provided under “Hot Mix Asphalt Pavement.”

7. Section 02701 provided under “Wingwall and Jetty”.

(c) The Contractor shall provide all materials, labor, equipment and services necessary for, and reasonably incidental to furnishing and installing cast-in-place concrete such as, but not limited to boat ramp slab, pier, curbs, and utility pads.

(d) Work shall consist of necessary subbase grading, forming, reinforcing, expansion

joints, mixing, pouring, curing, finishing, and protection of concrete structures and surfaces.

Page 204: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 CAST-IN-PLACE CONCRETE

03302 - 2

(e) Quality Assurance: Skilled workforce experienced in concrete placement and finishing shall be used for all work. All materials shall be new and first order.

(f) Testing Agency: The Contractor shall engage a professional testing agency to

obtain concrete cylinders, conduct required breakage tests, and report findings in a suitable technical report format. Cost of testing, inspection and preparing the report shall be borne by the Contractor.

(g) Submittals:

1. Submit the following information for approval prior to initiation of construction:

A. Mix design, including complete information on all additives.

B. Reinforcing steel certification.

C. Expansion joint - manufacturer's catalog data.

2. Submit all test reports upon receipt from the professional testing agency.

(h) Delivery, Storage and Handling: Do not deliver concrete until forms,

reinforcement, embedded items, and chamfer strips are in place and ready for concrete placement. Follow ACI 301 for job site storage of materials. Store reinforcement on racks raised above the ground to avoid excessive rusting. Protect materials from contaminants such as grease, oil, and dirt. Ensure materials can be accurately identified after bundles are broken and tags removed.

PART 2 – PRODUCTS (a) AACSSC Sections 02670.02, 03200.02, and 03300.02 applies to this section. (b) Concrete

1. Contractor-Furnished Mix Design: ACI 211.1, ACI 301, and ACI 318 except as otherwise specified. The compressive strength (f'c) of the concrete for each portion of the structure(s) shall be indicated and as shown in Table I at the end of this section.

2. Maximum slump shown in Table 1 may be increased one inch for methods

of consolidation other than vibration. Slump may be increased to 7 inches when superplasticizers are used. Provide air entrainment using air-entraining admixture. The water soluble chloride ion concentrations in hardened concrete at ages from 28 to 42 days shall not exceed 0.15.

3. Required Average Strength of Mix Design: The selected mixture shall

Page 205: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 CAST-IN-PLACE CONCRETE

03302 - 3

produce an average compressive strength exceeding the specified strength by the amount indicated in ACI 301.

(b) Materials

1. Cement: ASTM C-150, Type I or II blended cement except as modified herein. The blended cement shall consist of a mixture of ASTM C-150 cement and one of the following materials: ASTM C-618 pozzolan or fly ash, or ASTM C-989 ground iron blast furnace slag. The pozzolan or fly ash content shall not exceed 25% by weight of the total cementitious material. The ground iron blast furnace slag shall not exceed 50% by weight of total cementitious material. For exposed concrete, use one manufacturer for each type of cement, ground slag, fly ash, and pozzolan.

2. Water: Water shall be fresh, clean and potable.

3. Aggregates: ASTM C-33, except as modified herein. Furnish aggregates

for exposed concrete surfaces from one source. Aggregates shall not contain any substance which may be deleteriously reactive with the alkalis in the cement.

4. Nonshrink Grout: ASTM C-1107. 5. Admixtures: Calcium chloride shall not be used as an admixture.

A. Air-Entraining: ASTM C-260.

B. Accelerating: ASTM C-494/ C-494M, Type C.

C. Retarding: ASTM C-494/ C-494M, Type B or D.

D. Water Reducing: ASTM C-49/ C-494M Type A or E.

6. Materials for Forms: Provide wood, plywood, or steel. Use plywood or steel forms where a smooth form finish is required. Lumber shall be square edged or tongue-and-groove boards, free of raised grain, knotholes, or other surface defects. Plywood: PS-1, B-B concrete form panels or better. Steel form surfaces shall not contain irregularities, dents, or sags.

A. Form Ties and Accessories: The use of wire alone is prohibited.

Form ties and accessories shall not reduce the effective cover of the reinforcement.

B. Reinforcing Bars: ASTM A-615/A-615M and ASTM A-617/A-

617M with the bars marked A, Grade 60; ASTM A-706/A-706M.

Page 206: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 CAST-IN-PLACE CONCRETE

03302 - 4

C. Chairs or concrete bricks to provide required clearances.

7. Reinforcement:

A. Reinforcing Bars: ACI 301/301M unless otherwise specified. ASTM A-615/A-615M and ASTM A-617/A-617M with bars marked A, grade 60. Epoxy-coated reinforcing steel bars ASTM A-775A/A-775M.

B. Welded Wire Fabric: ASTM A-185 or ASTM A-497. Provide flat

sheets of welded wire fabric for slabs and toppings unless otherwise specified.

8. Materials for Curing Concrete:

A. Impervious Sheeting: ASTM C-171, waterproof paper, clear or

white polyethylene sheeting, or polyethylene-coated burlap.

B. Liquid Membrane-Forming Compound: ASTM C-309, white pigmented, Type 2, Class B.

9. Expansion/Contraction Joint Filler: ASTM D-1751 or ASTM D-1752, 1/2

inch thick, unless otherwise indicated or as directed by the County or County’s Representative.

. PART 3 – EXECUTION (a) AACSSC Sections 02670.03, 03200.03 and 03300.03 applies to this section. (b) Preparation: The Contractor shall prepare subgrade and place, grade and compact

aggregate base course in accordance with Section 02200 – “Earthwork.” Forms and shoring shall not be placed until the Contractor’s geotechnical consultant and the County’s Representative have given approval.

(c) Forms: ACI 301/301M. Provide forms and shoring for concrete placement. Set

forms mortar-tight and true to line and grade. Forms shall be sufficiently strong to carry the dead weight of the concrete without deflection. Chamfer above grade exposed joints, edges, and external corners of concrete 0.75 inch unless otherwise indicated. Provide formwork with clean-out openings to permit inspection and removal of debris.

1. Coating: Before concrete placement, coat the contact surfaces of forms

with a non-staining mineral oil, non-staining form coating compound, or two coats of nitrocellulose lacquer. Do not use mineral oil on forms for surfaces to which adhesive, paint, or other finish material is to be applied.

Page 207: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 CAST-IN-PLACE CONCRETE

03302 - 5

2. Removal of Forms and Supports: After placing concrete forms shall remain in place for the time periods specified in ACI 347R. Prevent concrete damage during form removal.

3. Dewatering: The boat ramp’s slab and subbase shall not be placed within

the wingwall enclosure until the area has been dewatered and the wingwall/toewall has been inspected and approved by the County or County’s Representative. Care shall be taken during the pouring and filling operation to maintain the alignment of the wingwall. The Contractor shall be responsible for adequately bracing the wingwalls/toewall as necessary before and during dewatering.

(d) Placing Reinforcement and Miscellaneous Materials ACI/MCP-2. Provide bars,

wire fabric, wire ties, supports, and other devices necessary to install and secure reinforcement. Reinforcement must not have rust, scale, oil, grease, clay, or foreign substances that would reduce the bond. Rusting of reinforcement is a basis of rejection if the effective cross-sectional area or the nominal weight per unit length has been reduced. Remove loose rust prior to placing steel. Tack welding is prohibited.

1. Reinforcement Supports: Place reinforcement and secure with galvanized

or non corrodible chairs or spacers as approved by the County or County’s Representative. For supporting reinforcement on the ground, use concrete or other non corrodible material, having a compressive strength equal to or greater than the concrete being placed.

2. Epoxy Coated Reinforcing: Shall meet the requirements of ASTM A

775/A 775M including Appendix X1, "Guidelines for Job Site Practices" except as otherwise specified herein. Epoxy-coated bars shall be tied with plastic-coated tie wire; or other materials acceptable to the County or County’s Representative.

3. Epoxy Coated Reinforcing Steel Placement and Coating Repair: Carefully

handle and install bars to minimize job site patching. Do not drag bars over other bars or over abrasive surfaces. Keep bar free of dirt and grit. When possible, assemble reinforcement as tied cages prior to final placement into the forms. Support assembled cages on padded supports. It is not expected that coated bars, when in final position ready for concrete placement, are completely free of damaged areas; however, excessive nicks and scrapes which expose steel is cause for rejection. Criteria for defects which require repair and for those that do not require repair are as indicated. Inspect for defects and provide required repairs prior to assembly. After assembly, reinspect and provide final repairs.

A. Immediately prior to application of the patching material, manually

Page 208: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 CAST-IN-PLACE CONCRETE

03302 - 6

remove any rust and debonded coating from the reinforcement by suitable techniques employing devices such as wire brushes and emery paper. Exercise care during this surface preparation so that the damaged areas are not enlarged more than necessary to accomplish the repair. Clean damaged areas of dirt, debris, oil, and similar materials prior to application of the patching material.

B. Do repair and patching in accordance with the patching material

manufacturer's recommendations. These recommendations, including cure times, must be available at the job site at all times. Patching material must be referenced in shop drawing submittals.

C. Allow adequate time for the patching materials to cure in

accordance with the manufacturer's recommendation prior to concrete placement.

4. Cover: ACI/MCP-2 for minimum coverage, unless otherwise indicated.

5. Setting Miscellaneous Material: Place and secure anchors and bolts, pipe

sleeves, conduits, chairs or concrete bricks to provide cover clearances, and other such items in position before concrete placement. Plumb anchor bolts and check location and elevation. Temporarily fill voids in sleeves with readily removable material to prevent the entry of concrete.

6. Construction Joints: Locate joints to least impair strength. Continue

reinforcement across joints unless otherwise indicated. In paved areas exposed to vehicular traffic, provide construction joints in accordance with Anne Arundel County Standards and Specifications and as directed by the County or County’s Representative.

7. Expansion Joints and Contraction Joints: Provide expansion joints along

curbs at 40’ maximum intervals and at edges of boat ramp slab on grade abutting vertical surfaces, and as indicated. Make expansion joints ½ inch wide unless indicated otherwise. Completely fill joints exposed to weather with joint filler material and joint sealant. Do not extend reinforcement or other embedded metal items bonded to the concrete through any expansion joint unless an expansion sleeve is used.

Provide contraction joints, at a maximum spacing of 10 feet unless

otherwise indicated. Contraction joints shall be at a minimum of 1 inch depth after the surface has been finished. Complete saw joints within 4 to 12 hours after concrete placement. Protect joints from intrusion of foreign matter. Seal joints per Anne Arundel Standard Specifications.

(e) Batching, Measuring, Mixing, and Transporting Concrete: ASTM C-94/C-94M,

Page 209: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 CAST-IN-PLACE CONCRETE

03302 - 7

ACI 301/301M, ACI 302.1R, and ACI 304R, except as modified herein. Batching equipment shall be such that the concrete ingredients are consistently measured within the following tolerances: 1% for cement and water, 2% for aggregate, and 3% for admixtures. Furnish mandatory batch ticket information for each load of ready mix concrete.

1. Mixing: ASTM C-94/C-94M and ACI 301/301M. Machine mix concrete.

Begin mixing within 30 minutes after the cement has been added to the aggregates. Place concrete within 90 minutes of either addition of mixing water to cement and aggregates or addition of cement to aggregates if the air temperature is less than 84° F.

A. Reduce mixing time and place concrete within 60 minutes if the air

temperature is greater than 84 degrees F except as follows: if set retarding admixture is used and slump requirements can be met, limit for placing concrete may remain at 90 minutes. Additional water may be added, provided that both the specified maximum slump and water-cement ratio are not exceeded. When additional water is added, an additional 30 revolutions of the mixer at mixing speed is required. If the entrained air content falls below the specified limit, add a sufficient quantity of admixture to bring the entrained air content within the specified limits. Dissolve admixtures in the mixing water and mix in the drum to uniformly distribute the admixture throughout the batch.

2. Transporting: Transport concrete from the mixer to the forms as rapidly

as practicable. Prevent segregation or loss of ingredients. Clean transporting equipment thoroughly before each batch. Do not use aluminum pipe or chutes. Remove concrete which has segregated in transporting and dispose of as directed.

(f) Placing Concrete

Place concrete as soon as practicable after the forms and the reinforcement have been inspected and approved. Contractor shall contact the County or County’s Representative forty-eight (48) hours prior to pour to allow sufficient time for inspection and any corrections. Do not place concrete when weather conditions prevent proper placement and consolidation: in uncovered areas during periods of precipitation, or in standing water. Deposit concrete as close as practicable to the final position in the forms. Do not exceed a free vertical drop of 3 feet from the point of discharge. Place concrete in one continuous operation from one end of the structure towards the other.

1. Vibration: ACI 301/301M and ASTM A 775. Furnish a spare, working,

Page 210: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 CAST-IN-PLACE CONCRETE

03302 - 8

vibrator on the job site whenever concrete is placed. Consolidate concrete slabs greater than 4 inches in depth with high frequency mechanical vibrating equipment supplemented by hand spading and tamping. Consolidate concrete slabs 4 inches or less in depth by wood tampers, spading, and settling with a heavy leveling straightedge. Operate internal vibrators with vibratory element submerged in the concrete, with a minimum frequency of not less than 6000 impulses per minute when submerged. Do not use vibrators to transport the concrete in the forms. Insert and withdraw vibrators approximately 18 inches apart. Penetrate the previously placed lift with the vibrator when more than one lift is required. Place concrete in 18 inch maximum vertical lifts. External vibrators shall be used on the exterior surface of the forms when internal vibrators do not provide adequate consolidation of the concrete.

2. Cold Weather: ACI 306.1. Do not allow concrete temperature to decrease

below 50° F. Obtain approval prior to placing concrete when the ambient temperature is below 40° F or when concrete is likely to be subjected to freezing temperatures within 24 hours. Cover concrete and provide sufficient heat to maintain 50° F minimum adjacent to both the formwork and the structure while curing. Limit the rate of cooling to 5° F in any one hour and 50° F per 24 hours after heat application.

3. Hot Weather: ACI 305R. Maintain required concrete temperature using

Figure 2.1.5 in ACI 305R to prevent the evaporation rate from exceeding 0.2 pounds of water per square foot of exposed concrete per hour. Cool ingredients before mixing or use other suitable means to control concrete temperature and prevent rapid drying of newly placed concrete. Shade the fresh concrete as soon as possible after placing. Start curing when the surface of the fresh concrete is sufficiently hard to permit curing without damage.

Provide water hoses, pipes, spraying equipment, and water hauling

equipment, where job site is remote to water source, to maintain a moist concrete surface throughout the curing period. Provide burlap cover or other suitable, permeable material with fog spray or continuous wetting of the concrete when weather conditions prevent the use of either liquid membrane curing compound or impervious sheets. For vertical surfaces, protect forms from direct sunlight and add water to top of structure once concrete is set.

(g) Surface Finishes

1. Concrete Curb, Leveling Pad, Piers, and Utility Pads: Use broom finish on surface of curb, leveling pad, piers, and utility pads, unless otherwise indicated. Perform a floated finish, and then draw a broom or burlap belt across the surface to produce a coarse scored texture. Permit surface to

Page 211: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 CAST-IN-PLACE CONCRETE

03302 - 9

harden sufficiently to retain the scoring or ridges. Broom at right angles to the slope of the slab. Unless otherwise indicated, provide a transverse slope of 1/48. Limit variation in cross section to 1/4 inch in 5 feet.

2. Concrete Boat Ramp: The task of grooving the concrete boat ramp’s

surface has frequently been a problem for Contractors. Therefore, the purpose of the following is to present a tried and proven method whereby acceptable grooving can be accomplished at a reasonable expense. An acceptable finish has sharp crisp grooves in a true straight line at the appropriate angle from the edge of one form to the edge of the opposite form. Grooves that cross, curve, are not continuous from edge to edge, or that have irregular faces, peaks or valleys shall not be acceptable.

A suitable tool for finishing concrete boat launching ramps can be easily

fabricated in any welding shop and can usually be made out of scrap materials on hand. The tool should be approximately 20 to 30 inches long and 20 to 24 inches wide with a total weight of 22 to 25 pounds. The actual V-Groove finish is imparted to the fresh concrete by approximately six 1”x1”x3/16” angles. The tool is designed to be screwed onto a length of bullfloat type pipe which is used for a handle. The smaller tools have short handles attached to their backs similar to a hand float. Grooving tools are available from Maryland DNR upon receipt of a certified check in the amount of $3,000. The check will be returned to the Contractor upon return of the tools to DNR in an acceptable condition.

The following procedure is recommended; A. The concrete should be placed, vibrated, screened, etc. as per

normal procedures, making sure the aggregate is tamped approximately ½” deep and the surface floated smooth with a wood float.

B. Finish work should be started at the bottom corner of the ramp and

proceed with the grooves oriented at 60 degrees from the axis of the ramp. Finishing work should proceed when the concrete has reached the proper consistency whereby smooth, crisp grooves can easily be formed.

C. It is suggested that a crew of not less that five (5) workers

including at least two (2) finishers perform the work. Working from opposite sides, the finishers can easily match the grooves, and a uniform surface can be efficiently produced. All tools, supplies, equipment and materials are to be on site before beginning placement of concrete.

Page 212: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 CAST-IN-PLACE CONCRETE

03302 - 10

D. The actual forming of the grooves is accomplished by pushing and pulling the finish tool back and forth across the surface of the wet concrete. The length of the tool gives good stability and the tool should track nicely if one of the angles on the bottom is overlapped into the last previously formed groove. When the concrete is ready for finishing, two passes of the V-groove tool will usually form crisp, clean grooves. Contractors sometimes like to use a long straight length of 2” x 4” or 2’ x 6” lumber as a guide for the finish tools. Two (2”) inch pipe also works well with less deflection.

E. Because of the rectangular shape of the finishing tool, it is difficult

to work the tool up close to the concrete forms on each side of the lane, especially since the grooves are 60 degrees to the forms. Therefore, another helpful tool can be made similar to the large tool, but only 6” to 8” long and about 4” to 3” wide with the 1” x 1” x 3/16” angles trimmed off at one end of the appropriate angle to allow cleaning up the ends of the V-grooves immediately adjacent to the concrete forms and in the corners of the forms. This work is done as a follow-up behind the main grooving work.

Prior to beginning concrete work on the actual launching ramp, the

Contractor shall make 4’x 8’ X 4’ V-groove concrete test panel on flat ground at the construction site. Upon approval of a test panel by the County or County’s Representative the panel will demonstrate the Contractor’s ability to form satisfactory V-grooves and will serve as an objective standard on the site for judging the acceptability of the V-grooves formed on the actual launching ramp.

(h) Joints: Provide contraction joints spaced every 10 feet maximum unless

otherwise indicated. Cut contraction joints ¾ inch deep with a joining tool after the surface has been finished. Provide expansion joints ½ inch thick at the concrete/wingwall interface.

(i) Curing and Protection

ACI 301/301M except 10 days for retaining walls or pavement and 21 days for concrete that will be in full-time or intermittent contact with seawater, salt spray, alkali soil or waters. Begin curing immediately following form removal. Avoid damage to concrete from vibration created by blasting, pile driving, movement of equipment in the vicinity, disturbance of formwork or protruding reinforcement, and any other activity resulting in ground vibrations. Protect concrete from injurious action by sun, rain, flowing water, frost, mechanical injury, tire marks, and oil stains. The materials and methods of curing shall be subject to approval by the County or County’s Representative.

Page 213: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 CAST-IN-PLACE CONCRETE

03302 - 11

1. Protection of Treated Surfaces: Prohibit pedestrian and vehicular traffic and other sources of abrasion at least 72 hours after compound application. Maintain continuity of the coating for the entire curing period and immediately repair any damage.

(j) Field Quality Control

1. Sampling ASTM C-172. Collect samples of fresh concrete to perform tests specified. ASTM C-31/ C-31M for making test specimens.

2. Testing:

A. Slump Tests: ASTM C-143/ C-143M. Take concrete samples

during concrete placement.

The maximum slump may be increased as specified with the addition of an approved admixture provided that the water-cement ratio is not exceeded. Perform tests at commencement of concrete placement, when test cylinders are made, and for each batch (minimum) or every 20 cubic yards (maximum) of concrete.

B. Temperature Tests: Test the concrete delivered and the concrete in

the forms. Perform tests in hot or cold weather conditions (below 50° F and above 80° F) for each batch (minimum) or every 10 cubic yards (maximum) of concrete, until the specified temperature is obtained, and whenever test cylinders and slump tests are made.

C. Compressive Strength Tests: ASTM C-39. Make three test

cylinders for each set of tests in accordance with ASTM C-31/C-31M. Precautions shall be taken to prevent evaporation and loss of water from the specimen. Test one cylinder at 7 days, one cylinder at 28 days, and hold one cylinder in reserve. Samples for strength tests of each mix design and concrete placed each day shall be taken not less than once a day, not less than once for each 50 cubic yards of concrete. If the average of any three consecutive strength test results is less than f'c (referenced below) or if any strength test result falls below f'c by more than 500 psi, take a minimum of three ASTM C-42/C-42M core samples from the in-place work represented by the low test cylinder results and test. Concrete represented by core test shall be considered structurally adequate if the average of three cores is equal to at least 85% of f'c and if no single core is less than 75% of f'c. Locations represented by erratic core strengths shall be retested. Remove concrete not meeting strength criteria and provide new acceptable concrete. Repair core holes with non-shrink grout. Match color and finish of adjacent concrete.

Page 214: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 CAST-IN-PLACE CONCRETE

03302 - 12

D. Air Content: ASTM C-231 for normal weight concrete. Test air-

entrained concrete for air content at the same frequency as specified for slump tests.

PART 4 – MEASUREMENT FOR PAYMENT (a) No measurement for payment of items of work will be made since their cost shall

be incidental to other pertinent items specified in the Contract Drawings.

-END OF SECTION -

TABLE 1

f'c Cast-In-Place Concrete

Location, AACSSC Mix Designation

f'c (Min. 28 Day Comp. Strength)

(psi)

ASTM C-33 (Aggregate Size No.)

Range of

Slump (inches)

Water-Cement Ratio

(max. by weight)

Air Entr.

(percent)

Boat ramp, Leveling Pad, and Pier

(AACSSC Mix No. 3)

3500 57 or 67 2-5 0.50 5-8

Utility Pads, Porta Pottie Pad, Curb, and Post Footer

Concrete (AACSSC Mix

No. 2)

3000 57 or 67 2-5 0.50 4-7

Page 215: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14

PRECAST CONCRETE STRUCTURES 03400 - 1

SPECIAL PROVISIONS: DIVISION 3 – CONCRETE

SECTION 03400 PRECAST CONCRETE STRUCTURES

PART 1 - GENERAL

(a) Definitions

1. AACSSC: Anne Arundel County Standard Specifications for Construction, latest edition, and all applicable supplements and addenda pertaining thereto.

2. Engineer: Engineer, as used in the Anne Arundel County Specifications for Construction, shall refer to the County Project Manager or his authorized representative.

3. County: County, as used herein, shall refer to the Anne Arundel County Department of Public Works County Project Manager or his authorized representative.

(b) Related work not included in this Section consists of the following:

1. AACSSC Section 02723 provided under “Precast Concrete Wheel Stops.”

2. AACSSC Section 03400 provided under “Precast Concrete Utility Structures”

3. Section 02225 provided under “Earthwork for Utilities.”

4. Section 02640 provided under “Hot Mix Asphalt Pavement”

5. Section 02650 provided under “Permeable Articulating Concrete Block/Mat”

(c) Precast concrete utility structures shall include, but not necessarily be limited to, furnishing and installing precast inlets, wheel stops and other miscellaneous structures of the configuration and to the extend indicated and in accordance with the Contract Documents.

(d) Precast concrete utility structures shall be supplied by a qualified firm with a minimum of 3 years of continuous operations and which has performed at least three representative jobs, which have existed three years or longer, comparable to precast work required for this Contract.

(e) The County will inspect all materials before and/or after installation to ensure compliance with the Contract Documents. Access to the casting plant shall be allowed to the County at any time to inspect the fabrication of units for this project.

(f) Precast units shall be substantially free of fractures and surface roughness. The plans of the ends of sections to be joined shall be perpendicular to their longitudinal axis within 5/8 inch. Precast units shall be subject to rejection on

Page 216: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14

PRECAST CONCRETE STRUCTURES 03400 - 2

account of failure to conform to any of the Specification requirements. In addition, individual sections may be rejected because of any of the following:

1. Fractures or cracks passing through the wall, except for a single end crack that does not exceed the depth of the joint.

2. Defects that indicate imperfect proportioning, mixing, and molding.

3. Surface defects indicating honeycombing or open texture.

4. Damaged or cracked ends, where such damage would prevent making a satisfactory joint.

5. Any continuous crack having a surface width of 0.01 inch or more and extending for a length of 12 inches or more, regardless of position in the section or wall.

(g) For grade rings, cracks or fractures extending for a length of ½ inch or more regardless of position in the ring. Dimensional tolerances shall be +/- ¼ inch.

(h) Precast units shall be set so as to be vertical. The maximum allowable deviation, when measured from the top to the bottom of the completed unit, shall not exceed ¼ inch.

(i) The manufacturer or supplier shall store completed sections off the ground with ample space between rows and enough clearance above and below to allow full view of walls and joint ends for inspection purposes.

(j) The County reserves the right to require core samples of finished products.

(k) All precast units shall be marked with the manufacturer’s name or trademark, date of manufacturer, and the ASTM and/or AASHTO specification under which the unit was manufactured.

(l) Shop drawing shall be submitted for all precast units. The shop drawings shall be fully dimensioned and show reinforcing details, joint details, design loads, pertinent design calculations, and lifting and erection inserts. Shop drawings shall also include the precast unit manufacturer’s handling, assembly, and installation directions and recommendations.

(m) Certificates of compliance shall be submitted stating that the precast units furnished, and their components, meet the design, fabrication, and testing requirements specified in this Project Manual.

PART 2 – PRODUCTS

(a) AACSSC Sections 02723.02 and 03400.02 applies to this Section. (b) The portland cement concrete precast structures shall have a minimum

compressive strength of 4500 psi at 28 days unless otherwise indicated on the Contract Drawings. Portland cement shall be Type II. Air entraining admixtures shall be used to produce between 4 and 6 percent air by volume. It shall be the precast unit manufacturer’s responsibility to insure that the specified concrete

Page 217: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14

PRECAST CONCRETE STRUCTURES 03400 - 3

strength is maintained throughout production of the units. Mix design shall be those previously used by the manufacturers which have proven satisfactory for casting units similar to those specified and producing the required strength. All precast concrete shall be air entrained. Admixtures containing calcium chloride shall not be used.

(c) Precast concrete manholes shall meet the requirements of ASTM C 478 except that the minimum compressive strength of the concrete shall be 4500 psi.

(d) Concrete Reinforcement shall meet or exceed the requirements of ASTM A 615, Grade 60.

(e) The joints between vertical sections shall have o-ring gaskets. Precast sections shall have “A” lock gaskets per ASTM C 923 integrally cast into the wall section for all pipe to precast unit connections.

(f) Inlets shall meet the requirements of AASHTO M 199.

(g) Two coats of Bitumastic 300 M or equivalent bituminous coating shall be applied to the exterior of all precast utility structures. The total thickness of the cured coating shall not be less than 16 mils.

(h) Grade rings shall meet the requirements of ASTM 478 and shall be one piece, 2 or 3 inches thick, with anchor bolt holes.

(i) Aluminum steps shall be fabricated from aluminum alloy 6061-T6. Steps shall be of the drop front design and shall incorporate two non-skid grooves in the tread.

(j) Miscellaneous structures not otherwise covered shall meet the requirements of ASTM C 913.

(k) Granular bedding for all precast structures shall be AASHTO M-43, No. 57 Aggregate.

PART 3 – EXECUTION

(a) AACSSC Sections 02703.03 and 03400.03 applies to this Section. (b) Structural design for the precast units shall be prepared by a Registered

Professional Engineer for the precast manufacturer. Units under paved areas shall be designed for HS 20 minimum load designation or 300 psf live load, whichever is more critical for determination of concrete and steel stresses. Units not exposed to traffic loads shall be designed for AASHTO H 10 minimum loads.

(c) Joints shall meet the requirements of ASTM C 443, shall be self-centering, and shall form a uniform watertight joint.

(d) The precast units shall be factory cast. Job site casting will not be permitted. Concrete in the precast elements shall be continuously placed to prevent formation of seams. The finished units shall be free of voids, cracks, and have beveled corners and edges. All inserts shall be securely attached or embedded in their proper location.

Page 218: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14

PRECAST CONCRETE STRUCTURES 03400 - 4

(e) Precast concrete units shall be manufactured in accordance with the applicable requirements of ASTM C 858, and as modified herein except that precast concrete units manufactured by the dry cast (packerhead) process are prohibited.

(f) Wall sleeves or gaskets for piping, sumps, steps, access hatches, and other inserts as shown on the Plans shall be cast into the structure or inserted at the place of manufacture.

(g) No precast unit shall be shipped in less than 15 days from date of manufacturer, unless the unit has been tested and is shown to be in full compliance with the Specifications.

(h) Precast sections shall be transported and handled with proper equipment to protect the elements from damage. Sections shall be handled by means of lifting inserts embedded in the concrete. Damaged sections that cannot be satisfactorily repaired shall be replaced by new sections at no additional cost to the County.

(i) Precast sections shall be stored on wooden blocks to hold them off the ground to prevent dirt and debris from entering the joining surfaces.

(j) Excavation, foundation preparation, backfill, and compaction shall be as specified in Section 02225.

(k) Precast units shall be installed where and as shown on the detail provided on the Contract Drawings.

(l) Pipe connection, penetrations, and other appurtenances shall be installed as specified in the following sections:

1. Field modifications of precast units, such as cutting or enlarging holes or slots, will not be permitted without the specific approval of the precast unit’s manufacturer and the County. Permitted modifications shall be made in strict accordance with the manufacturer’s directions and recommendations.

2. Mating surfaces shall be cleaned of all foreign materials such as dirt, mud, stones, etc., and where appropriate, joint sealing materials applied prior to assembly of the units.

PART 4 - MEASUREMENT FOR PAYMENT

(a) No measurement for payment of items of work will be made since their cost shall be incidental to other pertinent items specified in the Contract Drawings.

END OF SECTION

Page 219: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Anne Arundel County, Maryland Department of Public Works Bureau of Engineering

Division 5 – Metals

Fort Smallwood Park Phase 1B AACO Project Number P-535900

AACO Proposal Number P-535904

Page 220: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14

HANDRAIL SYSTEM 05520 - 1

SPECIAL PROVISIONS: DIVISION 5 – METALS

SECTION 05520 HANDRAIL SYSTEM

PART 1 – GENERAL

(a) The Contractor shall provide all materials, labor, equipment, and services necessary for, and reasonably incidentally to, furnishing and installing the handrail system.

(b) Work shall consist of, but not be limited to, the installation of thermoplastic handrails and railings, including connectors, fasteners, and system accessories required to finish the completed handrail system per these specifications and the Contract Drawings.

(c) Related work not included in this Section consists of the following:

1. AACSSC Section 05500 provided under “Miscellaneous Metals”.

(d) References

1. ASTM D 256 - Standard Test Methods for Determining the Izod Pendulum Impact Resistance of Plastics.

2. ASTM D 638 - Standard Test Method for Tensile Properties of Plastics.

3. ASTM D 648 - Standard Test Method for Deflection Temperature of Plastics Under Flexural Load in the Edgewise Position.

4. ASTM D 695 - Standard Test Method for Compressive Properties of Rigid Plastics.

5. ASTM D 790 - Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating materials.

6. ASTM D 792 - Standard Test Methods for Density and Specific Gravity (Relative Density) of Plastics by Displacement.

7. ASTM D 870 - Standard Practice for Testing Water Resistance of Coatings Using Water Immersion; 1992.

8. ASTM D 2247 - Standard Practice for Testing Water Resistance of Coatings in 100% Humidity; 1994.

9. ASTM D 2794 - Standard Test Method for Resistance of Organic Coatings to the Effect of Rapid Deformation (Impact); 1993.

(e) System Description

1. Performance Requirements: Comply with loading capacity required by the Anne Arundel County Building Code.

2. Physical Properties of Thermoplastic Tubing: As follows, when tested per standards referenced:

Page 221: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14

HANDRAIL SYSTEM 05520 - 2

A. Specific Gravity: 1.44 per ASTM D792.

B. Compressive Strength: 8,100 psi (56 MPa) per ASTM D695.

C. Flexural Strength: 11,100 psi (76 MPa) per ASTM D790.

D. Tensile Strength: 6,000 psi (41 MPa) per ASTM D638.

E. Flexural Modulus: 406,000 psi (2799 MPa) per ASTM D790.

F. Tensile Modulus: 355,000 psi (2448 MPa) per ASTM D638.

G. IZOD Impact - Notched: 17 pound-force per inch per ASTM D256.

H. Heat Deflection: 264 psi (2 MPa) per ASTM D648.

3. Testing:

A. Provide compounds used in manufacture of railing components that have undergone extensive outdoor testing, for minimum of 24 consecutive months, in climates representing extremes encountered in continental United States as follows. Results of testing shall remain within parameters established for exterior applications by manufacturer of compound:

1. Arizona (hot and dry). 2. Florida (hot and wet) 3. New York (freeze/thaw, pollutants).

4. Structural Performance of Top Rails and Supports:

A. Capable of withstanding a concentrated load of 200 pounds (90.6 kg), applied to top rail at any point and in any direction.

B. Capable of withstanding a uniform load of 50 pounds per linear

foot (74.3 kg/m) applied to the top rail horizontally with a simultaneous load of 100 pounds per linear foot (148.6 kg/m) applied vertically downward.

C. Design need not provide for both concentrated and uniform loads

to be applied concurrently.

5. Structural Performance of Guardrail Infill:

A. Capable of withstanding a horizontal concentrated load of 200 pounds (90.6 kg), applied to a 1-foot (30.5 mm) square area at any point on infill.

B. Infill is defined to include panels, intermediate rails,

balusters, and other elements.

Page 222: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14

HANDRAIL SYSTEM 05520 - 3

C. Design need not provide for infill loads to be applied concurrently

with top rail loads.

6. Design Requirements:

A. Integrity of wall thickness: Do not compromise wall thickness at any location throughout system by milling, drilling, non-extruded fittings (crosses, tees, elbows, etc.) or other manufacturing or molding process.

(f) Submittals

1. AACSSC Section GP-5 (Control of Work) applies to this Section. 2. Shop Drawings: Showing fabrication and installation of handrails and

railings including plans, elevations, sections, details of components, and attachments to other Work, if required.

3. Samples for Verification: Provide Samples of each type of exposed

finish required, prepared on components indicated below that are of same thickness and metal indicated for final unit of Work. Where finishes involve normal color and texture variations, include Sample sets showing full range of variations expected.

A. 6-inch long sections of each distinctly different linear railing

member including handrails, top rails, posts, and balusters. B. Brackets and/or miscellaneous attachment accessories.

4. Product test reports from qualified independent test laboratory evidencing

compliance of railing components and systems width requirements based on comprehensive testing of current products.

5. Weathering performance data substantiating product performance. 6. Research Reports or evaluation reports of model code organization

acceptable to authorities having jurisdiction that evidence railing system's compliance with building code in effect for Project.

7. Qualification Data: For firms and persons specified in Quality Assurance

Article to demonstrate their capabilities and experience. Include list of completed projects with project names, addresses, names of architects and Countys, plus other information specified.

(g) Quality Assurance

Page 223: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14

HANDRAIL SYSTEM 05520 - 4

1. Manufacturer's Qualifications: Firm that has produced types of handrail

and railing systems required for not less then 10 years, with not less than 5 similar projects that have been successful use for not less than 5 years.

2. Installer Qualifications: Minimum 2 years experience in successful

installation of stair and railing systems of type specified or trained by manufacturer.

(h) Project Conditions

1. Field Measurements: Where handrails are indicated to fit other

construction, check actual dimensions of other construction by actual field measurements before fabrication. Indicate recorded measurements on approved Shop Drawings. Coordinate fabrication schedule with construction progress to avoid delay of Work.

PART 2 – PRODUCTS

(a) AACSSC Section 05500.02 applies to this section. (b) Manufacturers

1. Acceptable Manufacturer: AVCON®, which is located at: 601 Prospect St. ; Lakewood, NJ 08701; Toll Free Tel: 800-RAILING (724-5464); Tel: 732-286-9496; Email: request info ([email protected]); Web: www.avcon.com or an approved equal.

(c) Products 1. Original Series: Sentry. 2. Railing Infill Type:Pickets: 1 inch (25 mm) tubing OD. 3. Railing Height: Height: 42 inches (1067 mm).

(d) Materials

1. Tubing Components: Tubing consists of high-impact, outdoor weather-resistant tubing components fabricated from acrylonitrile styrene acrylate (ASA), specially formulated with specific stabilizers and modifiers for strength, durability, ultraviolet light protection, and with inhibitors for expansion and contraction.

A. Use compounds that have undergone testing demonstrating that

resins are dimensionally stable, fade resistant, and retentive of key physical engineering properties, and that support color retention

Page 224: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14

HANDRAIL SYSTEM 05520 - 5

and stability, mechanical property retention including impact, and tensile strength.

(e) Components 1. Top, Intermediate, and Bottom Rails:

A. Rails: 2 inch outside diameter tubing with nominal wall of 5/16 inch (8 mm).

B. Posts: Larger diameter steel pipe reinforcing, alternately reducing

wall thickness of thermoplastic tubing, maintaining 2 inches outside diameter.

2. Handgrip Portion of Handrail:

A. Handrail: 1-1/2 inch (38 mm) OD diameter tubing with nominal wall thickness of 5/16 inch (8 mm).

3. Guardrail Infill System: Consists of intermediate rail balusters with 1-

1/16 inch (27 mm) OD tubing and nominal wall thickness of 5/32 inch (4 mm). A. Aluminum Reinforcement: Reinforce vertical balusters in all

railing heights in excess of 42 inches (1067 mm). B. Steel Reinforcement: Reinforce vertical balusters in excess of 36

inches (914 mm) in height with internal metal stiffener. C. Steel Pipe Reinforcement: Provide standard weight schedule 40

galvanized steel pipe, ASTM A53, Type F, at the following locations:

1. Railing posts and top horizontal rail of styles that do not

contain balusters.

D. Rail Reinforcement: Reinforce horizontal rails (exclusive of radius railing) where balusters are inserted, reinforce with heavy gauge extruded aluminum designed to allow insertion of the balusters.

4. Post Mounting: Minimum of 5/16 inch (8 mm) thick steel, pre drilled for

fasteners. Drill holes for fasteners prior to electro-deposited weather resistant coating application. Provide the following mounting configuration:

A. Surface mounted flange plate.

Page 225: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14

HANDRAIL SYSTEM 05520 - 6

(f) Accessories

1. Brackets, Flanges, and Fittings: Same material as primary railing components.

2. Anchors and Inserts: Galvanized or stainless steel, expansion type;

capable of withstanding structural design loads specified. 3. Screws: Galvanized or stainless steel, 18-8 alloy, non-magnetic. 4. Balcony Separators: Manufacturer's aluminum fasteners designed to hold

separation panels between 1/4 inch (6 mm) and 5/16 inch (8 mm) thick. 5. Grout: Non-shrink Portland cement-based hydraulic grout, mixed and

applied per manufacturer's instructions; no gypsum grout allowed.

(g) Fabrication

1. General: Fabricate handrails and railing systems to comply with requirements indicated for design, dimensions, details, finish, and member sizes, including wall thickness of members, post spacing, and anchorage, but not less than those required to support structural loads.

2. Pre-assemble railing systems in shop to greatest extent possible to

minimize field splicing and assembly. Disassemble units only as necessary for shipping and handling limitations. Use connections that maintain structural value of joined pieces. Clearly mark units for reassembling and coordinated installation.

3. Posts:

A. Angle Posts: Fabricate from reinforced tubing located between horizontal railing members and designed to allow for continuous flow of horizontal railing members. Design intermediate post members to fit snugly on horizontal rails, free from seams and joints.

4. Non-Welded Connections: At horizontal railing members, fabricate

system for connection of sections by means of railing manufacturer's specially designed dual lock connector. Size connector to accommodate inside diameter of exterior railing member. Once connected, make final connection using 1/8 inch (3 mm) diameter stainless steel sleeve pin placed in appropriate sized pre-drilled hole. Once installed, fill hole with non-shrink silicone.

5. Expansion Joint: Provide for an expansion joint to top horizontal rail

Page 226: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14

HANDRAIL SYSTEM 05520 - 7

where sections are field joined. Incorporate internal sleeve that is independent of outer tubing or internal steel.

A. Color of Expansion Sleeve: Match outer tubing color.

6. Expansion Collars: Where appropriate, incorporate use of expansion collars at points where rails terminate at posts, top horizontal rail, or both. Obtain approval of local authority prior to use.

7. Provide inserts and other anchorage devices for connection handrails and

railing systems to concrete or masonry work. Fabricate anchorage devices capable of withstanding loading imposed by handrail and railing systems. Coordinate anchorage devices with supporting structure.

(h) Finishes

1. Thermoplastic Finish and Color: Smooth finish in color as selected by Engineer from Manufacturer's stocking color choices.

A. Color: Black.

2. Base Flange Plate Coatings: Based on ASTM B633 for coatings applied to iron and steel.

A. Type 2: With colored chromate conversion coatings. B. Classification Number: Fe/Zn 25. C. Minimum Thickness: 25 micrometers. D. Service Condition: SC 4 Exposure to harsh conditions, or subject

to frequent exposure to moisture, cleaners, and saline solutions, plus likely damage by denting, scratching, or abrasive wear.

PART 3 – EXECUTION

(a) AACSSC Section 05500.03 applies to this section. (b) Examination

1. Do not begin installation until substrates have been properly prepared. 2. Verify that reinforcement and anchoring devices are the correct type, have

been located correctly, and have been installed properly. 3. If substrate preparation is the responsibility of another installer, notify

Page 227: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14

HANDRAIL SYSTEM 05520 - 8

Architect of unsatisfactory preparation before proceeding.

(c) Preparation

1. Coordinate drawings, diagrams, templates, instruction, and directions for installation of anchors, such as sleeves, concrete inserts, anchor bolts, and miscellaneous items having integral anchors, that are to be embedded in concrete as masonry construction.

A. Manufacturer shall supply all integral hardware for connection of

handrail and railing to each other. B. Provide hardware needed to connect handrail or railing to

adjoining structures. Coordinate delivery of such items to Project site.

(d) Installation - General

1. Fit sections accurately together. 2. Set handrails and railings accurately in location, alignment, and elevation,

measured from established lines and levels and free from rack. Do not cut or abrade surfaces of handrails and railing components.

3. Install handrails and railings systems to comply with railing

manufacturer's instructions. 4. Fastening To In-Place Construction: Provide anchorage devices and

fasteners where necessary for securing handrails and railings to existing construction.

(e) Installation – Posts

1. Adjust handrails and railing systems prior to anchoring to ensure matching alignment. Space posts at intervals indicated but not greater than that required by design loading.

2. Anchor posts onto mounting surface by means of railing manufacturer's recommended method, including specified mounting or other means of anchorage as determined by railing manufacturer.

(f) Cleaning

1. Remove manufacturer's protective covering from exposed surfaces not more than 24 hours after installation in hot and humid climates and before final inspection.

Page 228: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14

HANDRAIL SYSTEM 05520 - 9

2. Clean surfaces as required, following procedures and employing cleaning materials as recommended by accessories manufacturer.

(g) Protection

1. Protect installed products from damage by subsequent construction activities, until completion of Project.

2. Field repair of damaged product finishes is limited to surface scratch

repairs only. Use manufactures suggested field repair procedure only. Replace products that have been structurally damaged by subsequent construction activities.

Part 4 Measurement for Payment

(a) No measurement for payment of these items of work will be made since their cost shall be incidental to other pertinent items specified in the Contract Documents. Handrail systems shall be included in the Lump Sum basis for Bid Item Number 51.

END OF SECTION

Page 229: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Anne Arundel County, Maryland Department of Public Works Bureau of Engineering

Division 6 – Woods and Plastic For Gatehouse

Fort Smallwood Park Phase 1B AACO Project Number P-535900

AACO Proposal Number P-535904

Page 230: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 ROUGH CARPENTRY

061000-1

SPECIAL PROVISIONS: DIVISION 6 – WOODS AND PLASTIC FOR GATEHOUSE

SECTION 061000 ROUGH CARPENTRY

PART 1 - GENERAL

(a) Section Requirements

1. Submittals: Model code evaluation reports for treated wood, engineered wood products and building wrap.

PART 2 - PRODUCTS

(a) Wood Products, General

1. Lumber: Provide dressed lumber, S4S, 19 percent maximum moisture content for 2-inch nominal (38-mm actual) thickness or less, marked with grade stamp of inspection agency.

2. Wood Structural Panels: DOC PS 2. Provide plywood complying with DOC PS 1, where plywood is indicated.

A. Comply with "Code Plus" provisions in APA Form No. E30K.

(b) Treated Materials

1. Preservative-Treated Materials: AWPA C2 lumber and AWPA C9 plywood, labeled by an inspection agency approved by ALSC's Board of Review. After treatment, kiln-dry lumber and plywood to 19 and 15 percent moisture content, respectively. Treat indicated items and the following:

A. Concealed members in contact with masonry or concrete.

B. Wood floor plates installed over concrete slabs directly in contact

with earth.

(c) Lumber

1. Dimension Lumber: The following grades are per inspection agency indicated:

Page 231: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 ROUGH CARPENTRY

061000-2

A. Non-Load-Bearing Interior Partitions: Construction, or No. 2 grade of any species.

B. Framing Other Than Non-Load-Bearing Partitions: No. 2 grade of

any species. C. Exposed Framing: No. 2, hand selected: Hem-fir: NLGA; Spruce-

pine-fir: NELMA, NLGA,; or Southern pine: SPIB.

2. Concealed Boards: 19 percent maximum moisture content: Mixed southern pine: No. 2 per SPIB rules.

3. Miscellaneous Lumber: Construction, Stud, or No. 3 grade of any species for nailers, blocking, and similar members.

(d) Panel Products

1. Wall Sheathing:

A. Plywood: Exposure 1. B. Oriented-Strand-Board: Exposure 1

2. Roof Sheathing:

A. Plywood: Exposure 1. B. Oriented Strand Board: Exposure 1.

(e) Miscellaneous Products

1. Fasteners: Size and type indicated. Where rough carpentry is exposed to weather, in ground contact, or in area of high relative humidity, provide fasteners with hot-dip zinc coating complying with ASTM A 153/A 153M

A. Power-Driven Fasteners: CABO NER-272. B. Bolts: Steel bolts complying with ASTM A 307, Grade A

(ASTM F 568, Property Class 4.6); with ASTM A 563 (ASTM A 563M) hex nuts and, where indicated, flat washers.

2. Metal Framing Anchors: Hot-dip galvanized steel of structural capacity, type, and size indicated.

3. Sill-Sealer: Glass-fiber insulation, 1-inch (25-mm) thick, compressible to 1/32 inch (0.8 mm).

4. Adhesives for Field Gluing Panels to Framing: APA AFG-01.

Page 232: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 ROUGH CARPENTRY

061000-3

PART 3 - EXECUTION

(a) Installation

1. Set rough carpentry to required levels and lines, with members plumb, true to line, cut, and fitted. Locate nailers, blocking, and similar supports to comply with requirements for attaching other construction.

2. Securely attach rough carpentry to substrates, complying with the following:

A. Table 2304.9.1, Fastening Schedule in ICC’s International Building Code.

3. Framing Standard: Comply with AF&PA's "Details for Conventional Wood Frame Construction," unless otherwise indicated.

4. Do not splice structural members between supports, unless otherwise indicated.

5. Provide blocking and framing as indicated and as required to support facing materials, fixtures, specialty items, and trim.

A. Provide metal clips for fastening gypsum board or lath at corners and intersections where framing or blocking does not provide a surface for fastening edges of panels. Space clips not more than 16 inches (406 mm) o.c.

6. Sort and select lumber so that natural characteristics will not interfere with installation or with fastening other materials to lumber. Do not use materials with defects that interfere with function of member or pieces that are too small to use with minimum number of joints or optimum joint arrangement.

7. Comply with AWPA M4 for applying field treatment to cut surfaces of preservative-treated lumber.

A. Use inorganic boron for items that are continuously protected from liquid water.

B. Use copper naphthenate for items not continuously protected from liquid water.

8. Use common wire nails, unless otherwise indicated. Select fasteners of size that will not fully penetrate members where opposite side will be exposed to view or will receive finish materials. Make tight connections between members. Install fasteners without splitting wood; do not countersink nail heads, unless otherwise indicated.

Page 233: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 ROUGH CARPENTRY

061000-4

(b) Wood Blocking, and Nailer Installation

1. Install where indicated and where required for attaching other work. Form to shapes indicated and cut as required for true line and level of attached work. Coordinate locations with other work involved.

2. Attach items to substrates to support applied loading. Recess bolts and nuts flush with surfaces, unless otherwise indicated.

(c) Wall and Partition Framing Installation

1. General: Provide single bottom plate and double top plates using members of 2-inch nominal (38-mm actual) thickness whose widths equal that of studs, except single top plate may be used for non-load-bearing partitions. Fasten plates to supporting construction, unless otherwise indicated.

A. For exterior walls provide 2-by-4-inch nominal size wood studs spaced 16 inches o.c., unless otherwise indicated.

2. Construct corners and intersections with three or more studs.

3. Frame openings with multiple studs and headers. Provide nailed header members of thickness equal to width of studs. Support headers on jamb studs.

A. For load-bearing walls, provide double-jamb studs for openings 60 inches (1500 mm) and less in width, and triple-jamb studs for wider openings. Provide headers of depth indicated.

PART 4 - MEASUREMENT FOR PAYMENT

(a) No measurement for payment of these items of work will be made since their cost shall be included in the Lump Sum basis for Bid Item 20.

END OF SECTION 061000

Page 234: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 SHEATHING

061600-1

SPECIAL PROVISIONS: DIVISION 6 – WOODS AND PLASTIC FOR GATEHOUSE

SECTION 061000 SHEATHING

PART 1 - GENERAL

(a) Summary

1. Section Includes:

A. Wall sheathing. B. Roof sheathing. C. Sheathing joint and penetration treatment.

(b) Action Submittals

1. Product Data: For each type of process and factory-fabricated product. Indicate component materials and dimensions and include construction and application details.

PART 2 - PRODUCTS

(a) Wood Panel Products

1. Emissions: Products shall meet the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers

2. Certified Wood: For the following wood products, provide materials produced from wood obtained from forests certified by an FSC-accredited certification body to comply with FSC STD-01-001, "FSC Principles and Criteria for Forest Stewardship"

A. Plywood.

B. Oriented strand board.

3. Plywood: DOC PS 2.

4. Oriented Strand Board: DOC PS 2.

Page 235: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 SHEATHING

061600-2

(b) Wall Sheathing

1. Plywood Wall Sheathing: Exposure 1 sheathing.

2. Oriented-Strand-Board Wall Sheathing: Exposure 1 sheathing.

(c) Roof Sheathing

1. Plywood Roof Sheathing: Exposure 1

2. Oriented-Strand-Board Roof Sheathing: Exposure 1 sheathing.

(d) Fasteners

1. General: Provide fasteners of size and type indicated that comply with requirements specified in this article for material and manufacture.

A. For roof and wall sheathing, provide fasteners with hot-dip zinc coating complying with ASTM A 153/A 153M.

(e) Miscellaneous Materials

1. Adhesives for Field Gluing Panels to Framing: Formulation complying with APA AFG-01 that is approved for use with type of construction panel indicated by manufacturers of both adhesives and panels.

A. Adhesives shall have a VOC content of 50 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24).

PART 3 - EXECUTION

(a) Installation, General

1. Do not use materials with defects that impair quality of sheathing or pieces that are too small to use with minimum number of joints or optimum joint arrangement. Arrange joints so that pieces do not span between fewer than three support members.

2. Cut panels at penetrations, edges, and other obstructions of work; fit tightly against abutting construction unless otherwise indicated.

3. Securely attach to substrate by fastening as indicated, complying with the following:

Page 236: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 SHEATHING

061600-3

A. NES NER-272 for power-driven fasteners.

B. Table 2304.9.1, "Fastening Schedule," in ICC's "International Building Code."

4. Coordinate wall and roof sheathing installation with flashing and joint-sealant installation so these materials are installed in sequence and manner that prevent exterior moisture from passing through completed assembly.

(b) Wood Structural Panel Installation

1. General: Comply with applicable recommendations in APA Form No. E30, "Engineered Wood Construction Guide," for types of structural-use panels and applications indicated.

2. Fastening Methods: Fasten panels as indicated below:

A. Wall and Roof Sheathing:

1. Nail to wood framing. Apply a continuous bead of glue to framing members at edges of wall sheathing panels.

2. Screw to cold-formed metal framing. 3. Space panels 1/8 inch apart at edges and ends.

END OF SECTION

Page 237: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 EXTERIOR FINISH CARPENTRY

062013-1

SPECIAL PROVISIONS: DIVISION 6 – WOODS AND PLASTIC FOR GATEHOUSE SECTION 062013 EXTERIOR FINISH CARPENTRY PART 1 - GENERAL

(a) Summary

1. Section Includes:

A. Exterior cellular PVC trim. B. Vented Vinyl Soffit

(b) Action Submittals

1. Product Data: For each type of process and factory-fabricated product.

2. Samples: For each type of product involving selection of colors, profiles, or textures.

(c) Informational Submittal

1. Evaluation Reports: For the following, from ICC-ES:

A. Cellular PVC trim.

PART 2 - PRODUCTS

(a) Exterior Trim

1. Cellular PVC Trim: Extruded, expanded PVC with a small-cell microstructure, recommended by manufacturer for exterior use, made from UV- and heat-stabilized, rigid material.

A. Products: Subject to compliance with requirements, provide one of the following:

1. CertainTeed Corporation; CertainTeed Restoration Millwork.

2. Ex-Cel Manufacturing, Inc.; Plasticlad. 3. Fypon Ltd.; Fypon PVC. 4. Gossen Corporation; WeatherReady Building Materials. 5. Kleer Lumber, LLC; Kleer Trimboard. 6. Kommerling USA, Inc.; Koma.

Page 238: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 EXTERIOR FINISH CARPENTRY

062013-2

7. Ply-Trim, Inc.; DuraBoard. 8. Royal Mouldings Limited; Pro Series Exterior Mouldings. 9. Vi-Lux Plastics Inc.; Cellular PVC. 10. Vycom Corp.; Azek. 11. Wolfpac Technologies, Inc.; Versatex.

B. Density: Not less than 31 lb/cu. ft. (500 kg/cu. m). C. Heat Deflection Temperature: Not less than 130 deg F (54 deg C),

according to ASTM D 648. D. Water Absorption: Not more than 1 percent, according to

ASTM D 570. E. Flame-Spread Index: 75 or less, according to ASTM E 84.

(b) Vinyl Soffit

1. Basis-of-Design Product: Subject to compliance with requirements, provide CertainTeed Corp, Universal Triple 4, fully vented soffit or comparable product by one of the following:

A. Alcoa Home Exteriors, Inc. B. Alside. C. Crane Performance Siding. D. Gentek Building Products, Inc. E. Heartland Building Products. F. Kaycan Ltd. G. Louisiana-Pacific Corporation. H. Mitten Inc. I. Owens Corning. J. Resource Materials Corporation. K. Rollex Corporation. L. Royal Building Products. M. Variform, Inc.

2. Color: To be selected form manufactures full line of colors by Architect.

3. Siding Accessories, General: Provide starter strips, edge trim, outside and inside corner caps, and other items as recommended by siding manufacturer for building configuration.

A. Provide accessories made from same material as and matching color and texture of adjacent siding unless otherwise indicated.

Page 239: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 EXTERIOR FINISH CARPENTRY

062013-3

(c) Miscellaneous Materials

1. Fasteners for Exterior Finish Carpentry: Provide nails or screws, in sufficient length to penetrate not less than 1-1/2 inches (38 mm) into wood substrate.

A. For prefinished items, provide matching prefinished aluminum fasteners where face fastening is required.

B. For applications not otherwise indicated, provide stainless-steel

fasteners.

2. Sealants: Latex, complying with ASTM C 834 Type OP, Grade NF and with applicable requirements in Section 079200 "Joint Sealants," recommended by sealant manufacturer and manufacturer of substrates for intended application.

PART 3 - EXECUTION

(a) Preparation

1. Prime moldings to be painted, including both faces and edges, unless factory primed. Cut to required lengths and prime ends. Comply with requirements in Section 099113 "Exterior Painting."

(b) Installation, General

1. Install exterior finish carpentry level, plumb, true, and aligned with adjacent materials. Use concealed shims where necessary for alignment.

A. Scribe and cut exterior finish carpentry to fit adjoining work. Refinish and seal cuts as recommended by manufacturer.

(c) Standing and Running Trim Installation

1. Install cellular PVC trim to comply with manufacturer's written instructions.

2. Install trim with minimum number of joints practical, using full-length pieces from maximum lengths of lumber available. Do not use pieces less than 24 inches (610 mm) long except where necessary.

A. Use scarf joints for end-to-end joints. B. Stagger end joints in adjacent and related members.

Page 240: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 EXTERIOR FINISH CARPENTRY

062013-4

3. Fit exterior joints to exclude water. Cope at returns and miter at corners.

PART 4 - MEASUREMENT FOR PAYMENT

(a) No measurement for payment of these items of work will be made since their cost shall be included in the Lump Sum basis for Bid Item Number 20.

END OF SECTION

Page 241: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 WOOD TRIM

064600-1

SPECIAL PROVISIONS: DIVISION 6 – WOODS AND PLASTIC FOR GATEHOUSE SECTION 064600 WOOD TRIM PART 1 – GENERAL

(a) Summary 1. Section Includes:

A. Window Casing

(b) Field Conditions

1. Environmental Limitations for Interior Work: Do not deliver or install interior wood trim until building is enclosed, wet work is complete, and HVAC system is operating and maintaining temperature and relative humidity at occupancy levels during the remainder of the construction period.

PART 2 – PRODUCTS (a) Wood Trim, General

1. Quality Standard: Unless otherwise indicated, comply with the "Architectural Woodwork Standards" for grades of wood trim indicated for construction, finishes, installation, and other requirements.

(b) Interior Standing and Running Trim for Opaque Finish

1. Grade: Custom

2. Wood Species: Eastern white pine, sugar pine, or western white pine. (c) Wood Materials

1. Wood Products: Provide materials that comply with requirements of referenced quality standard for each type of wood trim and quality grade specified unless otherwise indicated.

A. Wood Moisture Content for Interior Materials: 5 to 10 percent. (d) Miscellaneous Materials

1. Anchors: Select material, type, size, and finish required for each substrate

for secure anchorage. Provide metal expansion sleeves or expansion bolts

Page 242: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 WOOD TRIM

064600-2

for post-installed anchors. Use nonferrous-metal or hot-dip galvanized anchors and inserts at inside face of exterior walls and at floors.

2. Adhesives: Do not use adhesives that contain urea formaldehyde. (e) Fabrication

1. Fabricate wood trim to the following nominal dimensions, 1inch by 6

inches: A. Edges of Solid-Wood (Lumber) Members: 1/16 inch (1.5 mm)

unless otherwise indicated.

PART 3 – EXECUTION (a) Preparation

1. Before installation, condition wood trim to average prevailing humidity conditions in installation areas.

(b) Installation

1. Grade: Install wood trim to comply with same grade as item to be installed.

2. Install wood trim level, plumb, true, and straight. Shim as required with

concealed shims. Install level and plumb to a tolerance of 1/8 inch in 96 inches (3 mm in 2400 mm).

3. Scribe and cut wood trim to fit adjoining work, refinish cut surfaces, and

repair damaged finish at cuts. 4. Anchor wood trim to anchors or blocking built in or directly attached to

substrates. Secure with countersunk, concealed fasteners and blind nailing.

5. Standing and Running Trim: Install with minimum number of joints

possible, using full-length pieces (from maximum length of lumber available) to greatest extent possible. Do not use pieces less than 96 inches (2400 mm) long except where shorter single-length pieces are necessary. Scarf running joints.

A. Install standing and running trim with no more variation from a

straight line than 1/8 inch in 96 inches (3 mm in 2400 mm).

Page 243: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 WOOD TRIM

064600-3

PART 4 - MEASUREMENT FOR PAYMENT

(a) No measurement for payment of these items of work will be made since their costs shall be incidental to other pertinent items specified in the Contract Documents. Wood Trim shall be included in Bid Item Number 20.

Page 244: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Anne Arundel County, Maryland Department of Public Works Bureau of Engineering

Division 7 – Thermal and Moisture For Gatehouse

Fort Smallwood Park Phase 1B AACO Project Number P-535900

AACO Proposal Number P-535904

Page 245: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 THERMAL INSULATION

072100-1

SPECIAL PROVISIONS: DIVISION 7 – THERMAL AND MOISTURE FOR GATEHOUSE

SECTION 072100 - THERMAL INSULATION

PART 1 - GENERAL (a) Summary

1. Section Includes:

A. Foam-plastic board insulation. B. Glass-fiber blanket insulation. C. Vapor retarders.

(b) Action Submittals

1. Product Data: For each type of product indicated.

(c) Informational Submittals

1. Product test reports.

2. Research/evaluation reports.

PART 2 - PRODUCTS

(a) Foam-Plastic Board Insulation

1. Extruded-Polystyrene Board Insulation: ASTM C 578, with maximum flame-spread and smoke-developed indexes of 75 and 450, respectively, per ASTM E 84.

A. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1. DiversiFoam Products. 2. Dow Chemical Company (The). 3. Owens Corning. 4. Pactiv Building Products.

B. Under Slab: Type IV, 30 psi (210kPa)

C. Above Grade: Type X, 15psi (104kPa)

Page 246: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 THERMAL INSULATION

072100-2

1. Seal seams with tape manufactured for purpose by insulation manufacturer.

(b) Glass-Fiber Blanket Insulation

1. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

A. CertainTeed Corporation. B. Guardian Building Products, Inc. C. Johns Manville. D. Knauf Insulation. E. Owens Corning.

2. Reinforced-Foil-Faced, Glass-Fiber Blanket Insulation: ASTM C 665,

Type III (reflective faced), Class A (faced surface with a flame-spread index of 25 or less); Category 1 (membrane is a vapor barrier), faced with foil scrim, foil-scrim kraft, or foil-scrim polyethylene.

(c) Vapor Retarders

1. Polyethylene Vapor Retarders: ASTM D 4397, 10 mils (0.25 mm) thick, with maximum permeance rating of 0.13 perm (7.5 ng/Pa x s x sq. m).

2. Vapor-Retarder Tape: Pressure-sensitive tape of type recommended by vapor-retarder manufacturer for sealing joints and penetrations in vapor retarder.

PART 3 - EXECUTION

(a) Installation, General

1. Comply with insulation manufacturer's written instructions applicable to products and applications indicated.

2. Install insulation that is undamaged, dry, and unsoiled and that has not been left exposed to ice, rain, or snow at any time.

3. Extend insulation to envelop entire area to be insulated. Cut and fit tightly around obstructions and fill voids with insulation. Remove projections that interfere with placement.

4. Provide sizes to fit applications indicated and selected from manufacturer's standard thicknesses, widths, and lengths. Apply single layer of insulation

Page 247: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 THERMAL INSULATION

072100-3

units to produce thickness indicated unless multiple layers are otherwise shown or required to make up total thickness.

(b) Installation of Below-Grade Insulation

1. On vertical surfaces, set insulation units using manufacturer's recommended adhesive according to manufacturer's written instructions.

A. If not otherwise indicated, extend insulation a minimum of 24 inches (610 mm) below exterior grade line.

(c) Installation of Extruded-Polystyrene Board Insulation on wood sub-straight.

A. Nail to wood sub-straight at 12 inches on center vertically and around the perimeter. Nails shall penetrate the sub-straight 3/4 inch minimum.

(d) Installation of Insulation for Framed Construction

1. Apply insulation units to substrates by method indicated, complying with manufacturer's written instructions. If no specific method is indicated, bond units to substrate with adhesive or use mechanical anchorage to provide permanent placement and support of units.

2. Glass-Fiber or Mineral-Wool Blanket Insulation: Install in cavities formed by framing members according to the following requirements:

A. Use insulation widths and lengths that fill the cavities formed by

framing members. If more than one length is required to fill the cavities, provide lengths that will produce a snug fit between ends.

B. Place insulation in cavities formed by framing members to produce

a friction fit between edges of insulation and adjoining framing members.

C. Maintain 3-inch (76-mm) clearance of insulation around recessed

lighting fixtures not rated for or protected from contact with insulation.

D. Vapor-Retarder-Faced Blankets: Tape joints and ruptures in

vapor-retarder facings, and seal each continuous area of insulation to ensure airtight installation.

Page 248: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 THERMAL INSULATION

072100-4

3. Miscellaneous Voids: Install insulation in miscellaneous voids and cavity spaces where required to prevent gaps in insulation using the following materials:

A. Spray Polyurethane Insulation: Apply according to manufacturer's written instructions.

(d) Installation Of Under Slab Vapor Retarders

1. Place vapor retarders on side of construction indicated on Drawings. Extend vapor retarders to extremities of areas to protect from vapor transmission. Secure vapor retarders in place with adhesives or other anchorage system as indicated. Extend vapor retarders to cover miscellaneous voids in insulated substrates, including those filled with loose-fiber insulation.

2. Seal joints caused by pipes, conduits, and similar items penetrating vapor retarders with vapor-retarder tape to create an airtight seal between penetrating objects and vapor retarders.

3. Repair tears or punctures in vapor retarders immediately before concealment by other work. Cover with vapor-retarder tape or another layer of vapor retarders.

PART 4 - MEASUREMENT FOR PAYMENT (a) No measurement for payment of these items of work will be made since their

costs shall be included in the Lump Sum basis for Bid Item Number 20.

END OF SECTION

Page 249: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Revised: 05/08/14 WEATHER BARRIERS

072500-1

SPECIAL PROVISIONS: DIVISION 7 – THERMAL AND MOISTURE FOR GATEHOUSE

SECTION 072500 – WEATHER BARRIERS

PART 1 - GENERAL

(a) Summary

1. Section Includes:

A. Building wrap.

B. Flexible flashing.

(b) Action Submittals

1. Product Data: For each type of product.

(c) Informational Submittals

1. Evaluation Reports: For water-resistive barrier and flexible flashing, from ICC-ES.

PART 2 - PRODUCTS

(a) Water-Resistive Barrier

1. Building Wrap: ASTM E 1677, Type I air barrier; with flame-spread and smoke-developed indexes of less than 25 and 450, respectively, when tested according to ASTM E 84; UV stabilized; and acceptable to authorities having jurisdiction.

A. Products: Subject to compliance with requirements, provide one of the following:

Page 250: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Revised: 05/08/14 WEATHER BARRIERS

072500-2

1. DuPont (E. I. du Pont de Nemours and Company); Tyvek Commercial Wrap

2. Pactiv, Inc.; GreenGuard Ultra Wrap

B. Water-Vapor Permeance: Not less than 50g through 1 sq. m of surface in 24 hours per ASTM E 96/E 96M, Desiccant Method (Procedure A).

2. Building-Wrap Tape: Pressure-sensitive plastic tape recommended by building-wrap manufacturer for sealing joints and penetrations in building wrap.

(b) Miscellaneous Materials

1. Flexible Flashing: Self-adhesive butyl rubber or rubberized-asphalt compound, bonded to a high-density polyethylene film, aluminum foil, or spunbonded polyolefin to produce an overall thickness of not less than 0.025 inch (0.6 mm).

A. Products: Subject to compliance with requirements, provide one of the following:

1. DuPont (E. I. du Pont de Nemours and Company); DuPont Flashing Tape.

2. Grace Construction Products, a unit of W. R. Grace & Co. - Conn.; Vycor Butyl Self Adhered Flashing.

3. Protecto Wrap Company; BT-25 XL.

4. Raven Industries Inc.; Fortress Flashshield.

5. Advanced Building Products Inc.; Wind-o-wrap.

6. Carlisle Coatings & Waterproofing; CCW-705-TWF Thru-Wall Flashing.

Page 251: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Revised: 05/08/14 WEATHER BARRIERS

072500-3

7. Fiberweb, Clark Hammerbeam Corp.; Aquaflash 500.

8. MFM Building Products Corp.; Window Wrap.

9. Sandell Manufacturing Co., Inc.; Presto-Seal.

PART 3 - EXECUTION

(a) Water-Resistive Barrier Installation

1. Cover sheathing with water-resistive barrier as follows:

A. Cut back barrier 1/2 inch (13 mm) on each side of the break in supporting members at expansion- or control-joint locations.

B. Apply barrier to cover vertical flashing with a minimum 4-inch (100-mm) overlap unless otherwise indicated.

2. Building Wrap: Comply with manufacturer's written instructions.

A. Seal seams, edges, fasteners, and penetrations with tape.

B. Extend into jambs of openings and seal corners with tape.

(b) Flexible Flashing Installation

1. Apply flexible flashing where indicated to comply with manufacturer's written instructions.

A. Lap seams and junctures with other materials at least 4 inches (100 mm) except that at flashing flanges of other construction, laps need not exceed flange width.

B. Lap flashing over water-resistive barrier at bottom and sides of openings.

Page 252: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Revised: 05/08/14 WEATHER BARRIERS

072500-4

C. Lap water-resistive barrier over flashing at heads of openings.

PART 4 - MEASUREMENT FOR PAYMENT (a) No measurement for payment of these items of work will be made since their

costs shall be included in the Lump Sum basis for Bid Item Number 20.

END OF SECTION

Page 253: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 ASPHALT SHINGLES

073110-1

SPECIAL PROVISIONS: DIVISION 7 – THERMAL AND MOISTURE FOR GATEHOUSE

SECTION 073110 – ASPHALT SHINGLES

PART 1 - GENERAL

(a) Related Documents

1. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section.

(b) Summary

1. This Section includes the following:

A. Asphalt shingles.

B. Felt underlayment.

C. Ridge vents.

D. Ice Shield.

2. Related Sections include the following:

A. Division 6 Section "Rough Carpentry" for roof deck wood structural panels.

B. Division 7 Section "Sheet Metal Flashing and Trim" for metal roof penetration flashings not part of this Section.

(c) Definitions

Page 254: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 ASPHALT SHINGLES

073110-2

1. Roofing Terminology: Refer to ASTM D 1079 and glossary of NRCA's "The NRCA Roofing and Waterproofing Manual" for definitions of terms related to roofing work in this Section.

(d) Submittals

1. Product Data: For each type of product indicated.

2. Samples for Initial Selection: For each type of asphalt shingle, ridge, hip cap shingles and ridge vent.

A. Include similar Samples of trim and accessories involving color selection.

3. Product Test Reports: Based on evaluation of comprehensive tests performed by a qualified testing agency or by manufacturer and witnessed by a qualified testing agency, for asphalt shingles.

4. Maintenance Data: For asphalt shingles to include in maintenance manuals.

5. Warranties: Special warranties specified in this Section.

(e) Quality Assurance

1. Installer Qualifications: A firm or individual that is approved, authorized, or licensed by asphalt shingle roofing system manufacturer to install roofing system indicated.

2. Source Limitations: Obtain ridge and hip cap shingles, ridge vents, felt under-layment through one source from a single asphalt shingle manufacturer.

3. Fire-Test-Response Characteristics: Provide asphalt shingle and related roofing materials with the fire-test-response characteristics indicated, as determined by testing identical products per test method below by UL or another testing and inspecting agency acceptable to authorities having

Page 255: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 ASPHALT SHINGLES

073110-3

jurisdiction. Identify materials with appropriate markings of applicable testing and inspecting agency.

A. Exterior Fire-Test Exposure: Class A; ASTM E 108 or UL 790, for application and roof slopes indicated.

(f) Delivery, Storage and Handling

1. Store roofing materials in a dry, well-ventilated, weathertight location according to asphalt shingle manufacturer's written instructions. Store underlayment rolls on end on pallets or other raised surfaces. Do not double-stack rolls.

A. Handle, store, and place roofing materials in a manner to avoid significant or permanent damage to roof deck or structural supporting members.

B. Protect unused underlayment from weather, sunlight, and moisture when left overnight or when roofing work is not in progress.

(g) Project Conditions

1. Weather Limitations: Proceed with installation only when existing and forecasted weather conditions permit asphalt shingle roofing to be performed according to manufacturer's written instructions and warranty requirements.

(h) Warranty

1. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace asphalt shingles that fail in materials or workmanship within specified warranty period. Materials failures include manufacturing defects and failure of asphalt shingles to self-seal after a reasonable time.

A. Material Warranty Period: 30 years from date of Substantial Completion, prorated, with first 5 years nonprorated.

Page 256: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 ASPHALT SHINGLES

073110-4

B. Wind-Speed Warranty Period: Asphalt shingles will resist blow-off or damage caused by wind speeds up to 105 mph for 10 years from date of Substantial Completion.

C. Algae-Discoloration Warranty Period: Asphalt shingles will not discolor five years from date of Substantial Completion.

D. Workmanship Warranty Period: 10 years from date of Substantial Completion.

(i) Extra Materials

1. Furnish extra materials described below that match products installed and that are packaged with protective covering for storage and identified with labels describing contents.

A. Asphalt Shingles: 100 sq. ft of each type, in unbroken bundles.

PART 2 - PRODUCTS

(a) MANUFACTURERS

1. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection:

A. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, products specified.

(b) GLASS-FIBER-REINFORCED ASPHALT SHINGLES

1. Multitab-Strip Asphalt Shingles: ASTM D3462, glass-fiber reinforced, mineral-granule surfaced, and self-sealing.

A. Products:

Page 257: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 ASPHALT SHINGLES

073110-5

1. Timberline Ultra High Definition Shingle

2. Owens Corning Weather Guard HP.

B. Algae Resistance: Granules treated to resist algae discoloration.

C. Color: To be selected from by the Architect from the manufactures for range of colors for the selected product.

2. Hip and Ridge Shingles: Manufacturer's standard units to match asphalt shingles

(c) UNDERLAYMENT MATERIALS

1. Felts: ASTM D 226 or ASTM D 4869, Type I, asphalt-saturated organic felts, nonperforated 15 pound.

2. Ice Shield: Self-Adhering Sheet Underlayment, Polyethylene Faced: ASTM D 1970, minimum of 40-mil- (1.0-mm-) thick, slip-resisting, polyethylene-film-reinforced top surface laminated to SBS-modified asphalt adhesive, with release paper backing; cold applied.

(d) RIDGE VENTS

1. Flexible Ridge Vent: Manufacturer's standard compression-resisting, three-dimensional open-nylon or polyester-mat filter bonded to a nonwoven, nonwicking geotextile fabric cover.

A. Product:

1. Celotex Corporation; Roll Vent.

(e) ACCESSORIES

1. Asphalt Roofing Cement: ASTM D 4586, Type II, asbestos free.

Page 258: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 ASPHALT SHINGLES

073110-6

2. Roofing Nails: ASTM F 1667; aluminum, stainless-steel, copper, or hot-dip galvanized steel wire shingle nails, minimum 0.120-inch diameter, barbed shank, sharp-pointed, with a minimum 3/8-inch-diameter flat head and of sufficient length to penetrate 3/4 inch into solid wood decking or extend at least 1/8 inch through OSB or plywood sheathing.

A. Where nails are in contact with metal flashing, use nails made from same metal as flashing.

3. Felt Underlayment Nails: Aluminum, stainless-steel, or hot-dip galvanized steel wire with low profile capped heads or disc caps, 1-inch (25-mm) minimum diameter.

(f) METAL FLASHING AND TRIM

1. Sheet Metal Flashing and Trim: Comply with requirements in Division 7 Section "Sheet Metal Flashing and Trim."

2. Fabricate sheet metal flashing and trim to comply with recommendations in SMACNA's "Architectural Sheet Metal Manual" that apply to design, dimensions, metal, and other characteristics of item.

PART 3 - EXECUTION

(a) EXAMINATION

1. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of work.

A. Examine roof sheathing to verify that sheathing joints are supported by framing and blocking or metal clips and that installation is within flatness tolerances.

B. Verify that substrate is sound, dry, smooth, clean, sloped for drainage, and completely anchored; and that provision has been made for flashings and penetrations through asphalt shingles.

Page 259: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 ASPHALT SHINGLES

073110-7

C. For the record, prepare written report, endorsed by Installer, listing conditions detrimental to performance of work.

2. Proceed with installation only after unsatisfactory conditions have been corrected.

3. Install per the IBC for high wind areas.

(b) UNDERLAYMENT INSTALLATION

1. Single-Layer Felt Underlayment: Install single layer of felt underlayment on roof deck perpendicular to roof slope in parallel courses. Lap sides a minimum of 2 inches (50 mm) over underlying course. Lap ends a minimum of 4 inches (100 mm). Stagger end laps between succeeding courses at least 72 inches (1830 mm). Fasten with Felt underlayment nails.

2. Ice Shield: Install, wrinkle free, on roof deck. Comply with low-temperature installation restrictions of underlayment manufacturer if applicable. Install at locations indicated below, lapped in direction to shed water. Lap sides not less than 3-1/2 inches (89 mm). Lap ends not less than 6 inches (150 mm) staggered 24 inches (600 mm) between courses. Roll laps with roller. Cover underlayment within seven days.

A. Install at all edges of roof, rake and eaves.

(c) METAL FLASHING INSTALLATION

1. General: Install metal flashings and other sheet metal to comply with requirements in Division 7 Section "Sheet Metal Flashing and Trim."

A. Install metal flashings according to recommendations in ARMA's "Residential Asphalt Roofing Manual" and asphalt shingle recommendations in NRCA's "The NRCA Roofing and Waterproofing Manual."

(d) ASPHALT SHINGLE INSTALLATION

Page 260: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 ASPHALT SHINGLES

073110-8

1. Install asphalt shingles according to manufacturer's written instructions, recommendations in ARMA's "Residential Asphalt Roofing Manual," and asphalt shingle recommendations in NRCA's "The NRCA Roofing and Waterproofing Manual” and the International Building Code

2. Install starter strip along lowest roof edge, consisting of an asphalt shingle strip with tabs removed at least 7 inches (175 mm) wide with self-sealing strip face up at roof edge.

A. Extend asphalt shingles 1/2 inch (13 mm) over fascia at eaves and rakes.

3. Install first and remaining courses of asphalt shingles stair-stepping diagonally across roof deck with manufacturer's recommended offset pattern at succeeding courses, maintaining uniform exposure.

4. Install asphalt shingles by single-strip column or racking method, maintaining uniform exposure. Install full length first course followed by cut second course, repeating alternating pattern in succeeding courses.

5. Fasten asphalt shingle strips per the IBC for high wind areas.

A. When ambient temperature during installation is below 50 deg. seal asphalt shingles with asphalt roofing cement spots.

6. Ridge Vents: Install continuous ridge vents over asphalt shingles according to manufacturer's written instructions. Fasten with roofing nails of sufficient length to penetrate sheathing.

7. Ridge and Hip Cap Shingles: Maintain same exposure of cap shingles as roofing shingle exposure. Lap cap shingles at ridges to shed water away from direction of prevailing winds. Fasten with roofing nails of sufficient length to penetrate sheathing.

A. Fasten ridge cap asphalt shingles to cover ridge vent without obstructing airflow.

PART 4 - MEASUREMENT FOR PAYMENT

Page 261: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 ASPHALT SHINGLES

073110-9

(a) No measurement for payment of these items of work will be made since their costs shall be included in the Lump Sum basis for Bid Item Number 20.

END OF SECTION

Page 262: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 SIDING

074600-1

SPECIAL PROVISIONS: DIVISION 7 – THERMAL AND MOISTURE FOR GATEHOUSE

SECTION 074600 - SIDING

PART 1 - GENERAL

(a) Summary

1. Section includes vinyl siding.

(b) Action Submittals

1. Product Data: For each type of product indicated.

A. For vinyl siding, include VSI's official certification logo printed on product data.

2. Samples: For siding including related accessories.

(c) Informational Submittals

1. Qualification Data: For qualified vinyl siding Installer.

2. Product certificates.

3. Product test reports.

4. Research/evaluation reports.

5. Warranty: Sample of special warranty.

(d) Closeout Submittals

1. Maintenance data.

(e) Maintenance Material Submittals

1. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents.

Page 263: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 SIDING

074600-2

2. Furnish full lengths of siding including related accessories, in a quantity equal to 2 percent of amount installed.

(f) Quality Assurance

1. Vinyl Siding Installer Qualifications: A qualified installer who employs a VSI-Certified Installer on Project.

2. Vinyl Siding Certification Program: Provide vinyl siding products that are listed in VSI's list of certified products.

3. Source Limitations: Obtain siding, including related accessories, from single source from single manufacturer. Retain paragraph below if Work of this Section is extensive or complex enough to justify a preinstallation conference.

(g) Warranty

1. Special Warranty: Standard form in which manufacturer agrees to repair or replace siding that fail(s) in materials or workmanship within specified warranty period.

A. Warranty Period: 10 years from date of Substantial Completion.

PART 2 - PRODUCTS

(a) Vinyl Siding

1. General: Integrally colored vinyl siding complying with ASTM D 3679.

A. Manufacturers: Subject to compliance with requirements, provide products by one of the following

1. Alcoa Home Exteriors, Inc. 2. Alside. 3. CertainTeed Corp. 4. Louisiana-Pacific Corporation. 5. Owens Corning.

2. Horizontal Pattern: 8-inch (203-mm) exposure in plain, double, 4-inch (102-mm) clapboard style.

3. Texture: Wood grain.

Page 264: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 SIDING

074600-3

4. Nominal Thickness: 0.042 inch (1.0 mm).

5. Minimum Profile Depth (Butt Thickness): 1/2 inch (13 mm).

6. Nailing Hem: Double thickness.

7. Finish: Wood-grain print with clear protective coating containing not less than 70 percent PVDF.

8. Colors: As selected by Architect from manufacturer's full range of industry colors.

(b) Vinyl Soffitt

1. Basis-of-Design Product: Subject to compliance with requirements, provide CertainTeed Corp, Universal Triple 4, fully vented soffit or comparable product by one of the following:

A. Alcoa Home Exteriors, Inc. B. Alside. C. Louisiana-Pacific Corporation.

D. Owens Corning. Retain one or more of first 11 paragraphs below or revise to suit Project.

2. Color: As selected by Architect from manufacturer's full range of industry colors.

(c) Accessories

1. Siding Accessories, General: Provide starter strips, edge trim, outside and inside corner caps, and other items as recommended by siding manufacturer for building configuration.

A. Provide accessories made from same material as adjacent siding unless otherwise indicated.

2. Vinyl Accessories: Integrally colored vinyl accessories complying with

ASTM D 3679 except for wind-load resistance.

A. Texture: Wood grain

3. Round Gable Vent:

A. 0.019 Inch aluminum clad wood, 18 inch diameter, surface mounted.

Page 265: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 SIDING

074600-4

B. Fixed louver, spaced 1 3/4 inches. C. Integral j-channel for siding. D. Fiberglass mesh insect screen.

E. Baked enamel finish. Color selected from manufactures standard colors.

4. Fasteners:

A. For fastening to wood, use siding nails of sufficient length to penetrate a minimum of 1 inch (25 mm) into substrate.

B. For fastening vinyl, use aluminum or galvanized steel fasteners. Where fasteners will be exposed to view, use prefinished aluminum fasteners in color to match item being fastened.

PART 3 - EXECUTION

(a) Examination

1. Examine substrates for compliance with requirements for installation

tolerances and other conditions affecting performance of siding and related accessories.

2. Proceed with installation only after unsatisfactory conditions have been corrected.

(b) Installation 1. General: Comply with siding manufacturer's written installation

instructions applicable to products and applications indicated unless more stringent requirements apply.

A. Do not install damaged components. B. Center nails in elongated nailing slots without binding siding to

allow for thermal movement.

2. Install vinyl siding and related accessories according to ASTM D 4756.

Page 266: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 SIDING

074600-5

A. Install fasteners for horizontal vinyl siding no more than 16 inches (400 mm) o.c.

3. Install joint sealants as specified in Section 079200 "Joint Sealants" and to produce weathertight installation.

(c) Adjusting and Cleaning

1. Remove damaged, improperly installed, or otherwise defective materials and replace with new materials complying with specified requirements.

2. Clean finished surfaces according to manufacturer's written instructions and maintain in a clean condition during construction.

END OF SECTION 074600

Page 267: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date 05/08/14 SHEET METAL FLASHING AND TRIM

076200-1

SPECIAL PROVISIONS: DIVISION 7 – THERMAL AND MOISTURE FOR GATEHOUSE

SECTION 076200 – SHEET METAL FLASHING AND TRIM

PART 1 - GENERAL

(a) Section Requirements

1. Submittals: Product Data, Shop Drawings, and Samples.

2. Comply with SMACNA's "Architectural Sheet Metal Manual." Conform to dimensions and profiles shown unless more stringent requirements are indicated.

3. Coordinate installation of sheet metal flashing and trim with interfacing and adjoining construction to provide a leakproof, secure, and noncorrosive installation.

PART 2 - PRODUCTS

(a) Sheet Metal

1. Aluminum Sheet: ASTM B 209 (ASTM B 209M), Alloy 3003, 3004, 3105, or 5005, temper suitable for forming and structural performance required, but not less than H14; not less than 0.032 inch (0.8 mm) thick; and finished as follows:

A. Fluoropolymer 2-Coat System: Manufacturer's standard system with topcoat containing not less than 70 percent polyvinylidene fluoride resin by weight; complying with AAMA 2604.

(b) Flashing and Trim

1. Fabricate sheet metal flashing and trim to comply with recommendations of SMACNA's "Architectural Sheet Metal Manual" that apply to the design, dimensions, metal, and other characteristics of the item indicated.

Page 268: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date 05/08/14 SHEET METAL FLASHING AND TRIM

076200-2

2. Drip Edges: Fabricate from the following material:

A. Aluminum: 0.032 inch thick.

3. Base Flashing: Fabricate from the following material:

A. Aluminum: 0.32 inch thick.

(c) ACCESSORIES

1. General: Provide materials and types of fasteners, protective coatings, separators, sealants, and other miscellaneous items as required for complete sheet metal flashing and trim installation.

2. Roofing Cement: ASTM D 4586, Type I, asbestos free, asphalt based.

PART 3 - EXECUTION

(a) INSTALLATION

1. Comply with SMACNA's "Architectural Sheet Metal Manual." Allow for thermal expansion; set true to line and level. Install Work with laps, joints, and seams permanently watertight and weatherproof; conceal fasteners where possible.

A. Roof-Edge Flashings: Secure metal flashings at roof edges according to FMG Loss Prevention Data Sheet 1-49 for specified wind zone.

2. Sealed Joints: Form nonexpansion, but movable, joints in metal to accommodate elastomeric sealant to comply with SMACNA standards.

3. Separation: Separate noncompatible metals or corrosive substrates with a coating of asphalt mastic or other permanent separation.

Page 269: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date 05/08/14 SHEET METAL FLASHING AND TRIM

076200-3

PART 4 - MEASUREMENT FOR PAYMENT (a) No measurement for payment of these items of work will be made since their

costs shall be included in the Lump Sum basis for Bid Item Number 20.

END OF SECTION

Page 270: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14

JOINT SEALANT 079200 - 1

SPECIAL PROVISIONS: DIVISION 7 – THERMAL AND MOISTURE FOR GATEHOUSE

SECTION 079200 – JOINT SEALANTS

PART 1 - GENERAL

(a) Section Requirement

1. Submittals: Product Data and color Samples.

2. Environmental Limitations: Do not proceed with installation of joint sealants when ambient and substrate temperature conditions are outside limits permitted by joint sealant manufacturer or are below 40 deg F (4.4 deg C).

PART 2 - PRODUCTS

(a) Joint Sealant

1. Compatibility: Provide joint sealants, joint fillers, and other related materials that are compatible with one another and with joint substrates under service and application conditions.

2. Sealant for General Exterior Use Where Another Type Is Not Specified, One of the Following:

A. Single-component, nonsag polysulfide sealant, ASTM C 920, Type S; Grade NS; Class 12-1/2; Uses NT, M, G, A, and O.

B. Single-component, neutral-curing silicone sealant, ASTM C 920, Type S; Grade NS; Class 25; Uses T, NT, M, G, A, and O.

C. Single-component, nonsag urethane sealant, ASTM C 920, Type S; Grade NS; Class 25; and Uses NT, M, A, and O.

3. Sealant for Interior Use at Perimeters of Door and Window Frames:

Page 271: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14

JOINT SEALANT 079200 - 2

A. Latex sealant, single-component, nonsag, mildew-resistant, paintable, acrylic-emulsion sealant complying with ASTM C 834.

(b) Joint-Sealant Backing

1. General: Provide sealant backings of material and type that are nonstaining; are compatible with joint substrates, sealants, primers, and other joint fillers; and are approved for applications indicated by sealant manufacturer.

2. Cylindrical Sealant Backings: ASTM C 1330, of size and density to control sealant depth and otherwise contribute to producing optimum sealant performance.

3. Bond-Breaker Tape: Polyethylene tape or other plastic tape recommended by sealant manufacturer for preventing sealant from adhering to rigid, inflexible joint-filler materials or joint surfaces at back of joint.

PART 3 - EXECUTION

(a) Installation

1. Comply with ASTM C 1193.

PART 4 - MEASUREMENT FOR PAYMENT (a) No measurement for payment of these items of work will be made since their

costs shall be included in the Lump Sum basis for Bid Item Number 20.

END OF SECTION

Page 272: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Anne Arundel County, Maryland Department of Public Works Bureau of Engineering

Division 8 – Doors and Windows For Gatehouse

Fort Smallwood Park Phase 1B AACO Project Number P-535900

AACO Proposal Number P-535904

Page 273: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/2014 HOLLOW METAL DOORS AND FRAMES

081113-1

SPECIAL PROVISIONS: DIVISION 8 – DOORS AND WINDOWS FOR GATEHOUSE

SECTION 081113 – HOLLOW METAL DOORS AND FRAMES

PART 1 - GENERAL

(a) SUMMARY

1. Section includes hollow-metal work.

(b) DEFINITIONS

1. Minimum Thickness: Minimum thickness of base metal without coatings according to NAAMM-HMMA 803 or SDI A250.8.

(c) ACTION SUBMITTALS

1. Product Data: For each type of product.

2. Shop Drawings: Include elevations, door edge details, frame profiles, metal thicknesses, preparations for hardware, and other details.

3. Schedule: Prepared by or under the supervision of supplier, using same reference numbers for details and openings as those on Drawings.

(d) INFORMATIONAL SUBMITTALS

1. Product test reports.

PART 2 - PRODUCTS

(a) MANUFACTURERS 1. Manufacturers: Subject to compliance with requirements, provide

products by the following: A. Amweld International, LLC.

Page 274: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/2014 HOLLOW METAL DOORS AND FRAMES

081113-2

B. Ceco Door Products; an Assa Abloy Group company. C. Gensteel Doors Inc. D. Greensteel Industries, Ltd. E. North American Door Corp. F. Steelcraft; an Ingersoll-Rand company.

(b) EXTERIOR HOLLOW-METAL DOORS AND FRAMES

1. Heavy-Duty Doors and Frames: SDI A250.8, Level 2. All Exterior Hollow Metal Doors

A. Physical Performance: Level B according to SDI A250.4.

B. Doors:

1. Type: Flush with narrow vision panel.

2. Thickness: 1-3/4 inches (44.5 mm).

3. Face: Metallic-coated steel sheet, minimum thickness of 0.042 inch (1.0 mm), with minimum A40 (ZF120) coating.

4. Edge Construction: Model 1, Full Flush

5. Core: Manufacturer's standard insulation material.

C. Thermal-Rated Doors: Provide doors fabricated with thermal-resistance value (R-value) of not less than R-11 when tested according to ASTM C 1363.

D. Frames:

1. Materials: Metallic-coated steel sheet, minimum thickness of 0.053 inch (1.3 mm), with minimum A40 (ZF120) coating.

Page 275: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/2014 HOLLOW METAL DOORS AND FRAMES

081113-3

2. Construction: Face welded.

3. 2 Inch deep face frame.

E. Exposed Finish: Factory Primed.

(c) FRAME ANCHORS

1. Jamb Anchors:

A. Stud-Wall Type: Designed to engage stud, welded to back of frames; not less than 0.042 inch (1.0 mm) thick.

2. Floor Anchors: Formed from same material as frames, minimum thickness of 0.042 inch (1.0 mm), and as follows:

A. Monolithic Concrete Slabs: Clip-type anchors, with two holes to receive fasteners.

(d) MATERIALS

1. Recycled Content of Steel Products: Postconsumer recycled content plus one-half of preconsumer recycled content not less than 25 percent.

2. Cold-Rolled Steel Sheet: ASTM A 1008/A 1008M, Commercial Steel (CS), Type B; suitable for exposed applications.

3. Hot-Rolled Steel Sheet: ASTM A 1011/A 1011M, Commercial Steel (CS), Type B; free of scale, pitting, or surface defects; pickled and oiled.

4. Metallic-Coated Steel Sheet: ASTM A 653/A 653M, Commercial Steel (CS), Type B.

5. Frame Anchors: ASTM A 879/A 879M, Commercial Steel (CS), 04Z (12G) coating designation; mill phosphatized.

Page 276: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/2014 HOLLOW METAL DOORS AND FRAMES

081113-4

A. For anchors built into exterior walls, steel sheet complying with ASTM A 1008/A 1008M or ASTM A 1011/A 1011M, hot-dip galvanized according to ASTM A 153/A 153M, Class B.

6. Inserts, Bolts, and Fasteners: Hot-dip galvanized according to ASTM A 153/A 153M.

7. Power-Actuated Fasteners in Concrete: From corrosion-resistant materials.

8. Mineral-Fiber Insulation: ASTM C 665, Type I (blankets without membrane facing).

9. Glazing: Heat-Treated Float Glass: ASTM C 1048; Type I; Quality-Q3; Class I (clear) unless otherwise indicated; of kind and condition indicated. Thickness of glazing: 1/4 inch (60mm).

10. Glazing Gaskets: Manufacturer's standard compression types; replaceable, molded or extruded, of profile and hardness required to maintain watertight seal.

11. Spacers and Setting Blocks: Manufacturer's standard elastomeric type.

12. Bituminous Coating: Cold-applied asphalt mastic, compounded for 15-mil (0.4-mm) dry film thickness per coat.

(e) FABRICATION

1. Fabricate hollow-metal work to be rigid and free of defects, warp, or buckle. Accurately form metal to required sizes and profiles, with minimum radius for metal thickness. Where practical, fit and assemble units in manufacturer's plant. To ensure proper assembly at Project site, clearly identify work that cannot be permanently factory assembled before shipment.

2. Hollow-Metal Doors:

Page 277: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/2014 HOLLOW METAL DOORS AND FRAMES

081113-5

A. Exterior Doors: Provide weep-hole openings in bottoms of exterior doors to permit moisture to escape. Seal joints in top edges of doors against water penetration.

3. Hollow-Metal Frames: Where frames are fabricated in sections due to shipping or handling limitations, provide alignment plates or angles at each joint, fabricated of same thickness metal as frames.

A. Provide countersunk, flat- or oval-head exposed screws and bolts for exposed fasteners unless otherwise indicated.

B. Floor Anchors: Weld anchors to bottoms of jambs with at least four spot welds per anchor; however, for slip-on drywall frames, provide anchor clips or countersunk holes at bottoms of jambs.

C. Jamb Anchors: Provide number and spacing of anchors as follows:

1. Stud-Wall Type: Locate anchors not more than 18 inches (457 mm) from top and bottom of frame. Space anchors not more than 32 inches (813 mm) o.c. and as follows:

a. Four anchors per jamb from 60 to 90 inches (1524 to 2286 mm) high.

4. Hardware Preparation: Factory prepare hollow-metal work to receive templated mortised hardware; include cutouts, reinforcement, mortising, drilling, and tapping according to SDI A250.6, the Door Hardware Schedule, and templates.

A. Reinforce doors and frames to receive nontemplated, mortised, and surface-mounted door hardware.

B. Comply with applicable requirements in SDI A250.6 and BHMA A156.115 for preparation of hollow-metal work for hardware.

5. Stops and Moldings: Provide stops and moldings around glazed lites and louvers where indicated. Form corners of stops and moldings with mitered hairline joints.

Page 278: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/2014 HOLLOW METAL DOORS AND FRAMES

081113-6

A. Single Glazed Lites: Provide fixed stops and moldings welded on secure side of hollow-metal work.

B. Provide loose stops and moldings on inside of hollow-metal work.

C. Coordinate rabbet width between fixed and removable stops with glazing and installation types indicated.

(f) STEEL FINISHES

1. Prime Finish: Clean, pretreat, and apply manufacturer's standard primer.

A. Shop Primer: SDI A250.10.

PART 3 - EXECUTION

(a) INSTALLATION

1. Hollow-Metal Frames: Install hollow-metal frames of size and profile indicated. Comply with SDI A250.11 or NAAMM-HMMA 840 as required by standards specified.

A. Set frames accurately in position; plumbed, aligned, and braced securely until permanent anchors are set. After wall construction is complete, remove temporary braces, leaving surfaces smooth and undamaged.

1. Remove temporary braces necessary for installation only after frames have been properly set and secured.

2. Check plumb, square, and twist of frames as walls are constructed. Shim as necessary to comply with installation tolerances.

Page 279: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/2014 HOLLOW METAL DOORS AND FRAMES

081113-7

B. Floor Anchors: Provide floor anchors for each jamb and mullion that extends to floor, and secure with postinstalled expansion anchors.

1. Floor anchors may be set with power-actuated fasteners instead of postinstalled expansion anchors if so indicated and approved on Shop Drawings.

C. Installation Tolerances: Adjust hollow-metal door frames for squareness, alignment, twist, and plumb to the following tolerances:

1. Squareness: Plus or minus 1/16 inch (1.6 mm), measured at door rabbet on a line 90 degrees from jamb perpendicular to frame head.

2. Alignment: Plus or minus 1/16 inch (1.6 mm), measured at jambs on a horizontal line parallel to plane of wall.

3. Twist: Plus or minus 1/16 inch (1.6 mm), measured at opposite face corners of jambs on parallel lines, and perpendicular to plane of wall.

4. Plumbness: Plus or minus 1/16 inch (1.6 mm), measured at jambs at floor.

2. Hollow-Metal Doors: Fit hollow-metal doors accurately in frames, within clearances specified below. Shim as necessary.

A. Non-Fire-Rated Steel Doors:

1. Between Door and Frame Jambs and Head: 1/8 inch (3.2 mm) plus or minus 1/32 inch (0.8 mm).

2. At Bottom of Door: 5/8 inch (15.8 mm) plus or minus 1/32 inch (0.8 mm).

Page 280: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/2014 HOLLOW METAL DOORS AND FRAMES

081113-8

3. Between Door Face and Stop: 1/16 inch (1.6 mm) to 1/8 inch (3.2 mm) plus or minus 1/32 inch (0.8 mm).

3. Glazing: Comply with installation requirements with hollow-metal manufacturer's written instructions.

A. Secure stops with countersunk flat- or oval-head machine screws spaced uniformly not more than 9 inches (230 mm) o.c. and not more than 2 inches (51 mm) o.c. from each corner.

(b) ADJUSTING AND CLEANING

1. Final Adjustments: Check and readjust operating hardware items immediately before final inspection. Leave work in complete and proper operating condition. Remove and replace defective work, including hollow-metal work that is warped, bowed, or otherwise unacceptable.

2. Prime-Coat Touchup: Immediately after erection, sand smooth rusted or damaged areas of prime coat and apply touchup of compatible air-drying, rust-inhibitive primer.

3. Metallic-Coated Surface Touchup: Clean abraded areas and repair with galvanizing repair paint according to manufacturer's written instructions.

4. Touchup Painting: Cleaning and touchup painting of abraded areas of paint are specified in painting Sections.

PART 4 - MEASUREMENT FOR PAYMENT (a) No measurement for payment of these items of work will be made since their

costs shall be included in the Lump Sum basis for Bid Item Number 20.

END OF SECTION

Page 281: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/2014 ALUMINUM SLIDING SERVICE WINDOWS 085680-1

SPECIAL PROVISIONS: DIVISION 8 – DOORS AND WINDOWS FOR GATEHOUSE

SECTION 085680 – ALUMINUM SLIDING SERVICE WINDOWS

PART 1 - GENERAL

(a) Summary

1. This section includes:

A. Aluminum, heavy-duty commercial sliding service windows as indicated in drawings and in sections.

(b) Submittals

1. Product Data: Submit Manufacturer’s technical product data

substantiating that products comply. 2. Shop drawings: Submit for fabrication and installation of windows.

Include details, elevations and installation requirement of finish hardware and cleaning.

3. Certification: Provide printed data in sufficient detail to indicate

compliance with the contract documents.

(c) Delivery, Storage, and Handling

1. Deliver windows crated to provide protection during transit and job storage

2. Inspect windows upon delivery for damage. Unless minor defects

can be made to meet the Architect’s specifications and satisfaction, damaged parts should be removed and replaced.

3. Store windows at building site under cover in dry location.

(d) Project Conditions

1. Field measurements: Check opening by accurate field

measurement before fabrication. Show recorded measurements on shop drawings. Coordinate fabrication schedule with construction progress to avoid delay of work.

Page 282: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/2014 ALUMINUM SLIDING SERVICE WINDOWS 085680-2

(e) Warranty

1. All material and workmanship shall be warranted against defects

for a period of one (1) year from the original date of purchase.

PART 2 - PRODUCTS

(a) Acceptable Manufacturer’s

1. Basis of design: Design is based on aluminum (DW) series, deluxe sliding service window manufactured by C.R. Laurence Co., Inc. (800) 421-6144

(b) Materials

1. Frames: 4” Aluminum frame modules shall be constructed of

6063-T5 extruded aluminum. Replacement and servicing of glass shall be from the clerk side of the window by means of an access panel in the top header and does not require the removal of the frame from the opening. Window glides on top-hung heavy-duty ball bearing slides. Poly-pile weather stripping and self-latching handle. Overall frame sizes are to be in accordance with the contract drawings.

2. Finish: All aluminum to be clear anodized, duranodic bronze,

powder or Kynar painted (specify color). 3. Glazing: The glazing is ¼” to ½” in thickness. Options include

tempered, wire, laminated, tinted, and insulating glass (specify type of glazing material desired).

4. Options: Laminated Shelf, stainless steel shelf, keyed lock, full

bottom track, or burglar bar. (specify desired options). PART 3 – EXECUTION

(a) Installation

1. Install window in accordance with manufacturer’s printed instructions and recommendations. Repair damaged units as directed (if approved by the manufacturer and the architect) or replace with new units.

(b) Cleaning

Page 283: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/2014 ALUMINUM SLIDING SERVICE WINDOWS 085680-3

1. Clean frame and glazing surfaces after installation, complying with

requirements contained in the manufacturer’s instructions. Remove excess glazing sealant compounds, dirt or other substances.

(c) Protection

1. Institute protective measures required throughout the remainder of

the construction period to ensure that all the windows do not incur any damage or deterioration, other than normal weathering, at the time of acceptance.

END OF SECTION

Page 284: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/2014 DOOR HARDWARE

087100-1

SPECIAL PROVISIONS: DIVISION 8 – DOORS AND WINDOWS FOR GATEHOUSE

SECTION 087100 – DOOR HARDWARE

PART 1 - GENERAL

(a) Summary

1. Section includes:

A. Mechanical door hardware for the following:

1. Swinging doors.

(b) Action Submittals

1. Product Data: For each type of product indicated.

2. Samples: For each exposed product and for each color and texture specified.

3. Other Action Submittals:

A. Door Hardware Schedule: Prepared by or under the supervision of Installer, detailing fabrication and assembly of door hardware, as well as installation procedures and diagrams. Coordinate final door hardware schedule with doors, frames, and related work to ensure proper size, thickness, hand, function, and finish of door hardware.

1. Format: Use same scheduling sequence and format and use same door numbers as in the Contract Documents.

2. Content: Include the following information:

a) Identification number, location, hand, fire rating, size, and material of each door and frame.

b) Locations of each door hardware set, cross-referenced to Drawings on floor plans and to door and frame schedule.

c) Complete designations, including name and manufacturer, type, style, function, size, quantity, function, and finish of each door hardware product.

Page 285: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/2014 DOOR HARDWARE

087100-2

d) Description of electrified door hardware sequences of operation and interfaces with other building control systems.

B. Keying Schedule: Prepared by or under the supervision of Installer, detailing Owner's final keying instructions for lock.

(b) Quality Assurance

1. Installer Qualifications: Supplier of products and an employer of workers trained and approved by product manufacturers and an Architectural Hardware Consultant who is available during the course of the Work to consult with Contractor, Architect, and Owner about door hardware and keying.

2. Architectural Hardware Consultant Qualifications: A person who is experienced in providing consulting services for door hardware installations that are comparable in material, design, and extent to that indicated for this Project and who is currently certified by DHI as follows:

A. For door hardware, an Architectural Hardware Consultant (AHC) who is also an Electrified Hardware Consultant (EHC)

3. Means of Egress Doors: Latches do not require more than 15 lbs (67 N) to release the latch. Locks do not require use of a key, tool, or special knowledge for operation.

4. Accessibility Requirements: For door hardware on doors in an accessible route, comply with the U.S. Architectural & Transportation Barriers Compliance Board's ADA-ABA Accessibility Guidelines

A. Provide operating devices that do not require tight grasping, pinching, or twisting of the wrist and that operate with a force of not more than 5 lbf (22.2 N).

B. Adjust door closer sweep periods so that, from an open position of 70 degrees, the door will take at least 3 seconds to move to a point 3 inches (75 mm) from the latch, measured to the leading edge of the door.

5. Keying Conference: Conduct conference at Project site to comply with requirements in Section 013100 "Project Management and Coordination."

Page 286: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/2014 DOOR HARDWARE

087100-3

(c) Delivery, Storage and Handling

1. Deliver keys to manufacturer of key control system for subsequent delivery to Owner.

(d) Waranty

1. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of door hardware that fail in materials or workmanship within specified warranty period.

A. Warranty Period: Three years from date of Substantial Completion, unless otherwise indicated.

1. Manual Closers: 10 years from date of Substantial Completion.

PART 2 - PRODUCTS

(a) Scheduled Door Hardware

1. Provide door hardware for each door as scheduled on Drawings to comply with requirements in this Section.

A. Door Hardware Sets: Provide quantity, item, size, finish or color indicated, and products equivalent in function and comparable in quality to named products

(b) Hinges

1. Hinges: BHMA A156.1. Provide template-produced hinges for hinges installed on hollow-metal doors and hollow-metal frames.

A. Basis-of-Design Product: Subject to compliance with requirements, provide product indicated on Drawings or comparable product by one of the following:

1. Baldwin Hardware Corporation.

2. Bommer Industries, Inc.

3. Cal-Royal Products, Inc.

4. IVES Hardware; an Ingersoll-Rand company.

5. Lawrence Hardware Inc.

Page 287: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/2014 DOOR HARDWARE

087100-4

6. McKinney Products Company; an ASSA ABLOY Group company.

7. PBB, Inc.

8. Stanley Commercial Hardware; Div. of The Stanley Works.

(c) Mechanical Locks and Latches

1. Strikes: Provide manufacturer's standard strike for each lock bolt or latchbolt complying with requirements indicated for applicable lock or latch and with strike box and curved lip extended to protect frame; finished to match lock or latch.

2. Bored Locks: BHMA A156.2; Grade 1; Series 4000.

A. Basis-of-Design Product: Subject to compliance with requirements, provide product indicated on Drawings or comparable product by one of the following:

1. Arrow USA; an ASSA ABLOY Group company.

2. Best Access Systems; Div. of Stanley Security Solutions, Inc.

3. Cal-Royal Products, Inc.

4. Corbin Russwin Architectural Hardware; n ASSA ABLOY Group Company.

5. Falcon Lock; An Ingersoll-Rand Company.

6. K2 Commercial Hardware; a Black & Decker Corp. company.

7. Marks USA.

8. Medeco Security Locks, Inc.; an ASSA ABLOY Group company.

9. PDQ Manufacturing.

10. SARGENT Manufacturing Company; an ASSA ABLOY Group company.

11. Schlage Commercial Lock Division; an Ingersoll-Rand company.

12. Weiser Lock Corp.; a Black & Decker Corp. company.

13. Yale Security Inc.; an ASSA ABLOY Group company.

Page 288: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/2014 DOOR HARDWARE

087100-5

(d) Auxiliary Locks

1. Bored Auxiliary Locks: BHMA A156.5: Grade 1; with specified strike.

A. Basis-of-Design Product: Subject to compliance with requirements, provide product indicated on Drawings or comparable product by one of the following:

1. Arrow USA; an ASSA ABLOY Group company.

2. Best Access Systems; Div. of Stanley Security Solutions, Inc.

3. Cal-Royal Products, Inc.

4. Falcon Lock; an Ingersoll-Rand company.

5. K2 Commercial Hardware; a Black & Decker Corp. company.

6. Marks USA.

7. Medeco Security Locks, Inc.; an ASSA ABLOY Group company.

8. PDQ Manufacturing.

9. SARGENT Manufacturing Company; an ASSA ABLOY Group company.

10. Schlage Commercial Lock Division; an Ingersoll-Rand company.

11. Weiser Lock Corp.; a Black & Decker Corp. company.

12. Yale Security Inc.; an ASSA ABLOY Group company.

(e) Lock Cylinders

1. Lock Cylinders: Tumbler type, constructed from brass or bronze, stainless steel, or nickel silver.

A. Manufacturer: Same manufacturer as for locking devices.

1. Arrow USA; an ASSA ABLOY Group company.

Page 289: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/2014 DOOR HARDWARE

087100-6

2. ASSA, Inc.; An ASSA ABLOY Group Company.

3. Best Access Systems; Div. of Stanley Security Solutions, Inc.

4. Corbin Russwin Architectural Hardware; an ASSA ABLOY Group company.

5. Falcon Lock; an Ingersoll-Rand company.

6. Medeco Security Locks, Inc.; an ASSA ABLOY Group company.

7. SARGENT Manufacturing Company; an ASSA ABLOY Group company.

8. Schlage Commercial Lock Division; an Ingersoll-Rand company.

9. Yale Security Inc.; an ASSA ABLOY Group company.

2. Construction Cores: Provide construction cores that are replaceable by permanent cores. Provide 10 construction master keys.

(f) Keying

1. Keying System: Factory registered, complying with guidelines in BHMA A156.28, Appendix A. Incorporate decisions made in keying conference.

2. Keys: Nickel silver.

A. Stamping: Permanently inscribe each key with a visual key control number and include the following notation:

1. Notation: Information to be furnished by Owner.

B. Quantity: In addition to one extra key blank for each lock, provide the following:

1. Cylinder Change Keys: Two.

(g) Operating Trim

1. Operating Trim: BHMA A156.6; stainless steel.

Page 290: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/2014 DOOR HARDWARE

087100-7

A. Basis-of-Design Product: Subject to compliance with requirements, provide product indicated on Drawings or comparable product by one of the following:

1. Burns Manufacturing Incorporated.

2. Don-Jo Mfg., Inc.

3. Forms + Surfaces.

4. Hiawatha, Inc.

5. IVES Hardware; an Ingersoll-Rand company.

6. Rockwood Manufacturing Company.

7. Trimco.

(h) Surface Closers

1. Surface Closers: BHMA A156.4; rack-and-pinion hydraulic type with adjustable sweep and latch speeds controlled by key-operated valves and forged-steel main arm. Comply with manufacturer's written recommendations for size of door closers depending on size of door, exposure to weather, and anticipated frequency of use. Provide factory-sized closers, adjustable to meet field conditions and requirements for opening force.

A. Basis-of-Design Product: Subject to compliance with requirements, provide product indicated on Drawings or comparable product by one of the following:

1. Arrow USA; an ASSA ABLOY Group company.

2. Corbin Russwin Architectural Hardware; an ASSA ABLOY Group company.

3. DORMA Architectural Hardware; Member of The DORMA Group North America.

4. Dor-O-Matic; an Ingersoll-Rand company.

5. K2 Commercial Hardware; a Black & Decker Corp. company.

6. LCN Closers; an Ingersoll-Rand company.

Page 291: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/2014 DOOR HARDWARE

087100-8

7. Norton Door Controls; an ASSA ABLOY Group company.

8. Rixson Specialty Door Controls; an ASSA ABLOY Group company.

9. SARGENT Manufacturing Company; an ASSA ABLOY Group company.

10. Yale Security Inc.; an ASSA ABLOY Group company.

(i) Door Gasketing

1. Door Gasketing: BHMA A156.22; air leakage not to exceed 0.50 cfm per foot (0.000774 cu. m/s per m) of crack length for gasketing other than for smoke control, as tested according to ASTM E 283; with resilient or flexible seal strips that are easily replaceable and readily available from stocks maintained by manufacturer.

A. Basis-of-Design Product: Subject to compliance with requirements, provide product indicated on Drawings or comparable product by one of the following:

1. M-D Building Products, Inc.

2. National Guard Products.

3. Pemko Manufacturing Co.; an ASSA ABLOY Group company.

4. Reese Enterprises, Inc.

5. Sealeze; a unit of Jason Incorporated.

6. Zero International.

2. Protection Plates: BHMA A156.6; fabricated with four sides beveled; stainless steel, 0.050”

A. Basis-of-Design Product: Subject to compliance with requirements, provide product indicated on Drawings or comparable product by one of the following:

1. American Floor Products Co., Inc.

2. Burns Manufacturing Incorporated.

Page 292: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/2014 DOOR HARDWARE

087100-9

3. Don-Jo Mfg., Inc.

4. Hiawatha, Inc.

5. IPC Door and Wall Protection Systems, Inc.; Div. of InPro Corporation.

6. Korogard Wall Protection Systems; Div. of RJF International Corporation.

7. Pawling Corporation.

8. Rockwood Manufacturing Company.

9. Tepromark International, Inc.

10. Trimco.

(j) Fabrication

1. Fasteners: Provide door hardware manufactured to comply with published templates prepared for machine, wood, and sheet metal screws. Provide screws that comply with commercially recognized industry standards for application intended, except aluminum fasteners are not permitted. Provide Phillips flat-head screws with finished heads to match surface of door hardware, unless otherwise indicated.

A. Concealed Fasteners: For door hardware units that are exposed when door is closed, except for units already specified with concealed fasteners. Do not use through bolts for installation where bolt head or nut on opposite face is exposed unless it is the only means of securely attaching the door hardware. Where through bolts are used on hollow door and frame construction, provide sleeves for each through bolt.

B. Spacers or Sex Bolts: For through bolting of hollow-metal doors.

C. Gasketing Fasteners: Provide noncorrosive fasteners for exterior applications and elsewhere as indicated.

(k) Finshes

1. Provide finishes complying with BHMA A156.18 as indicated in door hardware schedule.

Page 293: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/2014 DOOR HARDWARE

087100-10

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

PART 3 - EXECUTION

(a) Installation

1. Doors and Frames: Manufacture to install all surface applied door hardware for quality control.

2. Mounting Heights: Mount door hardware units at heights to comply with the following unless otherwise indicated or required to comply with governing regulations.

A. Standard Steel Doors and Frames: ANSI/SDI A250.8.

3. Install each door hardware item to comply with manufacturer's written instructions. Where cutting and fitting are required to install door hardware onto or into surfaces that are later to be painted or finished in another way, coordinate removal, storage, and reinstallation of surface protective trim units with finishing work. Do not install surface-mounted items until finishes have been completed on substrates involved.

A. Set units level, plumb, and true to line and location. Adjust and reinforce attachment substrates as necessary for proper installation and operation.

B. Drill and countersink units that are not factory prepared for anchorage fasteners. Space fasteners and anchors according to industry standards.

4. Hinges: Install types and in quantities indicated in door hardware schedule but not fewer than the number recommended by manufacturer for application indicated or one hinge for every 30 inches (750 mm) of door height, whichever is more stringent, unless other equivalent means of support for door, such as spring hinges or pivots, are provided.

5. Lock Cylinders: Install construction cores to secure building and areas during construction period.

Page 294: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/2014 DOOR HARDWARE

087100-11

A. Replace construction cores with permanent cores.

6. Stops: Provide floor stops for doors unless wall or other type stops are indicated in door hardware schedule. Do not mount floor stops where they will impede traffic.

7. Perimeter Gasketing: Apply to head and jamb, forming seal between door and frame.

8. Door Bottoms: Apply to bottom of door, forming seal with floor when door is closed.

9. Adjustment: Adjust and check each operating item of door hardware and each door to ensure proper operation or function of every unit. Replace units that cannot be adjusted to operate as intended. Adjust door control devices to compensate for final operation of heating and ventilating equipment and to comply with referenced accessibility requirements.

(b) Field Quality Control

1. Independent Architectural Hardware Consultant: Owner will engage a qualified independent Architectural Hardware Consultant to perform inspections and to prepare inspection reports.

END OF SECTION 087100

Page 295: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Anne Arundel County, Maryland Department of Public Works Bureau of Engineering

Division 9 – Finishes For Gatehouse

Fort Smallwood Park Phase 1B AACO Project Number P-535900

AACO Proposal Number P-535904

Page 296: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/2014 GYPSUM BOARD

092900-1

SPECIAL PROVISIONS: DIVISION 9 – FINISHES

SECTION 092900 – GYPSUM BOARD

PART 1 - GENERAL

(a) SUMMARY

1. Section Includes:

A. Interior gypsum board.

(b) ACTION SUBMITTALS

1. Product Data: For each type of product.

PART 2 - PRODUCTS

(a) INTERIOR GYPSUM BOARD

1. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

A. American Gypsum.

B. CertainTeed Corp.

C. Georgia-Pacific Gypsum LLC.

D. Lafarge North America Inc.

E. National Gypsum Company.

Page 297: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/2014 GYPSUM BOARD

092900-2

F. PABCO Gypsum.

G. Temple-Inland.

2. Gypsum Wallboard: ASTM C 1396/C 1396M.

A. Thickness: 5/8 inch.

B. Long Edges: Tapered

3. Gypsum Ceiling Board: ASTM C 1396/C 1396M.

A. Thickness: 5/8 inch.

B. Long Edges: Tapered.

(b) TRIM ACCESSORIES

1. Interior Trim: ASTM C 1047

A. Material: Galvanized or aluminum-coated steel sheet, rolled zinc, plastic or paper-faced galvenaized steel sheet.

(c) JOINT TREATMENT MATERIALS

1. General: Comply with ASTM C 475/C 475M.

2. Joint Tape:

A. Interior Gypsum Board: Paper.

3. Joint Compound for Interior Gypsum Board: For each coat use formulation that is compatible with other compounds applied on previous or for successive coats.

Page 298: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/2014 GYPSUM BOARD

092900-3

(d) AUXILIARY MATERIALS

1. Steel Drill Screws: ASTM C 1002, unless otherwise indicated.

PART 3 - EXECUTION

3.1 APPLYING AND FINISHING PANELS

1. Comply with ASTM C 840.

2. Examine panels before installation. Reject panels that are wet, moisture damaged, and mold damaged.

3. Install trim with back flanges intended for fasteners, attach to framing with same fasteners unsed for panels. Otherwise, attach trim according to

3. Prefill open joints and damaged surface areas.

4. Apply joint tape over gypsum board joints.

5. Gypsum Board Finish Levels: Finish panels to levels indicated below and according to ASTM C 840:

A. Level 4: At panel surfaces that will be exposed to view unless otherwise indicated.

6. Protect adjacent surfaces from drywall compound and texture finishes and promptly remove from floors and other non-drywall surfaces. Repair surfaces stained, marred, or otherwise damaged during drywall application.

7. Remove and replace panels that are wet, moisture damaged, and mold damaged.

Page 299: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/2014 GYPSUM BOARD

092900-4

PART 4 - MEASUREMENT FOR PAYMENT (a) No measurement for payment of these items of work will be made since their

costs shall be included in the Lump Sum basis for Bid Item Number 20.

END OF SECTION

Page 300: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/2014 RESILIENT BASE AND ACCESSORIES

096513-1

SPECIAL PROVISIONS: DIVISION 9 – FINISHES FOR GATEHOUSE

SECTION 096513 – RESILIENT BASE AND ACCESSORIES

PART 1 - GENERAL

(a) SUMMARY

1. Section Includes:

A. Resilient base.

(b) ACTION SUBMITTALS

1. Product Data: For each type of product indicated.

2. Samples: For each type of product indicated, in manufacturer's standard-size Samples but not less than 12 inches (300 mm) long, of each resilient product color, texture, and pattern required.

(c) QUALITY ASSURANCE

1. Fire-Test-Response Characteristics: As determined by testing identical products according to ASTM E 648 or NFPA 253 by a qualified testing agency.

A. Critical Radiant Flux Classification: Class I, not less than 0.45 W/sq. cm.

(d) PROJECT CONDITIONS

1. Maintain ambient temperatures within range recommended by manufacturer in spaces to receive resilient products.

2. Until Substantial Completion, maintain ambient temperatures within range recommended by manufacturer.

Page 301: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/2014 RESILIENT BASE AND ACCESSORIES

096513-2

3. Install resilient products after other finishing operations, including painting, have been completed.

PART 2 - PRODUCTS

(a) RESILIENT BASE

1. Resilient Base:

A. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1. Allstate Rubber Corp.; Stoler Industries.

2. Armstrong World Industries, Inc.

3. Burke Mercer Flooring Products; Division of Burke Industries, Inc.

4. Endura Rubber Flooring; Division of Burke Industries, Inc.

5. Estrie Products International; American Biltrite (Canada) Ltd.

6. Flexco, Inc.

7. Johnsonite.

8. Mondo Rubber International, Inc.

9. Musson, R. C. Rubber Co.

10. Nora Rubber Flooring; Freudenberg Building Systems, Inc.

11. PRF USA, Inc.

Page 302: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/2014 RESILIENT BASE AND ACCESSORIES

096513-3

12. Roppe Corporation, USA.

13. VPI, LLC; Floor Products Division.

2. Resilient Base Standard: ASTM F 1861.

A. Material Requirement: Type TS (rubber, vulcanized thermoset) or Type TP (rubber, thermoplastic).

B. Manufacturing Method: Group I (solid, homogeneous) or Group II (layered).

C. Style: Cove (base with toe).

3. Minimum Thickness: 0.125 inch (3.2 mm).

4. Height: 4 inches (102 mm).

5. Lengths: Coils in manufacturer's standard length

6. Outside Corners: Job formed

7. Inside Corners: Job formed

8. Finish: As selected by Architect from manufacturer's full range.

9. Colors and Patterns: As selected by Architect from full range of industry colors.

(b) INSTALLATION MATERIALS

1. Trowelable Leveling and Patching Compounds: Latex-modified, portland cement based or blended hydraulic-cement-based formulation provided or approved by manufacturer for applications indicated.

Page 303: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/2014 RESILIENT BASE AND ACCESSORIES

096513-4

2. Adhesives: Water-resistant type recommended by manufacturer to suit resilient products and substrate conditions indicated.

PART 3 - EXECUTION

(a) PREPARATION

1. Prepare substrates according to manufacturer's written instructions to ensure adhesion of resilient products.

2. Fill cracks, holes, and depressions in substrates with trowelable leveling and patching compound and remove bumps and ridges to produce a uniform and smooth substrate.

3. Do not install resilient products until they are same temperature as the space where they are to be installed.

A. Move resilient products and installation materials into spaces where they will be installed at least 48 hours in advance of installation.

(b) RESILIENT BASE INSTALLATION

1. Comply with manufacturer's written instructions for installing resilient base.

2. Apply resilient base to walls, columns, pilasters, casework and cabinets in toe spaces, and other permanent fixtures in rooms and areas where base is required.

3. Install resilient base in lengths as long as practicable without gaps at seams and with tops of adjacent pieces aligned.

4. Tightly adhere resilient base to substrate throughout length of each piece, with base in continuous contact with horizontal and vertical substrates.

5. Do not stretch resilient base during installation.

Page 304: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/2014 RESILIENT BASE AND ACCESSORIES

096513-5

(c) CLEANING AND PROTECTION

1. Comply with manufacturer's written instructions for cleaning and protection of resilient products.

2. Cover resilient products until Substantial Completion.

PART 4 - MEASUREMENT FOR PAYMENT (a) No measurement for payment of these items of work will be made since their

costs shall be included in the Lump Sum basis for Bid Item Number 20.

END OF SECTION

Page 305: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/2014 RESILIENT TILE FLOORING

096519-1

SPECIAL PROVISIONS: DIVISION 9 – FINISHES FOR GATEHOUSE

SECTION 096519 – RESILIENT TILE FLOORING

PART 1 - GENERAL

(a) SUMMARY

1. Section Includes:

A. Vinyl composition floor tile.

(b) ACTION SUBMITTALS

1. Product Data: For each type of product indicated.

2. Shop Drawings: For each type of floor tile. Include floor tile layouts, edges, columns, doorways, enclosing partitions, built-in furniture, cabinets, and cutouts.

3. Samples: Full-size units of each color and pattern of floor tile required.

(c) CLOSEOUT SUBMITTALS

1. Maintenance data.

(d) QUALITY ASSURANCE

1. Fire-Test-Response Characteristics: As determined by testing identical products according to ASTM E 648 or NFPA 253 by a qualified testing agency.

A. Critical Radiant Flux Classification: Class I, not less than 0.45 W/sq. cm.

Page 306: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/2014 RESILIENT TILE FLOORING

096519-2

(e) PROJECT CONDITIONS

1. Maintain ambient temperatures within range recommended by manufacturer in spaces to receive floor tile.

2. Until Substantial Completion, maintain ambient temperatures within range recommended by manufacturer.

3. Close spaces to traffic during floor tile installation.

4. Close spaces to traffic for 48 hours after floor tile installation.

5. Install floor tile after other finishing operations, including painting, have been completed.

PART 2 - PRODUCTS

(a) VINYL COMPOSITION FLOOR TILE

1. Products: Subject to compliance with requirements, provide one of the following:

A. Armstrong World Industries, Inc.; Standard Excelon Imperial.

B. Congoleum Corporation; Alternatives.

C. Mannington Mills, Inc.; Essentials.

D. Tarkett, Inc.; Standard Expressions.

2. Tile Standard: ASTM F 1066, Class 2, through-pattern tile.

3. Wearing Surface: Smooth.

4. Thickness: 0.125 inch (3.2 mm).

Page 307: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/2014 RESILIENT TILE FLOORING

096519-3

5. Size: 12 by 12 inches (305 by 305 mm).

6. Colors and Patterns: As selected by Architect from full range of industry colors

(b) INSTALLATION MATERIALS

1. Trowelable Leveling and Patching Compounds: Latex-modified, portland cement based or blended hydraulic-cement-based formulation provided or approved by manufacturer for applications indicated.

2. Adhesives: Water-resistant type recommended by manufacturer to suit floor tile and substrate conditions indicated.

3. Floor Polish: Provide protective liquid floor polish products as recommended by manufacturer.

PART 3 - EXECUTION

(a) PREPARATION

1. Prepare substrates according to manufacturer's written instructions to ensure adhesion of resilient products.

2. Concrete Substrates: Prepare according to ASTM F 710.

A. Verify that substrates are dry and free of curing compounds, sealers, and hardeners.

B. Remove substrate coatings and other substances that are incompatible with adhesives and that contain soap, wax, oil, or silicone, using mechanical methods recommended by manufacturer. Do not use solvents.

C. Alkalinity and Adhesion Testing: Perform tests recommended by manufacturer. Proceed with installation only after substrates pass testing.

Page 308: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/2014 RESILIENT TILE FLOORING

096519-4

D. Moisture Testing: Perform tests recommended by floor covering manufacturer and as follows. Proceed with installation only after substrates pass testing.

1. Perform anhydrous calcium chloride test, ASTM F 1869. Proceed with installation only after substrates have maximum moisture-vapor-emission rate of 3 lb of water/1000 sq. ft. (1.36 kg of water/92.9 sq. m) in 24 hours.

2. Perform relative humidity test using in situ probes, ASTM F 2170. Proceed with installation only after substrates have a maximum 75% relative humidity level measurement.

3. Fill cracks, holes, and depressions in substrates with trowelable leveling and patching compound and remove bumps and ridges to produce a uniform and smooth substrate.

4. Do not install floor tiles until they are same temperature as space where they are to be installed.

A. Move resilient products and installation materials into spaces where they will be installed at least 48 hours in advance of installation.

5. Sweep and vacuum clean substrates to be covered by resilient products immediately before installation.

(b) FLOOR TILE INSTALLATION

1. Comply with manufacturer's written instructions for installing floor tile.

2. Lay out floor tiles from center marks established with principal walls, discounting minor offsets, so tiles at opposite edges of room are of equal width. Adjust as necessary to avoid using cut widths that equal less than one-half tile at perimeter.

A. Lay tiles square with room axis.

Page 309: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/2014 RESILIENT TILE FLOORING

096519-5

3. Match floor tiles for color and pattern by selecting tiles from cartons in the same sequence as manufactured and packaged, if so numbered. Discard broken, cracked, chipped, or deformed tiles.

A. Lay tiles with grain running in one direction.

4. Scribe, cut, and fit floor tiles to butt neatly and tightly to vertical surfaces and permanent fixtures including built-in furniture, cabinets, pipes, outlets, and door frames.

5. Extend floor tiles into toe spaces, door reveals, closets, and similar openings. Extend floor tiles to center of door openings.

6. Maintain reference markers, holes, and openings that are in place or marked for future cutting by repeating on floor tiles as marked on substrates. Use chalk or other nonpermanent, nonstaining marking device.

7. Adhere floor tiles to flooring substrates using a full spread of adhesive applied to substrate to produce a completed installation without open cracks, voids, raising and puckering at joints, telegraphing of adhesive spreader marks, and other surface imperfections.

(c) CLEANING AND PROTECTION

1. Comply with manufacturer's written instructions for cleaning and protection of floor tile.

2. Floor Polish: Remove soil, visible adhesive, and surface blemishes from floor tile surfaces before applying liquid floor polish.

A. Apply two coat(s).

3. Cover floor tile until Substantial Completion.

Page 310: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/2014 RESILIENT TILE FLOORING

096519-6

PART 4 - MEASUREMENT FOR PAYMENT (a) No measurement for payment of these items of work will be made since their

costs shall be included in the Lump Sum basis for Bid Item Number 20.

END OF SECTION

Page 311: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 EXTERIOR PAINTING

099113-1

SPECIAL PROVISIONS: DIVISION 9 – FINISHES FOR GATEHOUSE

SECTION 099113 – EXTERIOR PAINTING

PART 1 - GENERAL

(a) SUMMARY

1. Section includes surface preparation and the application of paint systems on the following exterior substrates:

A. Primed Steel.

B. Plastic trim fabrications.

(b) DEFINITIONS

1. Gloss Level 5: 35 to 70 units at 60 degrees, according to ASTM D 523.

(c) ACTION SUBMITTALS

1. Product Data: For each type of product. Include preparation requirements and application instructions.

2. Samples: For each type of paint system and each color and gloss of topcoat.

3. Product List: For each product indicated. Include printout of current "MPI Approved Products List" for each product category specified, with the proposed product highlighted.

(d) MAINTENANCE MATERIAL SUBMITTALS

1. Furnish extra materials [, from the same product run,] that match products installed and that are packaged with protective covering for storage and identified with labels describing contents.

Page 312: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 EXTERIOR PAINTING

099113-2

A. Paint: 5 percent, but not less than 1 gal. (3.8 L) of each material and color applied.

(e) QUALITY ASSURANCE

1. Mockups: Apply mockups of each paint system indicated and each color and finish selected to verify preliminary selections made under Sample submittals and to demonstrate aesthetic effects and set quality standards for materials and execution.

A. Architect will select one surface to represent surfaces and conditions for application of each paint system specified in Part 3.

1. Vertical and Horizontal Surfaces: Provide samples of at least 100 sq. ft. (9 sq. m).

B. Final approval of color selections will be based on mockups.

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

PART 2 - PRODUCTS

(a) MANUFACTURERS

1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to products listed in other Part 2 articles for the paint category indicated.

(b) PAINT, GENERAL

1. MPI Standards: Provide products that comply with MPI standards indicated and that are listed in its "MPI Approved Products List."

2. Material Compatibility:

Page 313: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 EXTERIOR PAINTING

099113-3

A. Provide materials for use within each paint system that are compatible with one another and substrates indicated, under conditions of service and application as demonstrated by manufacturer, based on testing and field experience.

B. For each coat in a paint system, provide products recommended in writing by manufacturers of topcoat for use in paint system and on substrate indicated.

C. VOC Content: Provide materials that comply with VOC limits of authorities having jurisdiction.

D. Colors: As selected by Architect from manufacturer's full range

(c) PRIMERS/SEALERS

1. Primer, Bonding, Water Based: MPI #17.

A. Sherwin Williams, Adhesion Primer

(d) WATER-BASED PAINTS

1. Light Industrial Coating, Exterior, Water Based, Semi-Gloss (Gloss Level 5): MPI #163.

A. Sherwin Williams, Pro Industrial, Zero VOC Acrylic Semi-Gloss

2. Light Industrial Coating, Exterior, Water Based, Semi-Gloss (Gloss Level 5): MPI #11.

A. Sherwin Williams, A100, Exterior Latex Gloss

PART 3 - EXECUTION

(a) EXAMINATION

Page 314: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 EXTERIOR PAINTING

099113-4

1. Examine substrates and conditions, with Applicator present, for compliance with requirements for maximum moisture content and other conditions affecting performance of the Work.

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

3. Proceed with coating application only after unsatisfactory conditions have been corrected.

A. Application of coating indicates acceptance of surfaces and conditions.

(b) PREPARATION

1. Comply with manufacturer's written instructions and recommendations in "MPI Manual" applicable to substrates and paint systems indicated.

2. Clean substrates of substances that could impair bond of paints, including dust, dirt, oil, grease, and incompatible paints and encapsulants.

A. Remove incompatible primers and reprime substrate with compatible primers or apply tie coat as required to produce paint systems indicated.

(c) APPLICATION

1. Apply paints according to manufacturer's written instructions and recommendations in "MPI Manual."

2. Apply paints to produce surface films without cloudiness, spotting, holidays, laps, brush marks, roller tracking, runs, sags, ropiness, or other surface imperfections. Cut in sharp lines and color breaks.

(d) CLEANING AND PROTECTION

Page 315: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 EXTERIOR PAINTING

099113-5

1. Protect work of other trades against damage from paint application. Correct damage to work of other trades by cleaning, repairing, replacing, and refinishing, as approved by Architect, and leave in an undamaged condition.

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

(e) EXTERIOR PAINTING SCHEDULE

1. Primed Steel:

A. Water-Based Light Industrial Coating System:

1. Intermediate Coat: Light industrial coating, exterior, water based, matching topcoat.

2. Topcoat: Light industrial coating, exterior, water based, semi-gloss (Gloss Level 5), MPI #163.

2. Plastic Trim Fabrication Substrates:

A. Latex System:

1. Prime Coat: Primer, bonding, water based, MPI #17.

2. Intermediate Coat: Latex, exterior, matching topcoat.

3. Topcoat: Latex, exterior semi-gloss (Gloss Level 5), MPI #11.

PART 4 - MEASUREMENT FOR PAYMENT

(a) No measurement for payment of these items of work will be made since their

costs shall be included in the Lump Sum basis for Bid Item Number 20.

END OF SECTION

Page 316: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 INTERIOR PAINTING

099123-1

SPECIAL PROVISIONS: DIVISION 9 – FINISHES FOR GATEHOUSE

SECTION 099123 – INTERIOR PAINTING

PART 1 - GENERAL

(a) SUMMARY

1. Section includes surface preparation and the application of paint systems on the following interior substrates:

A. Wood.

B. Gypsum board.

(b) DEFINITIONS

1. Gloss Level 1: Not more than 5 units at 60 degrees and 10 units at 85 degrees, according to ASTM D 523.

2. Gloss Level 2: Not more than 10 units at 60 degrees and 10 to 35 units at 85 degrees, according to ASTM D 523.

3. Gloss Level 3: 10 to 25 units at 60 degrees and 10 to 35 units at 85 degrees, according to ASTM D 523.

4. Gloss Level 4: 20 to 35 units at 60 degrees and not less than 35 units at 85 degrees, according to ASTM D 523.

5. Gloss Level 5: 35 to 70 units at 60 degrees, according to ASTM D 523.

6. Gloss Level 6: 70 to 85 units at 60 degrees, according to ASTM D 523.

7. Gloss Level 7: More than 85 units at 60 degrees, according to ASTM D 523.

Page 317: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 INTERIOR PAINTING

099123-2

(c) ACTION SUBMITTALS

1. Product Data: For each type of product. Include preparation requirements and application instructions.

2. Samples: For each type of paint system and in each color and gloss of topcoat.

3. Product List: For each product indicated. Include printout of current "MPI Approved Products List" for each product category specified in Part 2, with the proposed product highlighted.

(d) MAINTENANCE MATERIAL SUBMITTALS

1. Furnish extra materials [, from the same product run, that match products installed and that are packaged with protective covering for storage and identified with labels describing contents.

A. Paint: 5 percent, but not less than 1 gal. (3.8 L) of each material and color applied.

(e) QUALITY ASSURANCE

1. Mockups: Apply mockups of each paint system indicated and each color and finish selected to verify preliminary selections made under Sample submittals and to demonstrate aesthetic effects and set quality standards for materials and execution.

A. Architect will select one surface to represent surfaces and conditions for application of each paint system specified in Part 3.

1. Vertical and Horizontal Surfaces: Provide samples of at least 100 sq. ft. (9 sq. m).

2. Other Items: Architect will designate items or areas required.

Page 318: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 INTERIOR PAINTING

099123-3

B. Final approval of color selections will be based on mockups.

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

PART 2 - PRODUCTS

(a) MANUFACTURERS

1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to products listed in other Part 2 articles for the paint category indicated.

(b) PAINT, GENERAL

1. MPI Standards: Provide products that comply with MPI standards indicated and that are listed in its "MPI Approved Products List."

2. Material Compatibility:

A. Provide materials for use within each paint system that are compatible with one another and substrates indicated, under conditions of service and application as demonstrated by manufacturer, based on testing and field experience.

B. For each coat in a paint system, provide products recommended in writing by manufacturers of topcoat for use in paint system and on substrate indicated.

3. VOC Content: Products shall comply with VOC limits of authorities having jurisdiction.

4. Colors: As selected by Architect from manufacturer's full range.

Page 319: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 INTERIOR PAINTING

099123-4

(c) PRIMERS/SEALERS

1. Primer Sealer, Latex, Interior: MPI #50.

A. Sherwin-Williams, Pro Green 200, “Latex Interior Primer”.

2. Primer, Latex, for Interior Wood: MPI #39.

A. Sherwin-Williams, Multi-Purpose, “Multi-Purpose Zero VOC Primer/Sealer”.

3. Wood-Knot Sealer: Sealer recommended in writing by topcoat manufacturer for use in paint systems indicated.

(d) WATER-BASED PAINTS

1. Light Industrial Coating, Water Based, Semi-Gloss (Gloss Level 5): MPI #163.

A. Sherwin Williams, Pro Industrial, Zero VOC Acrylic Semi-Gloss

2. Latex, Interior, (Gloss Level 2): MPI #44.

A. Sherwin-Williams ProGreen 200 “Low VOC Interior Latex Eg-Shel”.

3. Latex, Interior, (Gloss Level 4): MPI #43.

A. <Sherwin-Williams ProGreen 200 “Low Odor Low VOC Interior Latex Semi-Gloss”.

PART 3 - EXECUTION

(a) EXAMINATION

Page 320: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 INTERIOR PAINTING

099123-5

1. Examine substrates and conditions, with Applicator present, for compliance with requirements for maximum moisture content and other conditions affecting performance of the Work.

2. Maximum Moisture Content of Substrates: When measured with an electronic moisture meter as follows:

A. Wood: 15 percent.

B. Gypsum Board: 12 percent.

3. Verify suitability of substrates, including surface conditions and compatibility with existing finishes and primers.

4. Proceed with coating application only after unsatisfactory conditions have been corrected.

A. Application of coating indicates acceptance of surfaces and conditions.

(b) PREPARATION

1. Comply with manufacturer's written instructions and recommendations in "MPI Manual" applicable to substrates indicated.

2. Remove hardware, covers, plates, and similar items already in place that are removable and are not to be painted. If removal is impractical or impossible because of size or weight of item, provide surface-applied protection before surface preparation and painting.

A. After completing painting operations, use workers skilled in the trades involved to reinstall items that were removed. Remove surface-applied protection if any.

3. Clean substrates of substances that could impair bond of paints, including dust, dirt, oil, grease, and incompatible paints and encapsulants.

Page 321: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 INTERIOR PAINTING

099123-6

A. Remove incompatible primers and reprime substrate with compatible primers or apply tie coat as required to produce paint systems indicated.

(c) APPLICATION

1. Apply paints according to manufacturer's written instructions and to recommendations in "MPI Manual."

2. Apply paints to produce surface films without cloudiness, spotting, holidays, laps, brush marks, roller tracking, runs, sags, ropiness, or other surface imperfections. Cut in sharp lines and color breaks.

(d) CLEANING AND PROTECTION

1. Protect work of other trades against damage from paint application. Correct damage to work of other trades by cleaning, repairing, replacing, and refinishing, as approved by Architect, and leave in an undamaged condition.

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

(e) INTERIOR PAINTING SCHEDULE

1. Primed Steel:

A. Water-Based Light Industrial Coating System:

1. Intermediate Coat: Light industrial coating, water based, matching topcoat.

2. Topcoat: Light industrial coating, exterior, water based, semi-gloss (Gloss Level 5), MPI #163.

2. Wood Substrates:

Page 322: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 INTERIOR PAINTING

099123-7

A. Latex System:

1. Prime Coat: Primer, latex, for interior wood, MPI #39.

2. Intermediate Coat: Latex, interior, matching topcoat.

3. Topcoat: Latex, interior, (Gloss Level 4), MPI #43.

3. Gypsum Board Substrates:

A. Latex System:

1. Prime Coat: Primer sealer, latex, interior, MPI #5.

2. Intermediate Coat: Latex, interior, matching topcoat.

3. Topcoat: Latex, interior, (Gloss Level 2), MPI #4.

END OF SECTION

Page 323: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Anne Arundel County, Maryland Department of Public Works Bureau of Engineering

Division 10 – Specialties For Gatehouse

Fort Smallwood Park Phase 1B AACO Project Number P-535900

AACO Proposal Number P-535904

Page 324: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/2014 DISPLAY CASES

101200-1

DIVISION 10 - SPECIALTIES SECTION 101200 – DISPLAY CASES

PART 1 - GENERAL 1.1 SUMMARY (a) Section Includes: 1. Non-illuminated Bulletin Boards. 1.2 DEFINITIONS (a) Display Case: Glazed cabinet with visual display surface background. 1.3 ACTION SUBMITTALS (a) Product Data: For each type of product indicated. (b) Shop Drawings: For non-illuminated bulletin boards include plans, elevations,

sections, details, and attachments to other work. 1. Show location of seams and joints in visual display surfaces. 2. Include sections of typical trim members. (c) Samples: For each exposed product and for each color and texture specified. PART 2 - PRODUCTS 2.1 MATERIALS (a) Recycled Plastic Lumber: Plastic lumber shall be manufactured with recycled

HDPE. Lumber shall be molded in one piece per specified size. All materials will have UV additives to prevent deterioration of the plastic lumber from exposure to UV light. HDPE will be made up of no less than 95% recycled material; both post industrial and post consumer. Finished plastic lumber will not rot, crack or splinter for a minimum of 50 years. It shall be resistant to termites, marine borers, salt spray, oil, and fungus.

(b) Rubber-Tak Bulletin Boards: 100% post-industrial and post-consumer Recycled

Rubber. The rubber is moisture-resistant and will not support the growth of mold, mildew, or bacteria.

Page 325: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/2014 DISPLAY CASES

101200-2

(c) Transparent Acrylic Sheet: ASTM D 4802, Category A-1 (cell-cast sheet), with Finish 1 (smooth or polished), colorless sheet with visible light transmittance of 92 percent measured per ASTM D 1003.

(d) Fasteners: Provide screws, bolts, and other fastening devices made from same

material as items being fastened. Provide types, sizes, and lengths to suit installation conditions. Use security fasteners where exposed to view.

(e) Adhesives: Manufacturer's standard product that complies with the testing and

product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers."

2.2 BULLETIN BOARD (a) Manufacturers: Basis of Design: 1. Non-illuminated Bulletin Boards: A. Best-Rite Manufacturing, Model Number 91HCD2-SO-96 (b) General: Factory-fabricated weather-resistant unit consisting of manufacturer's

standard wall-mounted cabinet with tackboard assembly on back inside surface and operable glazed doors at front.

(c) Recycled Plastic Lumber Cabinet: Color as selected by Architect from full range

of industry colors. (d) Cabinet Corners: Square (e) Glazed Hinged Doors: Clear acrylic sheet: set in frame matching cabinet material

and finish. Equip each door with full-height continuous hinge and cylinder lock with two keys.

1. Number of Doors: One (f) Tack Surface: Recycled Rubber tack-board assembly. 1. Color: As selected by Architect from full range of industry colors. (g) Mounting: Surface mounted

Page 326: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/2014 DISPLAY CASES

101200-3

PART 3 - EXECUTION 3.1 INSTALLATION (a) General: Install units in locations and at mounting heights indicated on Drawings.

Keep perimeter lines straight, level, and plumb. Provide grounds, clips, backing materials, adhesives, brackets, anchors, trim, and accessories necessary for complete installation.

(b) Bulletin Boards: Attach units to wall surfaces with manufacturer's standard

concealed hardware. (c) Adjust doors to operate smoothly without warp or bind and so contact points meet

accurately. Lubricate operating hardware as recommended by manufacturer.

PART 4 - MEASUREMENT FOR PAYMENT (a) No measurement for payment of these items of work will be made since their

costs shall be included in the Lump Sum basis for Bid Item Number 20.

END OF SECTION

Page 327: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Anne Arundel County, Maryland Department of Public Works Bureau of Engineering

Division 12 – Furnishings For Gatehouse

Fort Smallwood Park Phase 1B AACO Project Number P-535900

AACO Proposal Number P-535904

Page 328: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 PLASTIC-LAMINATE-CLAD COUNTERTOPS

123623.13-1

SPECIAL PROVISIONS: DIVISION 12 – FURNISHINGS FOR GATEHOUSE

SECTION 123623.13 – PLASTIC-LAMINATE-CLAD COUNTERTOPS

PART 1 - GENERAL

(a) SUMMARY

1. Section includes plastic-laminate countertops.

(b) ACTION SUBMITTALS

1. Product Data: For each type of product, including high-pressure decorative laminate.

2. Shop Drawings: Show location of each item, dimensioned plans and elevations, large-scale details, attachment devices, and other components.

3. Samples:

A. Plastic laminates, for each color, pattern, and surface finish.

(c) FIELD CONDITIONS

1. Environmental Limitations: Do not deliver or install countertops until building is enclosed, wet work is complete, and HVAC system is operating and maintaining temperature and relative humidity at occupancy levels during the remainder of the construction period.

PART 2 - PRODUCTS

(a) PLASTIC-LAMINATE COUNTERTOPS

1. Quality Standard: Unless otherwise indicated, comply with the "Architectural Woodwork Standards" for grades indicated for construction, installation, and other requirements.

Page 329: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 PLASTIC-LAMINATE-CLAD COUNTERTOPS

123623.13-2

2. Grade: Custom.

3. High-Pressure Decorative Laminate: NEMA LD 3, Grade HGS.

A. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1. Abet Laminati, Inc.

2. Formica Corporation.

3. Lamin-Art, Inc.

4. Panolam Industries International, Inc.

5. Wilsonart International; Div. of Premark International, Inc.

4. Colors, Patterns, and Finishes: Provide materials and products that result in colors and textures of exposed laminate surfaces complying with the following requirements:

A. As selected by Architect from manufacturer's full range in the following categories:

1. Wood grains, matte finish.

2. Patterns, matte finish.

5. Edge Treatment: Same as laminate cladding on horizontal surfaces.

6. Core Thickness: 3/4 inch (19 mm).

A. Build up countertop thickness to 1-1/2 inches (38 mm) at front, back, and ends with additional layers of core material laminated to top. See drawings.

Page 330: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 PLASTIC-LAMINATE-CLAD COUNTERTOPS

123623.13-3

(b) WOOD MATERIALS

1. Wood Products: Provide materials that comply with requirements of referenced quality standard unless otherwise indicated.

A. Wood Moisture Content: 4 to 9 percent.

2. Composite Wood and Agrifiber Products: Provide materials that comply with requirements of referenced quality standard for each type of woodwork and quality grade specified unless otherwise indicated.

A. Softwood Plywood: DOC PS 1.

(c) ACCESSORIES

1. Grommets for Cable Passage through Countertops: 2-inch (51-mm) black, molded-plastic grommets and matching plastic caps with slot for wire passage.

A. Product: Subject to compliance with requirements, provide "TG series" by Doug Mockett & Company, Inc.

(d) MISCELLANEOUS MATERIALS

1. Adhesives: Do not use adhesives that contain urea formaldehyde.

2. VOC Limits for Installation Adhesives and Sealants: Use products that comply with the following limits for VOC content when calculated according to 40 CFR 59, Subpart D (EPA Method 24):

A. Wood Glues: 30 g/L.

B. Multipurpose Construction Adhesives: 70 g/L.

C. Structural Wood Member Adhesive: 140 g/L.

Page 331: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 PLASTIC-LAMINATE-CLAD COUNTERTOPS

123623.13-4

D. Architectural Sealants: 250 g/L.

(e) FABRICATION

1. Fabricate countertops to dimensions, profiles, and details indicated.

2. Complete fabrication, including assembly, to maximum extent possible before shipment to Project site. Disassemble components only as necessary for shipment and installation. Where necessary for fitting at site, provide ample allowance for scribing, trimming, and fitting.

3. Shop cut openings to maximum extent possible to receive appliances, plumbing fixtures, electrical work, and similar items. Locate openings accurately and use templates or roughing-in diagrams to produce accurately sized and shaped openings. Sand edges of cutouts to remove splinters and burrs.

A. Seal edges of openings in countertops with a coat of varnish.

PART 3 - EXECUTION

(a) PREPARATION

1. Before installation, condition countertops to average prevailing humidity conditions in installation areas.

(b) INSTALLATION

1. Grade: Install countertops to comply with same grade as item to be installed.

2. Assemble countertops and complete fabrication at Project site to the extent that it was not completed in the shop.

A. Provide cutouts for appliances, plumbing fixtures, electrical work, and similar items.

Page 332: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 PLASTIC-LAMINATE-CLAD COUNTERTOPS

123623.13-5

B. Seal edges of cutouts by saturating with varnish.

3. Field Jointing: Prepare edges to be joined in shop so Project-site processing of top and edge surfaces is not required.

A. Secure field joints in plastic-laminate countertops with concealed clamping devices located within 6 inches (150 mm) of front and back edges and at intervals not exceeding 24 inches (600 mm). Tighten according to manufacturer's written instructions to exert a constant, heavy-clamping pressure at joints.

4. Install countertops level, plumb, true, and straight. Shim as required with concealed shims. Install level and plumb to a tolerance of 1/8 inch in 96 inches (3 mm in 2400 mm).

5. Scribe and cut countertops to fit adjoining work, refinish cut surfaces, and repair damaged finish at cuts.

6. Countertops: Anchor securely by screwing through metal corner brackets (3/4 inch by 1/2 inch) into underside of countertop.

A. Install countertops with no more than 1/8 inch in 96-inch (3 mm in 2400-mm) sag, bow, or other variation from a straight line.

B. Seal junctures of tops and walls with mildew-resistant silicone sealant or another permanently elastic sealing compound recommended by countertop material manufacturer.

PART 4 - MEASUREMENT FOR PAYMENT (a) No measurement for payment of these items of work will be made since their

costs shall be included in the Lump Sum basis for Bid Item Number 20.

END OF SECTION

Page 333: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Anne Arundel County, Maryland Department of Public Works Bureau of Engineering

Division 16 – Electric

Fort Smallwood Park Phase 1B AACO Project Number P-535900

AACO Proposal Number P-535904

Page 334: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14

TABLE OF CONTENTS

FORT SMALLWOOD PARK PHASE 1B BOAT RAMP, PARKING LOTS, AND SITE IMPROVEMENTS

TABLE OF CONTENTS

DIVISION 16 - ELECTRIC SECTION 16010 GENERAL ELECTRICAL REQUIREMENTS SECTION 16050 BASIC ELECTRICAL MATERIALS AND METHODS SECTION 16071 ELECTRICAL SUPPORTING DEVICES SECTION 16120 CONDUCTORS AND CABLES SECTION 16130 RACEWAYS AND BOXES SECTION 16140 WIRING DEVICES SECTION 16145 LIGHTING CONTROL DEVICES SECTION 16452 GROUNDING SECTION 16470 PANELBOARDS SECTION 16511 INTERIOR LIGHTING SECTION 16521 EXTERIOR LIGHTING

Page 335: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 GENERAL ELECTRICAL REQUIREMENTS

16010-0

DIVISION 16 - ELECTRICAL SECTION 16010 GENERAL ELECTRICAL REQUIREMENTS TABLE OF CONTENTS PART 1 - GENERAL

1.1 GENERAL 1.2 PERMITS, INSPECTIONS, AND FEES 1.3 ELECTRICAL WORK UNDER OTHER DIVISIONS 1.4 FIRE SAFE MATERIALS 1.5 REFERENCED STANDARDS, CODES, ORDINANCES, AND SPECIFICATIONS

PART 2 - PRODUCTS

2.1 MATERIALS AND EQUIPMENT 2.2 SUBSTITUTIONS 2.3 SUBMITTALS, REVIEW AND ACCEPTANCE 2.4 RECORD DRAWINGS

PART 3 - EXECUTION

3.1 EXAMINATION OF SITE 3.2 STORAGE AND PROTECTION OF EQUIPMENT 3.3 SUPERVISION AND COORDINATION 3.4 GUARANTEE 3.5 SCHEDULING OF WORK 3.6 PAINTING AND FINISHES 3.7 PROTECTION OF WORK 3.8 TESTING AND ADJUSTMENT 3.9 IDENTIFICATIONS 3.10 TEMPORARY POWER 3.11 CONNECTION AND ALTERATIONS TO EXISTING WORK 3.12 DEMOLITION 3.13 EXISTING WORK RESTORATION

Page 336: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 GENERAL ELECTRICAL REQUIREMENTS

16010-1

DIVISION 16 - ELECTRICAL SECTION 16010 - GENERAL ELECTRICAL REQUIREMENTS PART 1 - GENERAL 1.1 GENERAL

(a) Provide all labor, materials, equipment and services necessary for and incidental to the complete installation and operation of all electrical work.

(b) All work under this Division is subject to the General Requirements for the entire

contract. (c) Unless otherwise specified, all shop drawings and submissions required under

Division 16 shall be made to, and acceptances and approvals made by, the ENGINEER.

(d) Conform to the requirements of all rules, regulations, and codes of local, state, and

federal authorities having jurisdiction. Conform to the National Electrical Code and all NECA – National Electrical Installation Standards (NEIS).

(e) Perform the work in a first-class, substantial, and workmanlike manner. Any

materials installed which do not present an orderly and neat workmanlike appearance shall be removed and replaced when so directed by the Engineer, at the Contractor's expense.

(f) Coordinate the work of all trades. (g) Arrange conduit, wiring, equipment, and other work generally as shown, providing

proper clearances and access. Carefully examine all contract drawings and fit the work in each location without substantial alteration. Where departures are proposed because of field conditions or other causes, prepare and submit detailed drawings for approval in accordance with “Submittals” specified below. The right is reserved to make reasonable changes in location of equipment, conduit, and wiring up to the time of rough-in or fabrication.

(h) The contract drawings are generally diagrammatic and all offsets, bends, fittings,

and accessories are not necessarily shown. Provide all such items as may be required to fit the work to the conditions.

(i) Be responsible for all construction means, methods, techniques, procedures, and

phasing sequences used in the work. Furnish all tools, equipment and materials necessary to properly perform the work in a first class, substantial, and workmanlike manner, in accordance with the full intent and meaning of the Contract Documents.

(j) The Contractor shall provide other work and services not otherwise included in the

Contract Documents that are customarily forwarded in accordance with generally-accepted construction practices.

Page 337: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 GENERAL ELECTRICAL REQUIREMENTS

16010-2

1.2 PERMITS, INSPECTIONS, AND FEES:

(a) The Contractor shall obtain and pay for all charges and fees, and deliver all permits, licenses, certificates of inspection, etc., required by the authorities having jurisdiction. Deliver inspection, approval, and other certificates to the Owner prior to final acceptance of the work.

(b) File necessary plans, prepare documents, give proper notices, and obtain necessary

approvals. (c) Permits and fees shall comply with the General Requirements of the Specification. (d) Contractor shall notify Inspection Authorities to schedule inspections of work and

arrange for all inspections. All work shall be subject to field inspections. (e) Notify Architect in advance of scheduled inspections. (f) An electrical foreman, superintendent or other supervisor shall be in attendance for

all scheduled inspections. 1.3 ELECTRICAL WORK UNDER OTHER DIVISIONS: (a) Mechanical Equipment and Systems

1. In general, power wiring and motor starting equipment for mechanical equipment and systems are furnished and installed under Electrical Division 16.

2. Certain mechanical units contain starters, contacts, transformers, fuses,

wiring, etc., required for fans, pumps, etc., furnished with the equipment from the factory. When this equipment is supplied from the factory, the Electrical Contractor must supply power circuit(s) to the unit and a disconnecting means as shown. Coordinate with Mechanical Contractor so that one, and only one, set of starters, fuses, switches, etc., is provided and installed.

3. In general, control and interlock equipment for HVAC systems (including

associated wiring, conduit, transformers, relays, contacts, etc.) is furnished under Mechanical Division 15. Electrical Contractor shall install and connect all such equipment as necessary.

4. Controls, wiring, conduit, transformers, etc., for smoke, fire, and motor-

operated dampers are provided by Mechanical. Electrical shall install and connect all such equipment.

(b) Architectural Equipment: In general, any electrically operated or controlled

equipment furnished under architectural divisions shall be supplied with control wiring, transformers, contacts, etc. Electrical Contractor shall provide power circuits to such equipment and install all electrical control equipment related thereto.

Page 338: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 GENERAL ELECTRICAL REQUIREMENTS

16010-3

(c). Carefully review the contract documents and coordinate the electrical work under the various Divisions.

1.4 FIRE SAFE MATERIALS:

(a) Unless otherwise indicated, materials and equipment shall conform to UL, NFPA, or ASTM Standards for Fire Safety with Smoke and Fire Hazard Rating not exceeding flame spread of 25 and smoke developed of 50.

1.5 REFERENCED STANDARDS, CODES, ORDINANCES AND SPECIFICATIONS

(a) Specifications, Codes and Standards listed below are included as part of this

specification, latest edition.

ADA

Americans with Disabilities Act

ANSI

American National Standards Institute

ASHRAE

American Society of Heating, Refrigerating and Air Conditioning Engineers

ASME

American Society of Mechanical Engineers

ASTM

American Society for Testing and Materials

BGE

Baltimore Gas & Electric

CABO

Council of American Building Officials

FM

Factory Mutual

IBC

International Building Code

IEEE

Institute of Electrical and Electronics Engineers

MOSHA

Maryland Occupational Safety & Health Administration

NEC

National Electrical Code

NECA

National Electrical Contractors Association

NEMA

National Electrical Manufacturers Association

NFPA

National Fire Protection Association

OSHA

Occupational Safety & Health Administration

UL

Underwriters Laboratories

(b). All electrical equipment and materials shall comply with the Codes and Standards

listed in the latest edition of IEEE Standard 241, Electric Power Systems in Commercial Buildings, Chapter 1, Section 1.6, entitled “Codes and Standards”.

Page 339: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 GENERAL ELECTRICAL REQUIREMENTS

16010-4

(c) Comply with all Codes applicable to the work:

1. Bidders shall inform themselves of all local and state codes and regulations.

2. In case of conflict between Contract Documents and governing Codes, the most stringent shall take precedence. Where, in any specific case, different sections of any applicable codes or when Drawings and Specifications specify different materials, methods of Construction, or other requirements, the most restrictive shall govern.

3. Where Contract Documents exceed minimum Code requirements, and are

permitted under the Code, the Contract Documents take precedence and shall govern.

4. No extra payment will be allowed for work or changes required by local Code

enforcement authorities. (d) Underwriters Laboratories Labels shall apply to all materials and devices, etc., except specified items not covered by existing UL Standards. (e) Conflicts with applicable regulations:

1. Resolve at Contractor’s expense.

2. Prepare and submit details of alternate construction:

a. Acceptable solution of conflict.

b. List of substitute materials:

1) For approval of inspecting authorities. 2) For approval of Engineer.

(f) Comply with all NECA’s National Electrical Installation Standards (NEIS), including NECA 1-2010 “Standard Practices for Good Workmanship in Electrical Contracting”.

PART 2 - PRODUCTS 2.1 MATERIALS AND EQUIPMENT

(a) Material and equipment installed as a part of the permanent installation shall be new, unless otherwise indicated or specified, and shall be approved by the Underwriters' Laboratories, Inc., for installation in each particular case where standards have been established.

(b) Where material or equipment is identified by proprietary name, model number, and/or manufacturer, furnish the named item or equivalent thereof, subject to acceptance.

Page 340: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 GENERAL ELECTRICAL REQUIREMENTS

16010-5

(c) Material submissions shall conform to requirements outlined in SUBMITTALS, REVIEW, AND ACCEPTANCE. (d) The suitability of named item only has been verified. Where more than one

Manufacturer is named, only the first named Manufacturer has been verified as suitable. Manufacturers and items other than the first named shall be equal or better in quality and performance to that of specified items, and must be suitable for available space, required arrangement, and application. The Contractor, by providing other than the first named Manufacturer, assumes responsibility for all necessary adjustments and modifications necessary for a satisfactory installation.

(e) The Contractor shall only submit those manufacturers indicated in the Specification.

Proposed alternate manufacturers will not be considered unless the specific item indicates “or as approved equal”. Submit all data necessary to determine suitability of substituted items for approval.

(f) All items of equipment furnished shall have a service record of at least five (5) years.

2.2 SUBSTITUTIONS

(a) Substituted items or items other than those named shall be equal or better in quality and performance and must be suitable for the available space, required arrangement, and application. Submit any and all data necessary to determine the suitability of substituted items. The Contractor shall be responsible for correct application, placement, and installation of substituted equipment. Cost savings data shall also be submitted with submittal data for substituted items. Total cost savings or a per-unit saving to the Owner shall be clearly indicated. If a substituted item is accepted, all cost savings shall be returned to the Owner as a credit.

(b) Substitutions will not be permitted for specific items of material or equipment where specifically indicated.

2.3 SUBMITTALS, REVIEW, AND ACCEPTANCE (a) General:

1. The equipment, material, installation, workmanship, arrangement of work, final instruction, and final documentation is subject to review and acceptance. No substitution will be permitted after acceptance of equipment or materials except where such substitution is considered by the Engineer to be in the best interest of the Owner. Submit for review in clear and legible form the following documents: a. Shop Drawings

b. Contractor As-Built Drawings

2. Prepare all submittals specifically for this project and stamp each submittal in a form indicating that the documents have been Contractor reviewed, are complete, and are in compliance with the requirements of the plans and

Page 341: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 GENERAL ELECTRICAL REQUIREMENTS

16010-6

specifications. Each submittal item shall be clearly identified and numbered. Each submittal shall contain a complete schedule of Manufacturer’s part numbers and quantity listings of all supplied components. Each proposed item shall be highlighted and tagged with a star, an arrow, etc., including all options and accessories.

3. Coordinate the installation requirements and any mechanical requirements

for the equipment submitted. Submittals will be reviewed for general compliance with design concept in accordance with the contract documents. The Contractor is responsible for the correctness of all submittals. Reviews will not verify dimensions, quantities, or other details.

4. Identify all submittals, indicating the intended application, location, or service

of the submitted item. Refer to specification sections or paragraphs where applicable. Clearly indicate the exact type, model number, size, and special features of the proposed item. Clearly list on the first page of the Submittal all differences between the specified item and the proposed item. The Contractor shall be responsible for corrective action (or replacement with the specified item) while maintaining the specification requirements, if differences have not been clearly indicated in the submittal. Submittals of a general nature will not be acceptable.

(b) Shop Drawings shall be submitted and approved for all materials and equipment

prior to installation. If any material and/or equipment is installed prior to receipt by the Contractor of approved Shop Drawings, the Contractor is liable for its replacement at no additional cost to the Owner.

(c) Data submitted shall include information on all materials and equipment to

demonstrate compliance with the Contract Drawings and Specifications. Where installation procedures or any part thereof are required to be in accordance with manufacturer’s recommendations, furnish printed copies of the recommendations prior to installation. Installation of the item shall not proceed until recommendations are received. Failure to furnish recommendations shall be cause for rejection of the equipment or material.

(d) Any deviation of submitted material or equipment from the Contract Drawings or

Specifications shall be clearly marked in red ink on Submittals, and itemized in a transmittal letter, in order to receive consideration for approval.

(e) Approval of material or equipment submittals containing deviations not specifically

identified by Contractor shall not relieve the Contractor from compliance with specified requirements.

(f) All major items of mechanical equipment shall be the latest standard catalog

products of reputable manufacturers. Where two (2) or more items of the same kind of equipment are required, they shall be the products of a single manufacturer.

(g) Thoroughly review and stamp all submittals to indicate compliance with Contract

requirements prior to submission. Coordinate installation requirements and any

Page 342: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 GENERAL ELECTRICAL REQUIREMENTS

16010-7

electrical requirements for equipment submitted. Contractor shall be responsible for correctness of all submittals.

(h) Submittals will be reviewed for general compliance with design concept in

accordance with Contract Documents, but dimensions, quantities, or other details will not be verified.

(i) Shop Drawings:

1. Prepare and submit SHOP DRAWINGS AND/OR DIAGRAMS for all

specially fabricated items, modifications to standard items, specially designed systems where detailed design is not shown on the contract drawings, or where the proposed installation differs from that shown on the contract drawings.

2. Shop drawings shall include plans, elevations, sections, mounting details of

component parts, point to point interconnection diagrams, elementary diagrams, single line diagrams, and any other drawings necessary to show the fabrication and connection of the complete item or system.

3. Shop drawings shall be provided for, but not limited to the following items:

Ballasts Cable - 600 volt Circuit Breakers Conduit Controllers Control Devices Disconnects Ground Conductors, Rods Identification System Lamps Lighting Control Equipment Lighting Fixtures Outlet Boxes Panelboards Receptacles Wiring Devices

(j) The Contractor, additionally, shall submit for approval any other shop drawings as

required by the Architect. No item listed above shall be delivered to the site, or installed, until approved. After the proposed materials have been approved, no substitution will be permitted except where approved by the Engineer.

2.4 RECORD DRAWINGS:

(a) As the work progresses, record on a set of white prints the installed locations, sizes of electric feeders, equipment, etc. Upon completion of the work, submit one (1) complete set of white prints with "As-Built" information neatly recorded thereon in red ink. Use other colors to distinguish between variations in separate categories of the work. Note related change-order numbers where applicable.

Page 343: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 GENERAL ELECTRICAL REQUIREMENTS

16010-8

PART 3 - EXECUTION 3.1 EXAMINATION OF SITE:

(a) Examine the site and observe the conditions under which the work will be done or other circumstances which will affect the contemplated work. Special attention shall be given to areas where work is to be done in existing buildings and where excavation is to be done near existing piping, conduit, cable, structures, etc. No allowance will be made subsequently in this connection for any error or negligence on the Contractor's part.

3.2 STORAGE AND PROTECTION OF EQUIPMENT

(a) All electrical equipment to be used in the construction shall be properly stored and protected against the elements. All equipment shall be stored under cover, and shall not be stored at the construction site on the ground, in mud, water, snow, rain, sleet or dust. Large diameter cables may be stored on reels with weatherproof materials. Such weatherproof materials shall be heavy-duty, securely fastened and made impervious to the elements.

(b) Conventional electrical construction materials such as building wire, outlet and

junction boxes, wiring devices, conduit, lighting fixtures, fittings, etc., shall be stored in construction buildings, covered trailers or portable covered warehouses. Any equipment subject to damage or corrosion from excessive moisture shall be stored in dry, heated areas. Any equipment containing plastic or material subject to damage caused by excessive heat or sunlight shall be stored to prevent such damage. This includes plastic ducts and lenses.

(c) Equipment damaged as a result of the above conditions shall be properly repaired at

the Contractor's expense or shall be replaced at the Contractor's expense, if, in the opinion of the Engineer the equipment has been damaged to such an extent it cannot operate properly after repairs are made.

(d) All electrical enclosures exposed to construction damages such as paint spots,

spackling or plaster spatter, grout splashes, waterproofing compound, tar spots or runs and pipe covering compound splashes, shall be completely covered and protected against damage.

(e) After connections to electrical equipment are complete and the equipment is ready

for operation, all construction debris shall be removed from all enclosures. Such debris includes dust, dirt, wire clippings, tape and insulation removed in order to make the connection.

3.3 SUPERVISION AND COORDINATION:

(a) Provide complete supervision, direction, scheduling and coordination of all work under the contract, including that of subcontractors, using full attention and the best skill. Be responsible for all work and make all subcontractors, suppliers and manufacturers fully aware of all requirements of the contract.

Page 344: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 GENERAL ELECTRICAL REQUIREMENTS

16010-9

3.4 GUARANTEE:

(a) Guarantee obligations shall be as hereinbefore specified in the GENERAL REQUIREMENTS of these specifications, except as follows:

1. Guarantee the complete electrical system free from all mechanical and

electrical defects for the period of two years beginning from the day of final acceptance of the work by the Owner.

2. Also, during the guarantee period, be responsible for the proper adjustments

of all systems, equipment and apparatus installed by the Contractor and do all work necessary to ensure efficient and proper functioning of the systems and equipment.

3. Upon receipt of notice from the Owner of failure of any part of the electrical

installation during the guarantee period, new replacement parts shall be furnished and installed promptly at no cost.

4. Warranty From the Manufacturer: Contractor shall obtain all warranty

papers and records from the Original Equipment Manufacturer according to their warranty policy and deliver the same to the Owner. Contractor shall fulfill all the Original Manufacturer's requirements to validate the warranty as offered by the Original Equipment Manufacturer.

3.5 SCHEDULING OF WORK:

(a) The Contractor shall not be permitted to do any work in any area of any existing or occupied building during normal hours, except in areas specifically assigned.

(b) Coordination of work by the Contractor is essential such that power outages are

kept to a minimum in quantity and duration. All required outages shall be approved by the Owner for optimum time scheduling. Written notice of not less than 15 calendar days shall precede all power outages. All existing systems shall remain fully operational, as practicable, during all phases of work.

3.6 PAINTING AND FINISHES:

(a) Provide protective finishes on all materials and equipment. Use coated or corrosion-resistant materials, hardware and fittings throughout the work. Paint bare, untreated ferrous surfaces with rust-inhibiting paint. All exterior components including supports, hangers, nuts, bolts, washers, vibration isolators, etc., shall be galvanized or stainless steel.

(b) Clean surfaces prior to application of coatings, paint, or other finishes. (c) Provide factory-applied finishes where specified. Unless otherwise indicated

factory-applied paints shall be baked enamel with proper pre-treatment.

Page 345: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 GENERAL ELECTRICAL REQUIREMENTS

16010-10

(d) Protect all finishes and restore any finishes damaged as a result of work under Division 16 to their original condition.

(e) The preceding requirements apply to all work, whether exposed or concealed. (f) Remove all construction marking and writing from exposed equipment, conduit, and

building surfaces. Do not paint manufacturer's labels or tags. (g) All exposed conduit, etc., shall be painted. Colors shall be selected by the Architect

and conform to ANSI Standards. (h) Submit color of factory-finished equipment for approval prior to ordering.

3.7 PROTECTION OF WORK:

(a) Protect work, material and equipment from weather and construction operations before and after installation. Properly store and handle all materials and equipment.

(b) Cover temporary openings in conduit and equipment to prevent the entrance of

water, dirt, debris, or other foreign matter. (c) Cover or otherwise protect all finishes. (d) Replace damaged materials, devices, finishes and equipment.

3.8 TESTING AND ADJUSTMENT

(a) Perform all tests which are specified or required to demonstrate that the work is installed and operating properly. Where formal tests are required, give proper notices and perform all necessary preliminary tests to assure that the work is complete and ready for final test.

(b) Adjust all systems, equipment and controls to operate in a safe, efficient and stable

manner. (c) On all circuits, 600 volts or less, provide circuits that are free from ground faults,

short circuits and open circuits. (d) Other tests of a specific nature for special equipment shall be as specified under the

respective equipment.

3.9 IDENTIFICATIONS

(a) All items of equipment, including motor starters, panels, etc., shall be furnished with white letters and numbers on black plastic identification plates or aluminum letters and numbers on black engraved aluminum identification plates. Lettering shall be a minimum of 1/4" high. Identification plates shall be securely affixed to each piece of equipment, starters, panels, etc., by screws or adhesive (Tuff-Bond #TB2 or as approved equal). Pressure sensitive tape backing is prohibited.

Page 346: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 GENERAL ELECTRICAL REQUIREMENTS

16010-11

3.10 TEMPORARY POWER

(a) Obtain and pay for temporary electrical service for construction power. 3.11 CONNECTIONS AND ALTERATIONS TO EXISTING WORK

(a) Keep all existing electrical systems in operation during the progress of the work. Provide temporary electrical service and connections to systems or equipment, etc., where necessary to maintain continuous operation until the new systems and equipment are ready for operation. When existing electrical work is removed, remove all conduit, ducts, supports, etc., to a point below the finished floors or behind finished walls and cap. Such points shall be far enough behind finished surfaces to allow for the installation of the normal thickness of finish material. When the work specified herein connects to any existing equipment, conduit, wiring, etc., perform all necessary alterations, cuttings, fitting, etc., of the existing work as may be necessary or equired to make satisfactory connections between the new and existing work and leave the completed work in a finished and workmanlike condition. When the work specified herein, or under other Divisions necessitates relocation of existing equipment, conduit, wiring, etc., perform all work and make all necessary changes to existing work as may be required to leave the completed work, in a finished and workmanlike condition.

3.12 DEMOLITION

(a) Remove from the premises and dispose of all existing wiring, conduit, material, fixtures, devices, equipment, etc., not required for re-use or re-installation. Deliver where directed existing materials and equipment, which is removed and is desired by the Owner or is indicated to remain the property of the Owner. All other materials and equipment, which are removed, shall become the property of the contractor and shall be removed by him from the premises.

3.13 EXISTING WORK RESTORATION

(a) The contractor shall restore to original condition any areas of the existing facility that are damaged and/or disturbed as a result of electrical construction work. This shall include but not necessarily be limited to all building structures, treatment equipment or systems structures, underground electrical structures (manholes, handholes, etc.) sidewalks, roadways, parking areas and open grass areas. Work shall be performed in accordance with all applicable standards and guidelines for the particular type of restoration work being done and shall be left in a condition of completeness meeting the approval of the engineer and Owner.

END OF SECTION

Page 347: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 BASIC ELECTRICAL MATERIALS AND METHODS

16050-0

DIVISION 16 - ELECTRICAL SECTION 16050 BASIC ELECTRICAL MATERIALS AND METHODS TABLE OF CONTENTS PART 1 - GENERAL

1.1 RELATED DOCUMENTS 1.2 SUMMARY 1.3 QUALITY ASSURANCE

PART 2 - PRODUCTS

2.1 CONCRETE BASES 2.2 TOUCH-UP PAINT 2.3 SLEEVES/SEALS/PLATES 2.4 WALL AND FLOOR PENETRATIONS

PART 3 - EXECUTION

3.1 CUTTING AND PATCHING 3.2 PENETRATION OF WATERPROOF CONSTRUCTION 3.3 PROVISIONS FOR ACCESS 3.4 CLEANING AND PROTECTION

Page 348: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 BASIC ELECTRICAL MATERIALS AND METHODS

16050-1

DIVISION 16 - ELECTRICAL SECTION 16050 - BASIC ELECTRICAL MATERIALS AND METHODS PART 1 - GENERAL 1.1 RELATED DOCUMENTS

(a) Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY (a) This Section includes the following

1. Concrete equipment bases. 2. Sleeves, seals, and plates.

3. Cutting and patching for electrical construction.

4. Touchup paintin(g)

5. Penetration of waterproof construction.

6. Concrete and Masonry Work.

7. Quiet Operation and Vibration.

8. Provisions for Access.

9. Quality Control.

1.3 QUALITY ASSURANCE

(a) Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use.

(b) Comply with NFPA 70.

PART 2 - PRODUCTS 2.1 CONCRETE BASES

(a) Concrete Forms and Reinforcement Materials: As specified in Division 3 Section "Cast-in-Place Concrete”.

Page 349: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 BASIC ELECTRICAL MATERIALS AND METHODS

16050-2

(b) Concrete: 3000-psi 28-day compressive strength as specified in Division 3 Section

"Cast-in-Place Concrete". (c) Grout:

1. Non-Shrink Grout: Premixed, consisting of non-metallic aggregate, cement,

water-reducing and plasticizing agents; capable of developing minimum compressive strength of 7,000 psi in 28 days.

2. Grout shall be as manufactured by:

(a) Sonneborn-Rexnord “Sonogrout”.

(b) L&M Construction Chemical Company “Crystex”.

(c) US Grout Corporation “Five-Star Grout”.

(d) Metal Reinforcement:

1. Reinforcing Bars: Deformed steel bars in accordance with ASTM A-615, Grade 60. Clean and free from loose rust, scale, or other coatings that will reduce bond.

2. Welded Wire Fabric Reinforcing: ASTM A185-73 steel wire spot-welded at

intersections and of size 6.0 x 6.0 inch mesh. Number six wire.

3. Metal Accessories: Include all spacers, chairs, bolsters, ties, other devices necessary for properly placing, spacing, supporting, and fastening reinforcement in place.

2.2 TOUCHUP PAINT

(a) For Equipment: Equipment manufacturer's paint selected to match installed equipment finish.

(b) Galvanized Surfaces: Zinc-rich paint recommended by item manufacturer.

2.3 SLEEVES/SEALS/PLATES

(a) Sleeve Inside diameters: Before ordering, fabricating, or installing these sleeves, the Contractor shall determine the required inside diameter of each individual sleeve, and shall provide each sleeve accordingly. The actual inside diameter of each sleeve shall be as required to accommodate the conduit entering or passing through the sleeve, and to assure the watertight installation of the seal specified below. Sleeves shall be flush 22 gauge galvanized steel.

(b) Seals: For conduit sleeves, seals shall be “Link-Seal”, as manufactured by

Cooper/Crouse-Hinds, Thunderline Corporation, or an approved equal. Seals shall be modular mechanical type, consisting of interlocking synthetic rubber links shaped

Page 350: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 BASIC ELECTRICAL MATERIALS AND METHODS

16050-3

to continuously fill the annular space between the conduit and the sleeve, with zinc phosphate plated carbon steel bolts, nuts, and pressure plates. Links shall be loosely assembled with bolts to form a continuous rubber belt around the conduit, with a pressure plate under each bolt head and each nut. After the seal assembly is properly positioned in the sleeve, tightening of the bolts shall cause the rubber sealing elements to expand and provide a strictly watertight seal between the pipe and the sleeve. Each seal assembly shall be sized as recommended by the manufacturer to fit the conduit and sleeve involved.

(c) Sleeves shall be provided by the Contractor for the installation of conduit, etc. The

sleeves shall be carefully located in advance of the construction of walls and floors where new construction is involved. Provide all cutting and patching necessary to set sleeves which are not placed prior to construction.

(d) Sleeves shall be provided for all conduit, etc., passing through concrete, masonry,

construction. Caulk the annular space of sleeves with an elastic fire-resistant caulking compound to make the installation fire, air and water-tight. Provide raceway penetration system equivalent to ProSet Systems System “A” for steel pipe to provide vertical and horizontal support through rated floors and walls in addition to a nominal 2-hour fire rating.

(e) Fasten sleeves securely in the construction so that they will not become displaced

when concrete is poured or when other construction is built around them. Take precautions to prevent concrete, plaster, or other materials being forced into space between conduit, etc., and sleeve during construction.

(f) Sleeves required in existing concrete or masonry walls shall be set and secured with

mortar grout and fast drying bitumastic sealant. (g) Seal all the openings between conduit, etc., and corresponding sleeves to prevent

sound transmission and to maintain fire rating at all sleeves where objectionable noise can be transmitted; at all smoke barriers; at all walls above ceilings that extend to underside of the structure of floor above, or at fire-rated separations. Use UL approved resilient sealant for penetration seals. Submit method of sealing for approval. Where watertight sleeves are indicated or required to suit the installation, provide Link Seal rubber seals, as manufactured by Thunderline Corporation, between pipe and sleeves.

(h). Where conduit motion due to expansion and contraction will occur, make sleeves of

sufficient diameter to permit free movement of conduit. Check construction to determine proper length for various locations; make actual lengths.

(i) All raceways passing through walls, ceilings, floor and partitions exposed to view

shall be provided with approved escutcheons. Sleeves penetrating through rated walls and floors shall be caulked with a fire-proof caulking material so as to not compromise the fire rating.

2.4 WALL AND FLOOR PENETRATIONS:

(a) Provide sleeves for conduit and other penetrations passing through roofs, floors,

Page 351: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 BASIC ELECTRICAL MATERIALS AND METHODS

16050-4

ceiling, walls, partitions, air handling unit casings, structural members, and other building parts. (b) Provide escutcheons for sleeved conduits in finished areas. (c) Conduit sleeves:

1. Galvanized steel pipe, standard weight, where pipes are exposed and on roofs and in concrete and masonry walls. On exterior walls provide anchor flange welded to perimeter. 2. Twenty-two (22) gauge galvanized steel elsewhere.

(e) Penetrations shall be sealed and caulked airtight for sound, smoke, and fire control. Voids where conduits penetrate floors or other fire-rated assemblies shall be appropriately fire-sealed with an approved fire sealant (3M or Dow Corning Fire Sealant Foam and Caulk). (e) Where conduit extends through exterior walls, provide link-seal or equivalent.

PART 3 - EXECUTION 3.1 CUTTING AND PATCHING

(a) Accomplish cutting and patching necessary for the installation of work under Division 16. Damage resulting from this work to other work already in place shall be repaired at the Contractor’s expense. Where cutting is required, perform the work in a neat and workmanlike manner. Restore disturbed work to match and blend with existing, using materials compatible with the original. Use mechanics skilled in the particular trades required.

(b) Do not cut structural members without approval. (c) All cutting of walls, floors, roofs, ceilings and/or partitions for the passage of

conduits, etc., and closing up of superfluous openings around them in connection with the work under this Contract, including the removal of all debris caused thereby, shall be performed by the Contractor.

(d) All cutting, patching, and finishing shall be performed in accordance with the

requirements of the respective division of the Specifications and shall conform to adjacent work, subject to the approval of the Engineer.

(e) Where fireproofing and waterproofing has been removed or damaged in the

execution of the work, the Contractor shall have such damage repaired by the respective trades working in the building.

(f) Any work already in place that has been disturbed in the execution of the work shall

be repaired and restored in harmony with the surrounding work.

Page 352: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 BASIC ELECTRICAL MATERIALS AND METHODS

16050-5

(g) The Contractor shall be responsible for selecting and making all penetrations. The Contractor shall provide x-ray of each proposed penetration as needed to determine suitability of proposed penetration.

(h) All cutting and patching shall conform to the General Conditions. All cutting and

patching of walls, floors, etc., for the installation of any work under this Contract and the removal of all debris caused thereby shall be the responsibility of this Division. Cutting of walls or floor shall not be done without the written approval of the Owner’s Representative. All cutting, patching and finished shall be performed by the trade responsible for the type of work to be done and shall conform to the adjacent work. All holes for raceways shall be drilled 1/2” larger than the size of the pipe. Space between raceway and hole shall be sealed with grout for masonry work and caulked for dry wall work. Fire ratings shall not be compromised.

3.2 PENETRATION OF WATERPROOF CONSTRUCTION

(a) Coordinate the work to minimize penetration of waterproof construction, including roofs, exterior walls, and interior waterproof construction. Where such penetrations are necessary, furnish and install all necessary curbs, sleeves, flashings, fittings, and caulking to make penetrations absolutely watertight.

(b) Where conduits or other openings penetrate roofs, flash pipe with Elmdor/

Stoneman “Stormtite”, or approved equal, roof flashing assemblies, with 4-pound lead, 6-inch skirt, and caulked counterflashing sleeve similar to No. 1000-4.

(c) Cut, channel, chase, and drill floors, walls, partitions, ceilings, and other surfaces

required to permit electrical installations. Perform cutting by skilled mechanics of trades involved.

(d) Repair and refinish disturbed finish materials and other surfaces to match adjacent

undisturbed surfaces. Install new fireproofing where existing firestopping has been disturbed. Repair and refinish materials and other surfaces by skilled mechanics of trades involved.

3.3 PROVISIONS FOR ACCESS:

(a) The Contractor shall provide access panels and doors for all concealed equipment, splice boxes, junction boxes, remote ballasts, disconnects, motor starters, control devices, and other devices requiring maintenance, service, adjustment, manual operation, or as otherwise required by Code.

(b) Where access doors are necessary, furnish and install manufactured steel door

assemblies consisting of hinged door, key locks (keyed alike), and frame designed for the particular wall or ceiling construction. Access doors shall be set in frames with countersunk screws and shall have cylinder locks. All locks shall have one Master Key. Properly locate each door. Door size shall be a minimum of 24" x 24". Provide UL approved and labeled access doors where installed in fire rated walls or ceilings. Doors shall be Milcor Metal Access Doors as manufactured by Inland-Ryerson, or approved equal.

Page 353: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 BASIC ELECTRICAL MATERIALS AND METHODS

16050-6

3.4 CLEANING AND PROTECTION

(a) On completion of installation, including outlets, fittings, and devices, inspect exposed finish. Remove burrs, dirt, paint spots, and construction debris.

(b) Protect equipment and installations and maintain conditions to ensure that coatings,

finishes, and cabinets are without damage or deterioration at time of Substantial Completion.

(c) Replace all damaged ceiling tiles. (d) Clean all ceiling tiles soiled during construction. Marks, fingerprints, and other

soiling of the ceiling tiles shall be cleaned.

END OF SECTION

Page 354: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 ELECTRICAL SUPPORTING DEVICES

16071-0

DIVISION 16 - ELECTRICAL SECTION 16071 ELECTRICAL SUPPORTING DEVICES TABLE OF CONTENTS PART 1 - GENERAL

1.1 RELATED DOCUMENTS 1.2 SUMMARY 1.3 QUALITY ASSURANCE

PART 2 - PRODUCTS

2.1 MANUFACTURERS 2.2 COATINGS 2.3 MANUFACTURED SUPPORTING DEVICES 2.4 ANCHOR METHODS

PART 3 - EXECUTION

3.1 INSTALLATION 3.2 CLEANUP 3.3 PROTECTION

Page 355: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 ELECTRICAL SUPPORTING DEVICES

16071-1

DIVISION 16 - ELECTRICAL SECTION 16071 - ELECTRICAL SUPPORTING DEVICES PART 1 - GENERAL 1.1 RELATED DOCUMENTS

(a) Requirements of the following Division 16 Sections apply to this Section: 1. 16010 - General Electrical Requirements.

2. 16050 - Basic Materials and Methods.

1.2 SUMMARY

(a) This Section includes secure support from the building structure for electrical items by means of hangers, supports, anchors, sleeves, inserts, seals, and associated fastenings. (b) Related Sections: The following Sections contain requirements that relate to this Section:

1. Metal Fabrications - for requirements for miscellaneous metal items involved

in supports and fastenings. 2. Joint Sealants - for requirements for firestopping at sleeves through walls

and floors that are fire barriers. 3. Refer to other Division 16 sections for additional specific support

requirements that may be applicable to specific items. (c). Provide equipment supports consisting of platforms, curbs, concrete pads, gratings,

cradles, structural members, hangers, rods, racks, and incidental materials. (d) Provide all labor, supervision, and fabrication. Design and construct supporting

structures of strength to safely withstand stresses to which they may be subjected and to properly distribute the load and impact over building areas. Provide all engineering and fabrication as required for installation of support system.

(e) Provide hangers, clamps, anchors, inserts, supports, supplementary steel framing,

and hardware of the proper size and load capacity to support electrical equipment and raceways, whether indicated on the drawings or not.

1.3 QUALITY ASSURANCE

(a) Electrical Component Standard: Components and installation shall comply with NFPA 70 National Electrical Code.

Page 356: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 ELECTRICAL SUPPORTING DEVICES

16071-2

(b) Electrical components shall be listed and labeled by UL, ETL, CSA, or other approved, nationally recognized testing and listing agency that provides third-party Certification follow-up services.

(c) Installation Standard: Installation shall meet or exceed the National Electrical

Contractors Association (NECA) Standard of Installation. (d) Standards:

1. Work shall meet the requirements of the following standards.

a. Federal, State and Local Codes.

b. American Iron and Steel Institute (AISI) Specification for the Design

of Cold-Formed Steel Structural Members - August 19, 1986 Edition, December 11, 1989 Addendum.

c. American Society for Testing and Materials (ASTM).

d. Underwriters Laboratories (UL).

e. National Electrical Code (NEC).

2.1 MANUFACTURERS:

(a) Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated in the Work include, but are not limited to, the following:

1. Slotted Metal Angle and U-Channel Systems:

a. American Electric, Kindorf

b. Alstrut

c. Unistrut Diversified Products

d. Power-Strut

e. Thomas & Betts, Kindorf

2. Conduit Sealing Bushings and Accessories:

a. Bridgeport Fittings, Inc. b. GS Metals Corporation

c. O-Z/Gedney

d. Raco, Inc.

Page 357: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 ELECTRICAL SUPPORTING DEVICES

16071-3

2.2 COATINGS:

(b) Coating: Supports, support hardware, and fasteners shall be protected with zinc coating or with treatment of equivalent corrosion-resistance using approved alternative treatment, finish, or inherent material characteristic. All products shall be hot-dip galvanized.

2.3 MANUFACTURED SUPPORTING DEVICES

(a) Raceway Supports: Clevis hangers, riser clamps, conduit straps, threaded C-clamps with retainers, ceiling trapeze hangers, wall brackets, and spring steel clamps. (b) Fasteners: Types, materials, and construction features, as follows:

1. Expansion Anchors - Carbon steel wedge or sleeve type.

2. Toggle Bolts - All steel springhead type.

3. Powder-Driven Threaded Studs - Heat-treated steel, designed specifically

for the intended service. 2.4 ANCHOR METHODS

(a) Hollow Masonry: Toggle bolts or spider type expansion anchors. (b) Solid Masonry: Lead expansion anchors or preset inserts. (c) Metal Surfaces: Machine screws, bolts, or welded studs. (d) Wood Surfaces: Wood screws. (e) Concrete Surfaces: Self-drilling anchors or power-driven studs (non-seismic zones).

PART 3 - EXECUTION 3.1 INSTALLATION

(a) Raceway Supports: Comply with the NEC and the following requirements:

1. Conform to manufacturer’s recommendations for selection and installation of supports.

2. Install individual and multiple (trapeze) raceway hangers and riser clamps as

necessary to support raceways. Provide U-bolts, clamps, attachments, and

Page 358: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 ELECTRICAL SUPPORTING DEVICES

16071-4

other hardware necessary for hanger assembly and for securing hanger rods and conduits.

3. Support parallel runs of horizontal raceways together on trapeze-type

hangers.

4. Support individual horizontal raceways by separate pipe hangers. Spring steel fasteners may be used in lieu of hangers only for 1-1/2-inch and smaller raceways serving lighting and receptacle branch circuits above suspended ceilings only. For hanger rods with spring steel fasteners, use 1/4-inch-diameter or larger threaded steel. Use spring steel fasteners that are specifically designed for supporting single conduits or tubing.

(b) Miscellaneous Supports: Support miscellaneous electrical components as required

to produce the same structural safety factors as specified for raceway supports. Install metal channel racks for mounting disconnects, light fixtures, and other devices.

(c) Fastening: Unless otherwise indicated, fasten electrical items and their supporting

hardware securely to the building structure, including, but not limited to conduits, raceways, boxes, disconnect switches, and control components in accordance with the following:

1. Fasten by means of toggle bolts on hollow masonry units, concrete inserts or

expansion bolts on concrete or solid masonry, and machine screws, welded threaded studs, or spring-tension clamps on steel. Threaded studs driven by a powder charge and provided with lock washers and nuts may be used instead of expansion bolts and machine screws. Do not weld conduit, pipe straps, or items other than threaded studs to steel structures.

2. Holes cut to depth of more than 1-1/2 inches in reinforced concrete beams

or to depth of more than 3/4-inch in concrete shall not cut the main reinforcing bars. Fill holes that are not used.

3. Ensure that the load applied to any fastener does not exceed 25 percent of

the proof test load. Use vibration-and shock-resistant fasteners for attachments to concrete slabs.

4. Concrete (New): Iron or steel inserts. Expander type anchors, specified for

existing may be used provided concrete is clear of conduit for drilled depth. 5. Concrete (Existing): Double-plated expander type anchors. Phillips, Hilti, or

approved equivalent. Loads shall not exceed 1/4 of tested pullout (or shear) strength.

(d) General Supporting Installations:

1. Provide appropriate concrete anchors for hanger rod. Rods shall be screwed into or extended through frame construction (with washer and nut). Supports shall secure conduit in place, and shall prevent vibration, provide

Page 359: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 ELECTRICAL SUPPORTING DEVICES

16071-5

for expansion and contraction and shall make neat appearance. Strap hangers or chains are not permitted.

2. Electrical raceways (conduit and EMT) 1-1/2" and smaller shall be secured

with 1-hole malleable iron straps or brackets to walls. Trapeze supports shall be used for groups or parallel raceways with raceways secured to trapeze with approved clamps. Individual runs of raceways 2" and larger shall be supported by Clevis type hangers.

3. Provide all steel supports including roof curbs for all equipment provided

under this Section.

4. Electrical raceway supports to be spaced on the following maximum centers:

a. 1/2" to 1" conduit 8 feet

b. 1-1/4" and larger 10 feet

5. Provide additional hangers or steel members to distribute the load among two or more structural members when required or directed.

6. Drilling of new concrete slabs will not be permitted. Anchors and inserts

shall be cast in the concrete slabs.

(e) Hangers and Supports:

1. Provide hangers, angles, channels, and other supports required by field conditions to install items of electrical equipment. Design of supports and methods of fastening to building structure shall be acceptable to the Owner.

2. Use of powder-actuated fasteners and devices is permitted in the vertical

surfaces of the building only with the following requirements.

a. For fastening conduits 1-1/2" and smaller and lighting fixtures 50 lbs or less.

b. Load capacity per manufacturers.

c. Fasteners shall be located in the thickest part of the slab.

d. Devices shall comply with OSHA requirements.

3. Use of lead shield expansion anchors is not permitted.

4. No electrical items shall rest on, or depend for support on suspended ceiling

media (tiles, lath, plaster, splines, etc.).

5. In suspended ceilings, support conduits directly from structural slabs, decks (or framing members). Do not support conduits on ceiling suspension members.

Page 360: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 ELECTRICAL SUPPORTING DEVICES

16071-6

6. Support surface or pendant lighting fixtures.

a. From an outlet box by means of an interposed metal strap, where

weight is less than 5 lbs. b. From an outlet box by means of a hickey or other direct threaded

connection, where weight is from 5 to 50 lbs.

c. Directly from structural slab, deck or framing member, where weight exceeds 50 lbs.

7. In addition to the above, provide cushioned, swivel type hangers with

appropriate outlet boxes for pendant fixtures in mechanical areas. Such hangers shall have a support rating at least twice that of the load supported.

8. Support recessed lighting fixtures.

a. Independent of ceiling suspension members.

b. Directly from structural slab, deck, or framing members.

9. Provide weight-distribution facilities, where required so as not to exceed the

load bearing capabilities of floor or walls that bear the weight of, or support, electrical items.

10. For point-of-attachment weight of 100 lbs. or less, fasten items as follows:

a. On wood, use wood screws.

b. On concrete and solid masonry that is already in place, use self-

drilling concrete anchors or expansion bolt and couplings.

c. On hollow construction, use toggle bolts.

d. On structural steel, use beam clamps.

11. For point-of-attachment weights from 100 lbs. to 300 lbs., provide supports as follows:

a. At cast-in-place concrete slabs, use concrete inserts in bottom of

slab, with 8" slip-through steel rods set transverse to the reinforcing steel.

b. At concrete slab already in place, uses 16" x 8" x 1/2" steel plates at

the top of the slab, with through-bolts welded in place. The plates shall be chased in and grouted flush, where no fill is to be applied.

12. For point-of-attachment weights over 300 lbs., provide supports as follows:

At cast-in-place concrete slabs, uses 16" x 8" x 1/2" steel plate, with through

Page 361: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 ELECTRICAL SUPPORTING DEVICES

16071-7

bolts welded in place. Top of the plate shall be 1-1/2" below the top of the slab, or on top of the slab where a fill slab is to be installed.

13. Hangers and supports shall be hot dipped galvanized, unless noted

otherwise. 14. Equipment shall not be held in place by its own dead weight. Provide base

anchor fasteners in each case.

15. Trapeze type hangers may be used where several conduits are to be installed at the same elevation. The spacing of such trapeze hangers shall be in accordance with the NEC for the smallest conduit in the run.

16. Vertical conduits shall be supported by heavy wrought iron clamps or collars

anchored to construction at each floor.

(f) Inserts:

1. Inserts for suspended items in poured concrete construction shall be malleable-iron concrete inserts, adjustable type with insert nut. Items manufactured by Barrett, Crawford, Elcen, or Grinnell shall be used where applicable.

2. Inserts for surface-mounted items shall be suitable for the composition of the

slab, wall, or structure on which installation is to be made.

3.2 CLEANUP:

(a) Upon completion of this section of work, remove all protective wraps and debris. Repair any damage due to installation of this section of work.

3.3 PROTECTION:

(a) During installation, it shall be the responsibility of the installer to protect this work from damage. (b) Upon completion of this scope of work, it shall become the responsibility of the General Contractor to protect this work from damage during the remainder of construction on the project and until substantial completion.

END OF SECTION

Page 362: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 CONDUCTORS AMD CABLES

16120-0

DIVISION 16 - ELECTRICAL SECTION 16120 CONDUCTORS AND CABLES TABLE OF CONTENTS PART 1 - GENERAL

1.1 RELATED DOCUMENTS 1.2 SUMMARY 1.3 SUBMITTALS 1.4 QUALITY ASSURANCE 1.5 DELIVERY, STORAGE AND HANDLING 1.6 COORDINATION 1.7 PROJECT CONDITIONS

PART 2 - PRODUCTS

2.1 MANUFACTURERS 2.2 BUILDING WIRES AND CABLES 2.3 CONNECTORS AND SPLICES 2.4 INSULATING TAPE, PUTTY, RESIN AND SUPPORTS

PART 3 - EXECUTION

3.1 EXAMINATION 3.2 PREPARATION 3.3 WIRE AND INSULATION APPLICATIONS 3.4 INSTALLATION 3.5 CONNECTIONS 3.6 IDENTIFICATION 3.7 FIELD QUALITY CONTROL

Page 363: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 CONDUCTORS AMD CABLES

16120-1

DIVISION 16 - ELECTRICAL SECTION 16120 - CONDUCTORS AND CABLES PART 1 - GENERAL 1.1 RELATED DOCUMENTS

(a) Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

(b) This Section includes building wires and cables and associated connectors, splices, and terminations for wiring systems rated 600 V and less.

1.3 SUBMITTALS

(a) Field Test Reports: Indicate and interpret test results for compliance with performance requirements. Indicate procedures and values obtained.

(b) Submit product data. Provide for each cable assembly type, wire, cables,

conductors, and connectors. (c) Submit factory test reports. Indicate procedures and values obtained. (d) Submit manufacturer’s installation instructions. Indicate application conditions and

limitations of use stipulated by product testing agency specified under Regulatory Requirements.

(e) Project Record Documents: Record actual locations of components and circuits.

1.4 QUALITY ASSURANCE (a) Listing and Labeling: Provide wires and cables specified in this Section that are listed and labeled.

1. The Terms "Listed" and "Labeled": As defined in NFPA 70, Article 100.

2. Listing and Labeling Agency Qualifications: A "Nationally Recognized

Testing Laboratory" as defined in OSHA Regulation 1910.7. (b) Comply with NEMA/Insulated Cable Engineers Association (ICEA) Standards. (c) Comply with NECA Standard of Installation. (d) Comply with NETA ATS - Acceptance Testing Specifications for Electrical Power

Distribution Equipment and Systems.

Page 364: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 CONDUCTORS AMD CABLES

16120-2

(e) American Society for Testing and Materials (ASTM): Comply with requirements of the following:

1. B1 - Standard Specification for Hard-Drawn Copper Wire

2. B2 - Standard Specification for Medium-Hard-Drawn Copper Wire

3. B3 - Standard Specification for Soft or Annealed Copper Wire

4. B8 - Standard Specification for Concentric-Lay-Stranded Copper

conductors, Hard, Medium-Hard, or Soft

5. D753 - Standard Specification for General Purpose Polychloroprene Jacket for Wire and Cable

(f) Electrical Testing Laboratories (ETL): Provide wiring, cabling and connector products which are ETL listed and labeled. (g) Institute of Electrical and Electronics Engineers (IEEE): Comply with the following standards which apply to wiring systems:

1. 82 - Test procedure for Impulse Voltage Tests on Insulated

Conductors

2. 241 - Recommended Practice for Electric Power Systems in Commercial Buildings

(h) NFPA: Comply with NFPA 70 requirements for construction, installation and color- coding of electrical wire, cable and connections. (i) National Electrical Manufactures Association (NEMA): Comply with requirements of the following:

1. WC3 - Rubber-Insulated Wire and Cable for the Transmission and

Distribution of Electrical Energy

2. WC5 - Thermoplastic-Insulated Wire and Cable for the Transmission and Distribution of Electrical Energy

(j). UL: Provide material conforming to the following standards:

1. 83 Thermoplastic-Insulated Wires and Cables.

2. 486A Wire Connectors and Soldering Lugs for Use with Copper Conductors

3. 854 Service-Entrance Cables

(k) UL Labels: Provide wiring, cabling and connector products which are UL listed and labeled.

Page 365: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 CONDUCTORS AMD CABLES

16120-3

1.5 DELIVERY, STORAGE, AND HANDLING

(a) Deliver wires and cables according to NEMA WC 26, Wire and Cable Packaging. (b) Storage: Store wire and cable in a clean dry space in original containers. Protect

products from weather, damaging fumes, construction debris and traffic. (c) Handling: Handle wire and cable carefully to avoid abrading, puncturing and

tearing wire and cable insulation and sheathing. Ensure that dielectric resistance integrity of wires/cables is maintained.

1.6 COORDINATION

(a) Coordinate layout and installation of cables with other installations. (b) Revise locations and elevations from those indicated, as required to suit field

conditions and as approved by Engineer. (c) Determine required separation between cable and other work. (d) Determine cable routing to avoid interference with other work. (e) Wire and cable routing indicated is approximate. Where wire and cable destination

is indicated and routing is not shown, the Contractor shall determine exact routing and lengths required.

1.7 PROJECT CONDITIONS

(a) Verify that field measurements are as shown on the Drawings. (b) Conductor sizes are based on copper. (c) Wire and cable routing shown on Drawings is approximate unless dimensioned.

Route wire and cable as required to meet Project Conditions. (d) Where wire and cable routing is not shown, and destination only is indicated,

determine exact routing and lengths required.

PART 2 - PRODUCTS 2.1 MANUFACTURERS

(a) Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following:

1. Wires and Cables:

a. American Insulated Wire Corp.; Leviton Manufacturing Co.

b. BICC Brand-Rex Company.

Page 366: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 CONDUCTORS AMD CABLES

16120-4

c. Carol Cable Co., Inc.

d. Senator Wire & Cable Company.

e. Southwire Company.

2. Connectors and Accessories for Wires and Cables:

a. AMP Incorporated.

b. Buchanan.

c. General Signal; O-Z/Gedney Unit.

d. Monogram Company; AFC.

e. NSI Industries, Inc.

f. Square D Company; Anderson.

g. 3M Company; Electrical Products Division.

2.2 BUILDING WIRES AND CABLES

(a) UL-listed building wires and cables with conductor material, insulation type, cable construction, and rating as specified in Part 3 "Wire and Insulation Applications" Article.

(b) Rubber Insulation Material: Comply with NEMA WC 3. (c) Thermoplastic Insulation Material: Comply with NEMA WC 5. (d) Cross-Linked Polyethylene Insulation Material: Comply with NEMA WC 7. (e) Ethylene Propylene Rubber Insulation Material: Comply with NEMA WC 8. (f) Conductor Material: Copper. (g) Stranding: Solid conductor for No. 10 AWG and smaller; stranded conductor for

larger than No. 10 AWG. (h) Conductor: Single conductor annealed copper type. (i) Insulation Voltage Rating: 600 Volts. (j) Conductivity: Minimum of 98% at 20C (68F) or maximum resistivity of 1.7 micro-

ohms per centimeter.

2.3 CONNECTORS AND SPLICES

Page 367: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 CONDUCTORS AMD CABLES

16120-5

(a) UL-listed, factory-fabricated wiring connectors of size, ampacity rating, material, type, and class for application and service indicated. Comply with Project's installation requirements and as specified in Part 3 "Wire and Insulation Applications" Article.

(b) Split Bolt Connectors: Blackburn Type HPS Model or equal. (c) Solderless Pressure Connectors: High copper alloy terminal. May be used only for

cable termination to equipment pads or terminals. Not approved for splicing. (d) Spring Wire Connectors: Solderless spring type pressure connector with insulating

covers for copper wire splices and taps. Use for conductor sizes 10 AWG and smaller.

(e) All wire connectors used in underground or exterior pull boxes shall be gel-filled

twist connectors or a connector designed for damp and wet locations. (f) Mechanical Connectors: Bolted type tin-plated; high conductivity copper alloy;

spacer between conductors; beveled cable entrances. (g) Compression (crimp) Connectors: Long barrel; seamless, tin-plated electrolytic high

conductivity copper tubing, internally beveled barrel ends. Connector shall be clearly marked with the wire size and type and proper number and location of crimps.

(h). Heat shrinkable tubing shall meet the requirements of ANSI C119.1-1986 for buried connections to 90C and shall be material flame-retarded per IEEE 383 Vertical Tray Flame Test. Motor connection kits shall consist of heat-shrinkable, polymeric insulating material over the connection area and a high dielectric strength mastic to seal the ends against ingress of moisture and contamination. Motor connection kits shall accommodate a range of cable sizes for both in-line and stub-type configurations. Connection kits shall be independent of cable manufacturer’s tolerances.

(i) Wire Nut Connectors:

1. Wire nuts installed in wet locations, exterior, etc., shall be self-contained,

waterproof and corrosion-proof units incorporating prefilled silicone grease to block out moisture and air.

2. Connectors shall be UL listed and appropriately sized according to

manufacturer�s recommendation for the suitable wire sizes and voltage rating (600 volt minimum).

3. Connector body shall have a color-coded outer shell.

4. Connectors shall be as manufactured by King Technology or approved

equal. 2.4 INSULATING TAPE, PUTTY, RESIN AND SUPPORTS

Page 368: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 CONDUCTORS AMD CABLES

16120-6

(a) Tape: Provide plastic electrical insulating tape which is flame-retardant, cold and weather-resistant. Tape for use in areas subject to temperatures 30-degrees C to 105-degrees C, or where the tape will be subjected to an oil splash, tape shall have a minimum thickness of 8.5 mils, and shall consist of an oil-resistant acrylic adhesive.

(b) Materials: Provide all insulating materials for splices and connections such as glass

and synthetic tapes, putties, resins, splice cases, or compositions of the type approved for the particular use, location, voltage and temperature and apply and install in an approved manner, all in accordance with the manufacturer’s recommendations.

(c) Supports: Provide cable supports of the wedge type which firmly clamp each

individual cable and tighten due to the cable weight. PART 3 - EXECUTION 3.1 EXAMINATION

(a) Examine raceways and building finishes to receive wires and cables for compliance with requirements for installation tolerances and other conditions affecting performance of wires and cables. Do not proceed with installation until unsatisfactory conditions have been corrected.

(b) By beginning work, the Contractor accepts conditions and assumes responsibility for correcting unsuitable conditions encountered at no additional cost to the Owner.

3.2 PREPARATION

(a) Completely and thoroughly swab raceway before installing wire. 3.3 WIRE AND INSULATION APPLICATIONS

(a) Building wire, unless otherwise indicated shall be 600 volt, Type THWN or THHN for #8 AWG wire and smaller, and Type THWN or THW for #6 AWG wire and larger for interior use, and Type THWN or THW insulation for underground or exterior installations outside building installation. Conductors shall be sized and run as indicated. Conductors shall be soft drawn copper of not less than 98% conductivity.

(b) No branch circuit wires smaller than #12 AWG shall be used unless otherwise

indicated. Conductors shall be continuous from outlet to outlet and from terminal board to point of final connection, and no splice shall be made except within outlet or junction boxes. All conductors shall be of the size indicated. All wires #8 AWG and larger shall be stranded.

(c) Control wiring shall not be less than #14 AWG and shall be color-coded using colors impregnated into the insulation. All wiring, contacts, and terminal blocks shall be suitably tagged for ease in identification and tracing of circuits. Identification tags shall be engraved fiber or plastic type, subject to acceptance. Wires shall be numbered and coded, using Brady "Quicklabels", or equal.

Page 369: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 CONDUCTORS AMD CABLES

16120-7

(d) A color-coding system, as listed below or as required by Code and local laws and ordinances, shall be used throughout the building's network of feeders and circuits and used as a basis of balancing the load. Selection shall be based on applicable work covered by this contract.

SYSTEM

COLOR Phase A Phase B Phase C Neutral Ground

208Y/120V Black Red Blue White* Green *See NEC Par. 200-6, 200-7, 210-4, 210-5, and 310-12 for combined system requirements.

1. Wiring in sizes up to #8 AWG shall have colored insulation. Wiring in sizes #6 AWG and larger shall be coded by colored tape for 6 inches of insulation on both ends of conductor. The wiring shall be tagged at terminations, and in pull boxes, hand holes, and manholes.

2. Switch leg wire shall be labeled with AS@ tag.

(e) All control wiring shall be color coded with wires of colors different from those used to designate phase wires.

(f) Wiring for general 15 and 20 amp 120 volt and 277 volt branch circuit work shall be

as follows unless otherwise indicated:

HOME RUN LENGTH AND WIRE SIZE CIRCUIT LENGTH AND WIRE SIZE120 Volt 277 Volt 120 Volt 277 Volt

0 – 60’ #12 0 – 175’ #12 0 – 100’ #12 0 – 200’ #12 60 – 100’ #10 175 – 350’ #10 100’ & Up #10 200’ & Up #10 100’ & Up #8 350’ & Up #8

Circuit length as given above shall be the wire length between the first and last

outlet on the circuit. Home run length as given above shall be the wire length between the first outlet and the panelboard. In accordance with the above, where the size of branch circuit conductors is increased by the minimum required by the NEC for the branch circuit rating, it is the Contractor’s responsibility to insure that the termination provisions of all equipment connected to such circuits are listed as suitable for the conductor sizes involved.

(g) Joints of #10 AWG and smaller shall be made with properly insulated solderless

type pressure connectors. Where stranded conductors or multiple solid conductors are connected to terminals, solderless lugs manufactured by Thomas and Betts Company or equivalent shall be used.

(h). Joints of #8 AWG and larger in power and lighting circuits shall be of the type indented into the conductor by means of a hand or hydraulic pressure tool. Connectors shall be Burndy "Hy-dent", T&B "Sta-Kon", or equivalent. Connectors for control wiring shall be Burndy "Hy-Lug", or equivalent.

(i) All circuits for exterior electric work shall be #10 AWG (minimum) and contain an

extra #10 AWG (minimum) copper ground conductor. All exterior wiring shall be installed in conduit as specified above, unless otherwise noted on the Drawings.

Page 370: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 CONDUCTORS AMD CABLES

16120-8

3.4 INSTALLATION

(a) Install wires and cables as indicated, according to manufacturer's written instructions and NECA's "Standard of Installation."

(b) Remove existing wires from raceway before pulling in new wires and cables. (c) Pull Conductors: Use a UL-listed and manufacturer-approved pulling compound or

lubricant where necessary; compound used must not deteriorate conductor or insulation. Do not exceed manufacturer's recommended maximum pulling tensions and sidewall pressure values.

(d) Use pulling means, including fish tape, cable, rope, and basket-weave wire/cable

grips, that will not damage cables or raceway. Completely and thoroughly swab conduit system before installing conductors.

(e) Install exposed cables, parallel and perpendicular to surfaces of exposed structural

members, and follow surface contours where possible. (f) Support cables according to Division 16 Section "Basic Electrical Materials and

Methods" and Division 16, Section “Electrical Supporting Devices”. (g) Identify wires and cables according to Division 16, Section "Electrical Identification." (h) Conductors installed in parallel shall be of equal lengths. (i) No conductors less than #10 AWG shall be installed in exterior underground

conduit. (j) Wiring at Outlets: Install with at least 12 inches (300 mm) of slack conductor at

each outlet. (k) Connect outlets and components to wiring and to ground as indicated and instructed

by manufacturer. Tighten connectors and terminals, including screws and bolts, according to equipment manufacturer’s published torque-tightening values for equipment connectors. Where manufacturer’s torquing requirements are not indicated, tighten connectors and terminals according to tightening torques specified in UL Standard 486A.

(l) The Contractor shall provide suitable installation equipment to prevent cutting and

abrasion of conductor insulation. The Contractor shall use suitable cable guides, pulleys, and protective sleeving to prevent damage to cable during installation. Ropes used for pulling of wire and cable shall be made of polyethylene or other suitable non-metallic material. Pulling lines shall be attached to cable by means of either woven basket grips or pulling types attached directly to the conductors. Wire pulling lubricants, if used, shall conform to UL requirements applicable to the various insulations and raceway materials. The lubricants shall be certified by the manufacturer to be non-injurious to such insulation and materials.

Page 371: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 CONDUCTORS AMD CABLES

16120-9

(m) Each feeder cable shall be labeled at terminals and at all accessible points in equipment and in pull boxes. Each control wire shall be labeled at both ends. Labels shall be self-sticking wire markers.

(n) Riser cables shall have cable supports as required by Code. (o) For other installations, for rubber and plastic-covered wire and cable, pulling

compound Ideal Yellow 77 may be used. (p) Terminal lugs for wires #8 AWG and larger shall be T&B 54,000 Series or Burndy

AHY-Dent@, compression type, unless noted otherwise. One-hole lugs for #4/0 AWG and smaller. Two-hole lugs for all sizes #250 kcmil AWG and larger.

(q) Install wires and cables using braided rope larger than the cable being pulled to

keep twists to a minimum. (r) Provide an insulated green ground wire with the feeder wiring for all three phase

feeders shown or not shown. Equipment ground wire (size per NEC) shall be provided for all circuits in PVC conduit.

(s) Where conductors are shown on the plans to be direct-buried, they shall be 2, 3, or

4 conductors each, with separate self-contained ground conductor, cable type UF or USE.

(t) General: Install electrical cables, wires, and connectors as indicated in compliance

with manufacturer’s written instructions, applicable requirements of NEC and NECA’s Standard of Installation, and in accordance with recognized industry practices.

(u) Coordinate cable and wire installation work with electrical raceway and equipment

installation work, as necessary for proper interface. (v) During installation, do not deform cable by improper bending, stretching, twisting,

kinking, or pinching, nor do any other abusive handling. Any failure to observe these instructions will be detected and corrected during the demonstrations following completion of the installation. All cable runs shall contain S loops or other means to accommodate expansion or contraction as required. Cable bends will have a radius not less than the value recommended by the cable manufacturer. Cable connected to electronic equipment in the system shall be tagged to show its function and the location of its other end. All labels shall be of durable material and securely fastened to the cable.

3.5 CONNECTIONS

(a) Conductor Splices: Keep to minimum. (b) Install splices and taps that possess equivalent or better mechanical strength and

insulation ratings than conductors being spliced. (c). Use splice and tap connectors compatible with conductor material. (d) Use oxide inhibitor in each splice and tap connector for aluminum conductors.

Page 372: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 CONDUCTORS AMD CABLES

16120-10

(e) Connect outlets and components to wiring and to ground as indicated and instructed

by manufacturer. (f) Tighten electrical connectors and terminals according to manufacturer's published

torque-tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A and UL 486B.

(g) Wire splices and taps shall be adequate to carry full current rating of wire. (h) Splices and taps in wires up to #8 AWG shall be made with Scotch-lok or T&B PT

Series or Ideal Wing Nut insulated electrical connectors. Wire nuts installed in wet location boxes shall be silicon gel-filled. For wires #8 AWG and larger, use copper solderless connectors covered with insulating molded body and then wrapped with electrical tape. Use twist-on wire connectors for connecting lighting fixtures and small motor leads up to #8 AWG wire.

(i) Conductors shall be continuous from outlet to outlet, and no splices shall be made

except within outlet or junction boxes. Junction boxes may be utilized where required. Wire connectors of insulating material or solderless pressure connections, properly taped, shall be utilized for all splices in wiring.

(j) Splices in branch circuits and feeders shall be made where indicated or as required

for the installation. All splices shall be accessible and made in enclosure approved for that purpose.

(k) For splices in branch circuits and feeders, provide connectors as follows;

1. Wire Sizes #14 AWG to #10 AWG: Provide Ideal Model 74B or 76B or

equivalent by T&B.

2. Wire Sizes #8 AWG and Larger: Provide Ideal Model Series GP-/Size/and GT-/Size/ or equivalent by Burndy, O-Z, or T&B. All splices shall be enclosed in insulating molded thermoplastic, rubber, or rubber-like covers or shall be wrapped with Bishop No. 111 or equivalent insulating tape in accordance with the Manufacturer�s directions.

(l) Thoroughly clean wiring prior to installing lugs or connectors.

3.6 IDENTIFICATION

(a) Interface with Other Work:

1. Identify wire and cable using Thomas and Betts Type WM vinyl markers.

2. Identify each conductor with its circuit number or other designation indicated on the Drawings in all junction, pull, terminal boxes, and cabinets. Identify neutrals with common circuit numbers in all junction, pull and terminal boxes, panels and cabinets.

Page 373: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 CONDUCTORS AMD CABLES

16120-11

(b) Provide identification tags on each conductor entering panel, switch, junction box, and pull box to identify conductor.

(c) Feeder Identification: Securely fasten nonferrous identifying tags or pressure-

sensitive labels to all cables, feeders, and power circuits in vaults, pull boxes, manholes, switchboard rooms and at termination of cables.

1. Tags or labels shall be stamped or printed to correspond with markings on

drawings or marked so that feeder or cable may be readily identified.

2. If suspended type tags are provided, they shall be attached by approximately 55-pound test monofilament line or slip-free plastic cable lacing units.

3.7 FIELD QUALITY CONTROL

(a) Testing Agency: Engage a qualified independent testing agency to perform field quality-control testing.

(b) Testing: On installation of wires and cables and before electrical circuitry has been energized, demonstrate product capability and compliance with requirements.

1. Procedures: Perform each visual and mechanical inspection and electrical

test stated in NETA ATS, Section 7.3.1. Certify compliance with test parameters.

(c) Remove malfunctioning conductors and cables and replace with new units and

retest to demonstrate compliance. Use of tapes and sleeves over damaged insulation shall not be acceptable, unless approved in writing by the Owner.

(d) Measure tightness of bolted connections and compare torque measurements with

manufacturer’s recommended values. (e) Verify continuity of each branch circuit conductor. (f) Tests: Feeders and branch circuit insulation shall be tested after installation, and

before connection to fixtures and appliance.

1. Tests shall be performed with a 500-volt megger, and conductors shall test free from short-circuits and grounds.

2. Conductors shall be tested phase-to-phase and phase-to-ground.

3. Furnish the instruments, materials, and labor required. Perform the tests in

the presence of the Contracting Officer.

4. Test readings shall be recorded and delivered.

(g) Demonstration: Subsequent to wire and cable hook-ups, energize circuit and demonstrate functioning in accordance with requirements. Where necessary, correct malfunctioning units, and then retest to demonstrate compliance.

Page 374: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 CONDUCTORS AMD CABLES

16120-12

END OF SECTION

Page 375: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 RACEWAYS AND BOXES

16130-0

DIVISION 16 - ELECTRICAL SECTION 16130 RACEWAYS AND BOXES TABLE OF CONTENTS PART 1 - GENERAL

1.1 RELATED DOCUMENTS 1.2 SUMMARY 1.3 DEFINITIONS 1.4 COORDINATION 1.5 PROJECT RECORD DOCUMENTS

PART 2 - PRODUCTS

2.1 MANUFACTURERS 2.2 METAL CONDUIT AND TUBING 2.3 NONMETALLIC CONDUIT AND TUBING 2.4 METAL WIREWAYS 2.5 OUTLET AND DEVICE BOXES 2.6 PULL AND JUNCTION BOXES 2.7 ENCLOSURES AND CABINETS 2.8 BUSHINGS

PART 3 - EXECUTION

3.1 EXAMINATION 3.2 RACEWAY REQUIREMENTS 3.3 INSTALLATION 3.4 FLEXIBLE CONNECTIONS 3.5 INSTALLATION OF TERMINATIONS 3.6 INSTALLATION OF BOXES 3.7 PROTECTION 3.8 CLEANING

Page 376: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 RACEWAYS AND BOXES

16130-1

DIVISION 16 - ELECTRICAL SECTION 16130 - RACEWAYS AND BOXES PART 1 - GENERAL 1.1 RELATED DOCUMENTS

(a) Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

(a) This Section includes raceways, fittings, boxes, enclosures, and cabinets for electrical wiring.

1. Raceways include the following:

a. RMC.

b. IMC.

c. PVC externally coated, rigid steel conduits.

d. EMT.

e. FMC.

f. RNC.

g. Wireways.

2. Boxes, enclosures, and cabinets include the following:

a. Device boxes.

b. Outlet boxes. c. Pull and junction boxes.

d. Cabinets and hinged-cover enclosures.

3. Miscellaneous Products include the following:

a. Expansion/Deflection fittings.

b. Bushings.

(b) Related Sections include the following:

Page 377: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 RACEWAYS AND BOXES

16130-2

1. Division 16 Section "Electrical Supporting Devices" for raceways and box

supports.

2. Division 16 Section "Wiring Devices" for devices installed in boxes and for floor-box service fittings.

1.3 DEFINITIONS

(a) EMT: Electrical metallic tubing. (b) ENT: Electrical nonmetallic tubing. (c) FMC: Flexible metal conduit. (d) IMC: Intermediate metal conduit. (e) RMC: Rigid metal conduit. (f) RNC: Rigid nonmetallic conduit.

1.4 COORDINATION

(a) Coordinate layout and installation of raceways and boxes with other construction elements to ensure adequate headroom, working clearance, and access.

(b) Verify routing and termination locations of conduits and boxes prior to rough-in. (c) Conduit routing shown on Drawings is only approximate and diagrammatic. Route

conduits as required for a complete conduit and wiring system. (d) Coordinate installation of outlet boxes, mounting heights, orientation, and locations

of outlets. PART 2 - PRODUCTS 2.1 MANUFACTURERS

(a) Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following:

1. Metal Conduit and Tubing:

a. Allied Tube & Conduit Corporation.

b. Anamet, Inc.; Anaconda Metal Hose.

c. AFC/Monogram Company.

d. Carol Cable Co., Inc.

Page 378: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 RACEWAYS AND BOXES

16130-3

e. Cole-Flex Corp.

f. Electri-Flex Co.

g. Flexcon, Inc.; Coleman Cable Systems, Inc.

h. Grinnell Co.; Allied Tube and Conduit Div.

i. Monogram Co.; AFC.

j. Spiraduct, Inc.

k. Triangle PWC, Inc.

l. Wheatland Tube Co.

2. Nonmetallic Conduit and Tubing:

a. Anamet, Inc.; Anaconda Metal Hose.

b. Arnco Corp.

c. Breeze-Illinois, Inc.

d. Cantex Industries; Harsco Corp.

e. Certainteed Corp.; Pipe & Plastics Group.

f. Cole-Flex Corp.

g. Condux International; Electrical Products.

h. Electri-Flex Co.

i. George-Ingraham Corp.

j. Hubbell, Inc.; Raco, Inc.

k. Lamson & Sessions; Carlon Electrical Products.

l. R&G Sloan Manufacturing Co., Inc.

m. Spiraduct, Inc.

n. Thomas & Betts Corp.

3. Conduit Bodies and Fittings:

a. American Electric; Construction Materials Group.

Page 379: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 RACEWAYS AND BOXES

16130-4

b. Crouse-Hinds; Div. of Cooper Industries.

c. Emerson Electric Co.; Appleton Electric Co.

d. Hubbell, Inc.; Killark Electric Manufacturing Co.

e. Lamson & Sessions; Carlon Electrical Products.

f. O-Z/Gedney; Unit of General Signal.

g. Scott Fetzer Co.; Adalet-PLM.

h. Spring City Electrical Manufacturing Co.

i. Thomas & Betts Corporation.

4. Metal Wireways:

a. Hoffman Engineering Co.

b. Keystone/Rees, Inc.

c. Square D Co.

5. Boxes, Enclosures, and Cabinets:

a. American Electric; FL Industries.

b. Butler Manufacturing Co.; Walker Division.

c. Crouse-Hinds; Div. of Cooper Industries.

d. Electric Panelboard Co., Inc.

e. Erickson Electrical Equipment Co.

f. Hoffman Engineering Co.; Federal-Hoffman, Inc.

g. Hubbell Inc.; Killark Electric Manufacturing Co.

h. Hubbell Inc.; Raco, Inc.

i. Lamson & Sessions; Carlon Electrical Products.

j. O-Z/Gedney; Unit of General Signal.

k. Parker Electrical Manufacturing Co.

l. Robroy Industries, Inc.; Electrical Division.

Page 380: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 RACEWAYS AND BOXES

16130-5

m. Scott Fetzer Co.; Adalet-PLM.

n. Spring City Electrical Manufacturing Co.

o. Thomas & Betts Corp.

p. Woodhead Industries, Inc.; Daniel Woodhead Co. 2.2 METAL CONDUIT AND TUBING

(a) Rigid Galvanized Steel Conduit: ANSI C80.1 and UL 6. (b) IMC: ANSI C80.6. (c) Plastic-Coated Steel Conduit and Fittings: NEMA RN 1. (d) Plastic-Coated IMC and Fittings: NEMA RN 1. (e) EMT and Fittings: ANSI C80.3, galvanized tubing.

1. Fittings: Compression type, NEMA FB1. (f) FMC: Zinc-coated steel. (g) Fittings: NEMA FB 1; compatible with conduit/tubing materials.

2.3 NONMETALLIC CONDUIT AND TUBING

(a) ENT: NEMA TC 13. (b) RNC: NEMA TC 2, Schedule 40 or 80 PVC. (c) ENT and RNC Fittings: NEMA TC 3; match to conduit or conduit/tubing type and

material. (d) LFNC: UL 1660.

2.4 METAL WIREWAYS (a) Material: Sheet metal sized and shaped as indicated.

(b) Fittings and Accessories: Include couplings, offsets, elbows, expansion joints,

adapters, hold-down straps, end caps, and other fittings to match and mate with wireways as required for complete system.

(c) Select features, unless otherwise indicated, as required to complete wiring system and to comply with NFPA 70. (d) Wireway Covers: Screw-cover type. (e) Finish: Manufacturer's standard enamel finish.

Page 381: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 RACEWAYS AND BOXES

16130-6

2.5 OUTLET AND DEVICE BOXES

(a) Sheet Metal Boxes: NEMA OS 1, galvanized flat-rolled sheet steel. (b) Cast-Metal Boxes: NEMA FB 1, Type FD, cast box, deep type, with gasketed cover, and threaded hubs. (c) Outlet Box Accessories: Provide outlet box accessories as required for each

installation, including corrosion-resistant screws, mounting brackets, wallboard hangers, extension rings, fixture studs, cable clamps, and metal straps for supporting outlet boxes which are compatible with outlet boxes being used and fulfilling requirements of individual wiring situations.

(d) Nonmetallic: NEMA OS2.

2.6 PULL AND JUNCTION BOXES

(a) Small Sheet Metal Boxes: NEMA OS 1. (b) Sheet metal boxes over 12" in any dimension shall comply with the requirements of 16130 - 2.10 Enclosures and Cabinets. (c) Boxes for Outdoor and Wet Locations: Flat flanged, surface-mounted, UL listed as raintight, galvanized cast iron box and cover with neoprene gasket and stainless steel cover screws. (d) Boxes for Buried Flush Grade Locations: NEMA 250, Type 6, flat flanged, UL listed as watertight, galvanized cast iron, aluminum or PVC box.

1. Cover: Nonskid cover with neoprene gasket and stainless steel cover screws.

2. Cover Legend: Electric or Communications as appropriate.

2.7 ENCLOSURES AND CABINETS

(a) Hinged-Cover Enclosures: NEMA 250, Type 1 in dry locations, and Type 4 in wet or damp locations, with continuous hinge cover and flush latch.

1. Metal Enclosures: Steel, finished inside and out with manufacturer's standard enamel.

(b) Cabinets: NEMA 250, Type 1, galvanized steel box with removable interior panel

and removable front, finished inside and out with manufacturer's standard enamel. Hinged door in front cover with flush latch and concealed hinge. Key latch to match panelboards. Include metal barriers to separate wiring of different systems and voltage, and include accessory feet where required for freestanding equipment.

2.8 BUSHINGS

Page 382: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 RACEWAYS AND BOXES

16130-7

(a) Bushings for 1-inch conduit and smaller shall be self-extinguishing thermoplastic

type – 150 deg C temperature rating. (b) Bushings for 1-1/4" conduit and larger shall be malleable iron body with 150 deg C

insulating ring. Insulating material shall be locked in place and non-removable. PART 3 - EXECUTION 3.1 EXAMINATION

(a) Examine surfaces to receive raceways, boxes, enclosures, and cabinets for compliance with installation tolerances and other conditions affecting performance of raceway installation. Do not proceed with installation until unsatisfactory conditions have been corrected.

3.2 RACEWAY REQUIREMENTS (a) Conduit:

CONDUIT APPLICATION SCHEDULE CONDUIT

APPLICATION REQUIREMENT

Rigid galvanized steel conduit. (RGS)

In or under concrete slab.

Rigid galvanized steel conduit. (RGS)

Exposed exterior locations. Use threaded or raintight

fittings. Rigid galvanized steel conduit. (RGS)

Wet interior locations. Use threaded or raintight

fittings. Rigid galvanized steel conduit (RGS).

Exposed dry interior locations up to 7'-0" AFF.

Rigid steel conduit.

Electrical Metallic Tubing

(EMT).

Concealed dry interior locations.

Electrical Metallic Tubing (EMT).

Exposed dry interior locations above 7'-0" AFF.

Rigid non-metallic conduit (Schedule 40 PVC Type II).

Exterior underground. Except where rigid metal

conduit is required.

1. Provide hot-dip galvanized, rigid steel conduit for medium voltage applications, and for embedded interior work in concrete, and for 2-1/2 inch size and larger.

Page 383: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 RACEWAYS AND BOXES

16130-8

2. Provide hot-dip galvanized, rigid steel conduit, galvanized intermediate Metal Conduit (IMC) or galvanized Electrical Metallic Tubing (EMT) for concealed work above suspended ceilings and within interior partitions and for exposed interior work above 7'-0". Maximum EMT size permitted is two inches.

3. Provide flexible metal conduit (Greenfield) in short lengths (maximum 6 feet)

for the connection of lighting fixtures, dry type transformers and any vibrating equipment. The flexible connections to recessed fixtures and equipment shall be sufficient slack to permit removal of fixture.

4. Provide hot-dip galvanized, rigid steel conduit with bonded PVC jacket (Plastic-Bond or Kor-Kap) for work not completely encased in concrete but laid directly in or in contact with ground or on a vapor barrier and additionally, as directed.

5. Aluminum conduit is prohibited.

6. Where indicated on the drawings, rigid non-metallic conduit may be used as

permitted in Article 347 of the NEC, with or without concrete encasement. Where rigid non-metallic conduit is exposed, it shall be Schedule 40 PVC, with all provisions for thermal expansion/contraction as recommended by the Manufacturer.

7. Conduits for exterior underground electric work shall be rigid steel,

galvanized and sherardized, leaving the building and to points 5 feet beyond footings. Beyond 5 feet of building, underground conduits shall be non-metallic Schedule 40 PVC plastic, Type II.

8. PVC conduits for electric and telephone services shall be encased in 3 in.

concrete envelope. Conduits shall be rigid same as above and beyond 5 feet of the building shall be non-metallic PVC equal to Carlon Type EB encased in concrete.

9. Conduits shall slope from entrance equipment toward outside of building. 10. Polyvinyl Chloride (PVC) may be used underground and under slabs except

where rigid metal conduit is required.

(b) Fittings:

1. All fittings to match conduit material and to be suitable for the purpose intended. Join conduit with fittings designed and approved for the purpose and make joints tight.

2. Provide UL listed compound filled sealing fittings for NEC-required locations,

for conduits passing from interior to exterior, and at the interface of widely different space temperatures such as refrigeration or cold storage rooms where conduits pass from warm locations to cool locations, such as the boundaries of air conditioned spaces and non-conditioned air spaces. For concealed conduits, install each fitting in a flush steel box with a blank cover plate having a finish similar to that of adjacent plates or surfaces.

Page 384: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 RACEWAYS AND BOXES

16130-9

3. Provide expansion fittings with bonding jumpers where conduits cross

expansion joints or where otherwise required to compensate for thermal expansion and contraction. Provide expansion fittings in each straight uninterrupted run of surface-mounted conduit, both horizontal and vertical, in excess of 200 feet. Distance between fittings shall not exceed 200 linear feet. The Contractor shall refer to the Architectural Drawings for expansion joint locations.

4. Fasten rigid steel conduit with threaded galvanized steel fittings, double

locknuts, and insulated bushings. Insulated bushings shall be "OZ" type "B", or equal.

5. Fasten EMT conduit with "Concretight" or "Raintight" compression fittings

made from galvanized steel or malleable iron. Fittings using set screw or indentations as a means of attachment or made from cast "white metal" are prohibited. All connectors shall have insulated throats.

6. Fasten flexible metallic conduit with T&B "Tite-Bite" insulated connectors, or

equal.

7. Watertight fittings shall use a copper base anti-corrosive conductive compound. Provide watertight fittings in conduits exposed to weather, in wet locations, in underground locations, and in slabs.

(c) Box Locations:

1. Electrical boxes shall accommodate wire pulling, splices, taps, equipment connections and code compliance.

2. Coordinate access doors as required to provide access to boxes in hard

ceilings and similar inaccessible areas.

3. Provide cast box (with threaded hubs) in high traffic areas (surface installations), as specified by Owner.

(d) Outlet Boxes:

1. Outlet boxes for concealed work shall be zinc-coated or cadmium-plated sheet steel boxes suitable for the service and type outlet. Boxes and conduit fittings for outdoor and exposed work shall be NEMA 4 cast-aluminum, cast steel or cast iron type with threaded hubs for conduit entrance. Boxes and conduit fittings for outdoor work shall have gasketed cover plates. Extra large boxes shall be provided in accordance with the National Electrical Code where necessary to prevent crowding of wire in the box. Plastic boxes and cast "white metal" boxes classified as NEMA 4 will not be acceptable.

2. Outlet boxes in unplastered brick or block walls shall be provided with deep

square-cut device covers. They shall be set so that the brick or block can be

Page 385: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 RACEWAYS AND BOXES

16130-10

cut and fitted closely to the cover opening and so that the standard wall plate will cover the joint between the brick or block and the box.

3. All outlet boxes used for supporting fixtures shall be furnished with malleable

iron fixture studs of "no-bolt" type secured by locknut. Provide support for boxes occurring in suspended ceilings. Outlets in ceilings directly on bottom of joists shall be supported independent of ceiling construction. Outlets in suspended ceilings shall not be supported from ceiling construction.

4. All boxes, whether outlet, junction, pull, or equipment, shall be furnished with

appropriate covers.

5. No sectionalized boxes shall be used.

6. Back-to-back outlet boxes are not permitted. Separate boxes a minimum of 6" in standard walls and a minimum of 2 feet in acoustical walls.

7. Provide knockout closures for unused openings.

8. Provide blank coverplates in all unused boxes.

9. For multiple device installations, provide multi-gang boxes. Sectional boxes

are not permitted. Provide barrier separation of different voltage conductors in the same box.

10. Thoroughly coordinate casework and backsplash heights with mounting

heights of boxes.

11. Provide recessed outlet boxes in finished areas, supported from interior partition studs. Supports are to be stamped steel stud bridges for hollow stud walls and adjustable steel channel fasteners for flush ceiling outlet boxes.

12. Provide back supports for boxes in metal stud walls.

(e) Junction and Pull Boxes:

1. Junction and pull boxes shall be furnished and installed as shown or where required to facilitate pulling of wires or cables. Such boxes shall be installed in accessible locations. All boxes for concealed work shall be constructed of 12 gauge USS galvanized sheet steel minimum, unless otherwise specified or indicated and provided with mounting brackets and flat screw covers secured in position by round head brass or stainless steel 300 grade machine screws. Boxes for exterior work shall be cast aluminum or galvanized cast iron type with threaded hubs unless otherwise directed. Gasketed cover plates shall be furnished for outdoor installation.

2. Wherever possible, locate pull and junction boxes above accessible ceilings

in finished areas.

Page 386: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 RACEWAYS AND BOXES

16130-11

3. Pull or junction boxes shall be supported independently of conduit.

4. In flush grade outdoor applications, unit shall be adequately supported against settling or tipping. Where heavy traffic or poor soil compaction exists, cast box in a concrete base which provides 6" of cover around and under the box.

3.3 INSTALLATION

(a) Install raceways, boxes, enclosures, and cabinets as indicated, according to manufacturer's written instructions.

(b) Furnish and install a separate and independent raceway system as shown on the

drawings for each of the various wiring systems including. (c) Minimum Raceway Size: 3/4-inch trade size (DN21). (d) Conceal conduit and EMT, unless otherwise indicated, within finished walls, ceilings,

and floors. (e) Electric metallic tubing (EMT) may be used for the following unless otherwise

indicated:

1. Branch circuits for lighting, receptacles, and power concealed in: a. Dry wall construction. b. Suspended ceilings. c. Masonry walls. d. Exposed in equipment room areas as needed to serve fixed

equipment. 2. Circuits for communication and signaling concealed in: a. Dry wall construction. b. Suspended ceilings. c. Masonry walls.

(f) Rigid steel conduit shall be used for the following, unless otherwise indicated:

1. Branch circuits and feeders for lighting, receptacle and power, installed

exposed in areas subject to physical damage. 2. Circuits for communication and signaling exposed in areas subject to

physical damage.

Page 387: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 RACEWAYS AND BOXES

16130-12

(g) Keep raceways at least 12 inches (300 mm) away from parallel runs of flues, steam or hot-water pipes and other hot surfaces above 77F. Install horizontal raceway runs above water and steam piping.

(h) Support raceways as specified in Division 16 Section "Electrical Supporting

Devices@. Arrange supports to prevent misalignment during wiring installation. (i) Use capped bushings or Apush-penny@ plugs to prevent foreign matter from entering

the conduit system during construction. Clean and plug or cap all conduits left empty for future use.

(j) Protect stub-ups from damage where conduits rise through floor slabs. Arrange so

curved portion of bends is not visible above the finished slab. Conduit stub-ups and stub-downs shall be arranged in a neat and orderly manner and shall emerge at right angles to floors or ceilings.

(k) Install exposed raceways parallel to or at right angles to nearby surfaces or

structural members, and follow the surface contours as much as practical. (l) Join raceways with fittings designed and approved for the purpose and make joints

tight. (m) Install pull wires in empty raceways. Use No. 14 AWG zinc-coated steel or

monofilament plastic line with not less than 200-lb (90-kg) tensile strength. Leave at least 12 inches (300 mm) of slack at each end of the pull wire.

(n) Lubricants for pulling wires shall be approved for use with the types of wire and

conduit installed. (o) Install no more than equivalent of three 90 degree bends between boxes. Use

conduit bodies to make sharp changes in direction, as around beams, Use factory elbows for bends in metal conduit larger than 2 inches (50 mm) in size.

(p) Die-cast fittings of pot metal will not be accepted.

3.4 FLEXIBLE CONNECTIONS

(a) Use maximum of six (6) feet (1830 mm) of flexible metal conduit for recessed and semi-recessed lighting fluorescent fixtures; for equipment subject to vibration, noise transmission, or movement; and for all motors. Use liquidtight flexible conduit in wet or damp locations. Install separate ground conductor across flexible connections. Flexible conduits shall not be used for indoor HID light fixture connections.

3.5 INSTALLATION OF TERMINATIONS

(a) Where raceways are terminated with lock nuts and bushings, align the raceway to enter squarely, and install the lock nuts with dished part against the box. Where terminations cannot be made secure with one lock nut, use two lock nuts, one inside and one outside the box.

Page 388: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 RACEWAYS AND BOXES

16130-13

(b) Ends of conduits shall be equipped with insulating bushing for 1" and smaller and insulated metallic bushings for 1-1/4" and larger. Ends of conduit shall be temporarily capped prior to installation and during construction to exclude foreign material.

3.6 INSTALLATION OF BOXES

(a) Provide grounding connections for raceway, boxes, and components as indicated and instructed by manufacturer. Tighten connectors and terminals, including screws and bolts, according to equipment manufacturer�s published torque-tightening values for equipment connectors.

(b) Provide junction boxes, pull boxes, cable support boxes, and wireways as required

for proper installation of the electrical work. Covers shall be accessible. Small junction boxes shall be similar to outlet boxes.

(c) Pull boxes, cable support boxes, and large junction boxes for indoor use shall be

made of code gauge steel or no less than 12 gauge. Covers shall be held in place with stainless steel screws. Paint interior and exterior surfaces with rust-inhibitive paint. (Pull boxes and covers shall be hot-dipped galvanized.)

(d) Boxes located outdoors and exposed in the garage shall be cast metal or alloy, fitted

with screw-fastened covers and gaskets, and with threaded conduit connections. Fasteners shall be stainless steel or brass.

(e) Outlet boxes for lighting fixtures shall be equipped with fixture supporting devices. (f) Outlet boxes for switches shall be of the gang type.

3.7 PROTECTION

(a) Provide final protection and maintain conditions, in a manner acceptable to manufacturer and Installer that ensures coatings, finishes, and cabinets are without damage or deterioration at the time of Substantial Completion.

1. Repair damage to galvanized finishes with zinc-rich paint recommended by manufacturer.

2. Repair damage to PVC or paint finishes with matching touchup coating

recommended by manufacturer.

3. Steel conduit: Conduit that shows corrosion within the one-year guarantee period shall be replaced.

3.8 CLEANING

Page 389: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 RACEWAYS AND BOXES

16130-14

(a) On completion of installation, including outlet fittings and devices, inspect exposed

finish. Remove burrs, dirt, and construction debris and repair damaged finish, including chips, scratches, and abrasions.

(b) After conduits (ducts) and accessories have been installed, and concreting

operations completed, conduit runs shall be satisfactorily cleared of obstructions and foreign matter. Defects which might damage cable upon installation shall be corrected. Where conduits (ducts) installed are connected to conduits (ducts) installed by others, the entire run to the nearest box or other termination point shall be cleaned.

END OF SECTION

Page 390: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 WIRING DEVICES

16140-0

DIVISION 16 - ELECTRICAL SECTION 16140 WIRING DEVICES TABLE OF CONTENTS PART 1 - GENERAL

1.1 RELATED DOCUMENTS 1.2 SUMMARY 1.3 DEFINITIONS 1.4 QUALITY ASSURANCE 1.5 EXTRA MATERIALS

PART 2 - PRODUCTS

2.1 MANUFACTURERS 2.2 RECEPTACLES 2.3 SWITCHES 2.4 DEVICE PLATES

PART 3 - EXECUTION

3.1 INSTALLATION 3.2 FIELD QUALITY CONTROL 3.3 CLEANING

Page 391: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 WIRING DEVICES

16140-1

DIVISION 16 - ELECTRICAL SECTION 16140 - WIRING DEVICES PART 1 - GENERAL 1.1 RELATED DOCUMENTS

(a) Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY (a) This Section includes receptacles, connectors, switches, and finish plates. 1.3 DEFINITIONS (a) GFI: Ground-fault interrupter. 1.4 QUALITY ASSURANCE

(a) Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction. (b) Comply with NFPA 70. (c) Comply with NECA Standard of Installation. (d) Codes: Provide wiring devices conforming to the following:

1. American National Standards Institute (ANSI): Provide lugs and receptacle devices constructed in accordance with ANSI C73, Attachment Plugs and Receptacles, Dimensions of.

2. Institute of Electrical and Electronics Engineers (IEEE): Construct and install

wiring devices in accordance with requirements of IEEE 241, Recommended Practice for Electric Power Systems in Commercial Buildings.

3. National Electrical Manufacturers Association (NEMA): Provide wiring

devices constructed and configured in accordance with the requirements of:

a. WD1 - General Requirements for Wiring Devices

b. WD5 - Special Purpose Wiring Devices c. WD6 - Wiring Devices - Dimensional Requirements.

Page 392: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 WIRING DEVICES

16140-2

4. National Fire Protection Association (NFPA): Comply with NFPA 70, “National Electrical Code@ as applicable to construction and installation of electrical wiring devices.

5. Underwriters Laboratories, Inc. (UL): Provide wiring devices which are UL

listed and comply with the requirements of:

a. 20 - General Use Snap Switches.

b. 498 - Attachments, Plugs and Receptacles c. 514A - Metallic Outlet Boxes.

d. 514B - Fittings for Conduit and Outlet Boxes.

e. 514C - Non-metallic Outlet Boxes, Flush-Device

Boxes, and Covers

f. 943 - Ground-Fault Circuit Interrupters

PART 2 - PRODUCTS 2.1 MANUFACTURERS

(a) Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following:

1. Wiring Devices:

a. Bryant Electric, Inc.

b. Eagle Electric Manufacturing Co., Inc.

c. GE Company; GE Wiring Devices.

d. Hubbell, Inc.; Wiring Devices Div.

e. Killark Electric Manufacturing Co.

f. Leviton Manufacturing Co., Inc.

g. Pass & Seymour/Legrand; Wiring Devices Div.

h. Pyle-National, Inc.; an Amphenol Co. 2.2 RECEPTACLES

(a) Duplex receptacles shall be straight blade, 2 pole, 3 wire, 125 VAC, 20 ampere, specification grade, grounding type, NEMA 5-20R and shall meet Federal

Page 393: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 WIRING DEVICES

16140-3

Specification #W-S-596d. Receptacles shall be gray Pass & Seymour Model No. 5362 GRY or approved equal.

(b) Ground Fault Interrupter (GFI) type, heavy duty duplex receptacles shall be feed-

through, 2 pole, 3 wire, 120VAC, 20 ampere, gray, specification grade NEMA 5-20R, UL-rated Class A, Group 1, with solid state ground-fault sensing and signaling, with a trip time of .025 seconds nominal and a trip threshold of +/- 5 mA. GFI receptacles shall be Pass & Seymour Model No. 2091-S-GRY or approved equal.

(c) Special receptacles shall be straight or locking blade, ratings and NEMA

configuration as indicated on the drawings. Special receptacles shall be gray with stainless steel wallplate to match outlet type. Special receptacles shall be specification grade Pass & Seymour or approved equal.

2.3 SWITCHES

(a) Toggle switches shall be quiet type, AC specification grade, 120-277 volt, 20 ampere, single pole, double pole, three-way and four-way, with gray toggle. All switches shall be premium specification grade with separate green ground screw. Toggle switches shall be Pass & Seymour Model No. 20AC 1-GRY or approved equal.

2.4 DEVICE PLATES

(a) Device plates shall be provided for all switches and receptacles. Device plates shall be as manufactured to fit each type of single device, to fit devices which are ganged together, and they shall be by Pass & Seymour, or approved equal, as follows:

1. Material for Finished Spaces: 0.04-inch-thick, Type 302, satin-finished

stainless steel, except as otherwise indicated.

2. Material for unfinished Spaces: Galvanized steel. 3. Plate-Securing Screws: Metal with heads colored to match plate finish.

(b) Wiring devices indicated to be weatherproof shall be equipped with weatherproof covers. Devices located in damp or wet locations shall be mounted in cast metal boxes with gasketed, spring-hinged lid-type stainless steel covers. Covers for weatherproof duplex receptacles shall have one-hinged lid for each outlet. Weatherproof device covers shall be Pass & Seymour Model No. WPD8 or approved equal. (c) Weatherproof receptacles located outdoors which are used for landscaping power and other miscellaneous power shall be equipped with hinged, gasketed, clear polycarbonate lids designed to be weatherproof while the device is in use. Weatherproof covers shall be RACO Rayntite II, Model 5061-0 or approved equal. (d) Provide jumbo size plates for outlets installed in masonry walls.

PART 3 - EXECUTION

Page 394: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 WIRING DEVICES

16140-4

3.1 INSTALLATION

(a) Install devices and assemblies plumb, level, and secure. (b) Install wall plates when painting is complete. (c) Protect devices and assemblies during painting. (d) All exterior receptacles and receptacles installed in wet or damp locations shall be ground fault interrupter type and weatherproof.

3.2 FIELD QUALITY CONTROL

(a) Test wiring devices for proper polarity, continuity, short circuits, and ground continuity. Operate each device at least six times. (b) Test GFCI operation with both local and remote fault simulations according to manufacturer's written instructions. (c) Replace damaged or defective components.

3.3 CLEANING (a) Internally clean devices, device outlet boxes, and enclosures. Replace stained or improperly painted wall plates or devices. END OF SECTION

Page 395: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 LIGHTING CONTROLS DEVICES

16145-0

DIVISION 16 - ELECTRICAL SECTION 16145 LIGHTING CONTROL DEVICES TABLE OF CONTENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS 1.2 SUMMARY 1.3 QUALITY ASSURANCE 1.4 COORDINATION PART 2 - PRODUCTS 2.1 MANUFACTURERS 2.2 GENERAL LIGHTING CONTROL DEVICE REQUIREMENTS 2.3 TIME CLOCKS 2.4 PHOTOELECTRIC RELAYS 2.5 MULTI-POLE CONTACTORS AND RELAYS

2.6 MANUAL CONTROL STATIONS PART 3 - EXECUTION 3.1 FIELD QUALITY CONTROL 3.2 CLEANING

Page 396: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 LIGHTING CONTROLS DEVICES

16145-1

DIVISION 16 - ELECTRICAL SECTION 16145 - LIGHTING CONTROL DEVICES PART 1 - GENERAL 1.1 RELATED DOCUMENTS

(a) Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY (a) This Section includes time switches, photoelectric relays, and multipole lighting relays and contactors. 1.3 QUALITY ASSURANCE

(a) Source Limitations: Obtain lighting control devices from a single source with total responsibility for compatibility of lighting control system components specified in this Section. (b) Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, for their indicated use and installation conditions by a testing agency acceptable to authorities having jurisdiction. (c) Comply with 47 CFR 15, Subparts A and B, for Class A digital devices. (d) Comply with NFPA 70. (e) Comply with NEMA ICS 2, "Industrial Control Devices, Controllers and Assemblies”. (f) Comply with UL 773A, “Non-industrial Photoelectric Switches for Lighting

Control”. (g) Comply with ANSI/NEMA ICS 6, “Enclosures for Industrial Controls and

Systems”. 1.4 COORDINATION

(a) Coordinate features of devices specified in this Section with systems and components specified in other Sections to form an integrated system of compatible components. Match components and interconnections for optimum performance of specified functions. Include coordination with the following:

1. Division 16 Section "Panelboards." 2. Division 16 Section “Interior Lighting”.

Page 397: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 LIGHTING CONTROLS DEVICES

16145-2

3. Division 16 Section “Exterior Lighting”.

PART 2 - PRODUCTS 2.1 MANUFACTURERS

(a) Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Contactors and Relays: a. Automatic Switch Co. b. Challenger Electrical Equipment Corp. c. Cutler-Hammer Products; Eaton Corporation. d. Furnas Electric Co. e. GE Lighting Controls. f. Hubbell Lighting, Inc. g. Siemens Energy and Automation, Inc. h. Square D Co.; Power Management Organization. i. Zenith Controls, Inc. 2. Time Switches: a. Diversified Electronics, Inc. b. Grasslin Controls Corp. c. Intermatic, Inc. d. Leviton Manufacturing. e. Paragon Electric Co., Inc. f. Tork, Inc. g. Zenith Controls, Inc. 3. Photoelectric Relays: a. Allen-Bradley/Rockwell Automation.

Page 398: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 LIGHTING CONTROLS DEVICES

16145-3

b. Area Lighting Research, Inc. c. Fisher Pierce. d. Grasslin Controls, Corp. e. Intermatic, Inc. f. Paragon Electric Co., Inc. g. Rhodes: M H Rhodes, Inc. h. SSAC, Inc. i. Tork, Inc.

2.2 GENERAL LIGHTING CONTROL DEVICE REQUIREMENTS

(a) Line-Voltage Surge Protection: Include in all 120- and 277-V solid-state equipment. Comply with UL 1449 and with ANSI C62.41 for Category A locations.

2.3 TIME CLOCKS: (a) Description: Solid-state programmable units with alphanumeric display complying with UL 917.

(b) Description: Electromechanical-dial type complying with UL 917. 1. Astronomic dial. 2. Two contacts (Class A150, SPST), rated 30 A at 277-V ac, unless

otherwise indicated. 3. Two pilot-duty contacts, rated 2 A at 240-V ac, unless otherwise

indicated. 4. Eight-day program uniquely programmable for each weekday and

holidays. 5. Skip-day mode. (c) Cabinet: Install system components in NEMA 1 type hinged lockable enclosure. Provide NEMA Type 4 for outdoor applications.

2.4 PHOTOELECTRIC RELAYS

Page 399: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 LIGHTING CONTROLS DEVICES

16145-4

(a) Description: Solid state, with single-pole, double-throw dry contacts rated to operate connected relay or contactor coils or microprocessor input, and complying with UL 773A. Contacts shall be fail-safe control so that load will remain “ON” in case of cell failure. Contact shall be rated for Class A150.

(b) Light-Level Monitoring Range: 0 to 3500 fc (0 to 37 673 lx), with an adjustment for turn-on/turn-off levels. (c) Time Delay: Prevents false operation. (d) Outdoor Sealed Units: Weathertight housing, resistant to extreme temperatures (-30°F to +158°F) and equipped with sun-glare shield and ice preventer.

2.5 MULTIPOLE CONTACTORS AND RELAYS

(a) Description: Electrically operated and mechanically held, and complying with UL 508 and NEMA ICS 2. 1. Current Rating for Switching: UL listing or rating consistent with type of

load served, including tungsten filament, inductive, and high-inrush ballast (ballasts with 15 percent or less total harmonic distortion of normal load current).

2. Control Coil Voltage: Match control power source. 3. Provide fused control power transformer for each contactor as required by

power source. 2.6 MANUAL CONTROL STATIONS

(a) Maintain contact (keyed) two-wire device. (b) Two-position Illuminated Selector Switch: Heavy duty 10 amp, continuous, 277 volt. (c) Pushbutton On/Off Switch with Indicating Lights: NEMA ICS 2, heavy duty type.

PART 3 - EXECUTION 3.1 FIELD QUALITY CONTROL

(a) Schedule visual and mechanical inspections and electrical tests with at least seven days' advance notice. (b) Inspect control components for defects and physical damage, testing laboratory labeling, and nameplate compliance with the Contract Documents. (c) Check tightness of electrical connections with torque wrench calibrated within previous six months. Use manufacturer's recommended torque values.

Page 400: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 LIGHTING CONTROLS DEVICES

16145-5

(d) Verify settings of photoelectric devices with photometer calibrated within previous six months. (e) Electrical Tests: Use particular caution when testing devices containing solid- state components. Perform the following according to manufacturer's written instructions: 1. Continuity tests of circuits. 2. Operational Tests: Set and operate devices to demonstrate their

functions and capabilities in a methodical sequence that cues and reproduces actual operating functions. Include testing of devices under conditions that simulate actual operational conditions. Record control settings, operations, cues, and functional observations.

(f) Correct deficiencies, make necessary adjustments, and retest. Verify that specified requirements are met.

3.2 CLEANING (a) Cleaning: Clean equipment and devices internally and externally using methods and materials recommended by manufacturers, and repair damaged finishes.

END OF SECTION

Page 401: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 GROUNDING

16452-0

DIVISION 16 - ELECTRICAL SECTION 16452 GROUNDING TABLE OF CONTENTS PART 1 - GENERAL

1.1 RELATED DOCUMENTS 1.2 SUMMARY 1.3 SUBMITTALS

PART 2 - PRODUCTS

2.1 MANUFACTURERS 2.2 GROUNDING AND BONDING PRODUCTS 2.3 WIRE AND CABLE GROUNDING CONDUCTORS 2.4 MISCELLANEOUS CONDUCTORS 2.5 CONNECTOR PRODUCTS 2.6 GROUNDING ELECTRODES

PART 3 - EXECUTION

3.1 APPLICATION 3.2 INSTALLATION 3.3 CONNECTIONS 3.4 UNDERGROUND DISTRIBUTION SYSTEM GROUNDING 3.5 FIELD QUALITY CONTROL 3.6 ADJUSTING AND CLEANING 3.7 PROJECT RECORD DOCUMENTS

Page 402: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 GROUNDING

16452-1

DIVISION 16 - ELECTRICAL SECTION 16452 - GROUNDING PART 1 - GENERAL 1.1 RELATED DOCUMENTS

(a) Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

(a) This Section includes grounding of electrical systems and equipment and basic

requirements for grounding for protection of life, equipment, circuits, and systems. Grounding requirements specified in this Section may be supplemented in other Sections of these Specifications.

(b) Ground the electrical service system neutral at service entrance equipment to

grounding electrodes and metallic water service as supplementary. (c) Ground each separately-derived system neutral to nearest grounding system. (d) Bond together system neutrals; service equipment enclosures; exposed non-current

carrying metal parts of electrical equipment; metal raceway systems; grounding conductor in raceways; receptacle ground connectors; and plumbing systems.

1.3 SUBMITTALS

(a) General: Submit each item in this Article according to the Conditions of the Contract and Division 1 Specification Sections.

(b) Product Data for grounding rods, conductors, connectors and connection materials,

and grounding fittings. Submit ground system manufacturer=s recommended installation procedure for review.

(c) Qualification data for firms and persons specified in "Quality Assurance" Article to

demonstrate their capabilities and experience. Include lists of completed projects with project names and addresses, names and addresses of architects and owners, and other information specified.

(d) Field tests and observation reports certified by the testing organization and

indicating and interpreting the test reports for compliance with performance requirements.

PART 2 - PRODUCTS 2.1 MANUFACTURERS

Page 403: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 GROUNDING

16452-2

(a) Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following:

1. Erico Inc.; Electrical Products Group.

2. Heary Brothers Lightning Protection Co.

3. Ideal Industries, Inc.

4. ILSCO. 5. O-Z/Gedney Co.

6. Raco, Inc.

7. Thomas & Betts, Electrical.

8. Cadweld/Erico Products, Inc.

2.2 GROUNDING AND BONDING PRODUCTS

(b) Governing Requirements: Where types, sizes, ratings, and quantities indicated are in excess of National Electrical Code (NEC) requirements, the more stringent requirements and the greater size, rating, and quantity indications govern.

2.3 WIRE AND CABLE GROUNDING CONDUCTORS

(a) Comply with Division 16, Section "Wires and Cables." Conform to NEC Table 8, except as otherwise indicated, for conductor properties, including stranding. (b) Equipment Grounding Conductors: Insulated with green color insulation, #4 AWG minimum, unless otherwise noted. (c) Grounding-Electrode Conductors: Stranded cable. Size as shown on drawings, specifications, or as required by NFPA 70 (NEC), whichever is larger. (d) Underground Conductors: Bare, tinned, stranded, #4/0 AWG size minimum, except as otherwise indicated. (e) Bare Copper Conductors: Conform to the following: 1. Solid Conductors: ASTM B 3. 2. Assembly of Stranded Conductors: ASTM B 8. 3. Tinned Conductors: ASTM B 33.

2.4 MISCELLANEOUS CONDUCTORS

Page 404: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 GROUNDING

16452-3

(a) Braided Bonding Jumpers: Copper tape, braided No. 30 AWG bare copper wire, terminated with copper ferrules. (b) Bonding Straps: Soft copper, 0.05 inch (1 mm) thick and 2 inches (50 mm) wide, except as indicated.

2.5 CONNECTOR PRODUCTS

(a) Mechanical Connectors

1. The mechanical connector bodies shall be manufactured from high strength, high conductivity cast copper alloy material. Bolts, nuts, washers and lockwashers shall be made of silicon bronze and supplied as a part of the connector body and shall be of the two-bolt type.

2. Split bolt connector types are NOT allowed.

3. The connectors shall meet or exceed UL 467 and be clearly marked with the

catalog number, conductor size and manufacturer.

(b) Compression Connectors

1. The compression connectors shall be manufactured from pure wrought copper. The conductivity of this material shall be no less than 99% by IACS Standards.

2. The connectors shall meet or exceed the performance requirements of IEEE

837, latest revision.

3. The installation of the connectors shall be made with a compression, tool and die system, as recommended by the manufacturer of the connectors.

4. The connectors shall be clearly marked with the manufacturer, catalog

number, conductor size and the required compression tool settings.

5. Each connector shall be factory filled with an oxide-inhibiting compound. (c) Exothermic Connections: Provide exothermic-weld kit and selected per manufacturers written instructions for specific types, sizes, and combinations of conductors and connected items.

2.6 GROUNDING ELECTRODES (a) Grounding Rods: Copper-clad rod with rigid steel core.

1. Size: 3/4 inch by 120 inches (19 by 3000 mm). Provide the number of rods

required to obtain proper ground resistance.

Page 405: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 GROUNDING

16452-4

2. Rods shall have a minimum of ten (10) mils of copper minimum.

3. Ground rods shall be UL listed #467.

PART 3 - EXECUTION 3.1 APPLICATION

(a) Equipment Grounding Conductors: Comply with NEC Article 250 for types, sizes, and quantities of equipment grounding conductors, except where specific types, larger sizes, or more conductors than required by NEC are indicated.

1. Install equipment grounding conductor with circuit conductors for the items below in addition to those required by Code:

a. Feeders and branch circuits.

b. Lighting circuits.

c. Receptacle circuits.

d. Single-phase motor or appliance branch circuits.

e. Three-phase motor or appliance branch circuits.

f. Flexible raceway runs.

2. Nonmetallic Raceways: Install an equipment grounding conductor in

nonmetallic raceways unless they are designated for telephone or data cables.

(b) Metal Poles Supporting Outdoor Lighting Fixtures: Ground pole to a grounding electrode in addition to separate equipment grounding conductor run with supply branch circuit.

3.2 INSTALLATION

(a) General: Ground electrical systems and equipment according to NEC requirements, except where Drawings or Specifications exceed NEC requirements.

(b) Grounding Rods: Locate a minimum of 1-rod length from each other and at least

the same distance from any other grounding electrode. 1. Drive until tops are 2 inches (50 mm) below finished floor or final grade,

except as otherwise indicated. 2. Interconnect with grounding-electrode conductors. Use exothermic welds,

except at test wells and as otherwise indicated. Make these connections without damaging copper coating or exposing steel.

Page 406: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 GROUNDING

16452-5

(c) Grounding Conductors: Route along the shortest and straightest paths possible, except as otherwise indicated. Avoid obstructing access or placing conductors where they may be subjected to strain, impact, or damage.

(d) Underground Grounding Conductors: Use bare copper wire. Bury at least 24

inches (600 mm) below grade.

3.3 CONNECTIONS

(a) General: Make connections so possibility of galvanic action or electrolysis is minimized. Select connectors, connection hardware, conductors, and connection methods so metals in direct contact will be galvanically compatible.

1. Use electroplated or hot-tin-coated materials to assure high conductivity and

to make contact points closer in order of galvanic series.

2. Make connections with clean, bare metal at points of contact.

3. Make aluminum-to-steel connections with stainless-steel separators and mechanical clamps.

4. Make aluminum-to-galvanized steel connections with tin-plated copper

jumpers and mechanical clamps.

5. Coat and seal connections having dissimilar metals with inert material to prevent future penetration of moisture to contact surfaces.

(b) Exothermic-Welded Connections: Use for connections to structural steel and for

underground connections, except those at test wells. Comply with manufacturers written instructions. Welds that are puffed up or that show convex surfaces indicating improper cleaning are not acceptable.

3.4 FIELD QUALITY CONTROL

(a) Independent Testing Agency: Engage an independent electrical testing organization to perform tests described below. (b) Tests: Subject the completed grounding system to a megger test at each location

where a maximum ground-resistance level is specified, at service disconnect enclosure grounding terminal, and at ground test wells. Measure ground resistance not less than 2 full days after the last trace of precipitation, and without the soil being moistened by any means other than natural drainage or seepage and without chemical treatment or other artificial means of reducing natural ground resistance. Perform tests by the 2-point method according to IEEE 81.

(c) Maximum grounding to resistance values are as follows:

1. Equipment Rated 500 kVA and Less: 10 ohms.

Page 407: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 GROUNDING

16452-6

2. Equipment Rated 500 to 1000 kVA: 5 ohms.

3. Equipment Rated More than 1000 kVA: 3 ohms.

4. Unfenced Substations and Pad-Mounted Equipment: 5 ohms.

5. Manhole Grounds: 10 ohms.

(d) Excessive Ground Resistance: Where resistance to ground exceeds specified values, notify Owner promptly and include recommendations to reduce ground resistance and to accomplish recommended work. (e) Report: Prepare test reports, certified by the testing organization, of ground resistance at each test location. Include observations of weather and other phenomena that may affect test results. Describe measures taken to improve test results.

3.5 ADJUSTING AND CLEANING

(a) Restore surface features, including vegetation, at areas disturbed by work of this Section. Reestablish original grades, except as otherwise indicated. Where sod has been removed, replace it as soon as possible after backfilling is completed. Restore areas disturbed by trenching, storing of dirt, cable laying, and other activities to their original condition. Include topsoiling, fertilizing, liming, seeding, sodding, sprigging, and mulching. Comply with Division 2 Section "Landscaping." Maintain restored surfaces. Restore disturbed paving as indicated.

3.6 PROJECT RECORD DOCUMENTS

(a) Accurately record actual locations of grounding electrodes and all primary grounding locations (i.e., water piping connection, building steel, test wells, etc.)

END OF SECTION

Page 408: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 PANELBOARDS

16470-0

DIVISION 16 - ELECTRICAL SECTION 16470 PANELBOARDS TABLE OF CONTENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS 1.2 SUMMARY 1.3 QUALITY ASSURANCE 1.4 EXTRA MATERIALS PART 2 - PRODUCTS 2.1 MANUFACTURERS 2.2 PANELBOARD FABRICATION 2.3 LOAD CENTERS 2.4 OVERCURRENT PROTECTIVE DEVICES PART 3 - EXECUTION 3.1 INSTALLATION 3.2 IDENTIFICATION 3.3 GROUNDING 3.4 CLEANING

Page 409: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 PANELBOARDS

16470-1

DIVISION 16 - ELECTRICAL SECTION 16470 - PANELBOARDS PART 1 - GENERAL 1.1 RELATED DOCUMENTS

(a) Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

(a) This Section includes lighting and power panelboards and associated auxiliary equipment rated 600 V and less. (b) Related Sections include the following: 1. Division 16 Section "Basic Electrical Materials and Methods" for general

materials and installation methods.

1.3 QUALITY ASSURANCE

(a) Listing and Labeling: Provide products specified in this Section that are listed and labeled. 1. The Terms "Listed" and "Labeled": As defined in the National Electrical

Code, Article 100. 2. Listing and Labeling Agency Qualifications: A "Nationally Recognized

Testing Laboratory" as defined in OSHA Regulation 1910.7. (b) Comply with NFPA 70. (c) Comply with NEMA AB1 “Molded Case Circuit Breakers”. (d) Comply with NEMA PB 1, “Panelboards”. (e) Comply with NEMA PB1.1, “Instructions for Safe Installation, Operation & Maintenance of Panelboards Rated 600 Volts or Less”.

1.5 EXTRA MATERIALS A. Keys: 6 spares of each type for panelboard cabinet lock. PART 2 - PRODUCTS 2.1 MANUFACTURERS

Page 410: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 PANELBOARDS

16470-2

A. Available Manufacturers: Subject to compliance with requirements,

manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following:

1. Square D Company. 2. Eaton Corp.; Westinghouse & Cutler-Hammer Products. 3. General Electric Co.; Electrical Distribution & Control Div. 4. Siemens Energy & Automation, Inc.

2.2 PANELBOARD FABRICATION

(a) Enclosures: Flush- or surface-mounted cabinets as indicated. NEMA PB 1, Type 1, unless otherwise indicated to meet environmental conditions at installed location. (b) Front: Secured to box with concealed trim clamps, unless otherwise indicated.

Front for surface-mounted panelboards shall be same dimensions as box. Fronts for flush panelboards shall overlap box, unless otherwise indicated.

(c) Directory Frame: Metal, mounted inside each panelboard door. (d) Bus: Hard drawn copper of 98 percent conductivity. (e) Main and Neutral Lugs: Compression type. (f) Equipment Ground Bus: Adequate for feeder and branch-circuit equipment ground conductors. Bonded to box. (g) Future Devices: Equip with mounting brackets, bus connections, and necessary

appurtenances, for the overcurrent protective device ampere ratings indicated for future installation of devices.

(h) Special Features: Include the following features for panelboards as indicated: 1. Isolated Equipment Ground Bus: Adequate for branch-circuit equipment

ground conductors; insulated from box. 2.3 LOAD CENTERS

A. Overcurrent Protective Devices: Plug-in, full-module circuit breaker. 1. Circuit Breakers for Switching Lights at Panelboards: Indicated as Type

SWD. 2. Circuit Breakers for Equipment Marked Type HACR: Indicated as Type

HACR.

Page 411: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 PANELBOARDS

16470-3

(b) Conductor Connectors: Mechanical type for main, neutral, and ground lugs and buses.

2.4 OVERCURRENT PROTECTIVE DEVICES

(a) Molded-Case Circuit Breaker: NEMA AB 1, handle lockable. Breakers shall meet FSW-C-375. 1. Characteristics: Frame size, trip rating, number of poles, and auxiliary

devices as indicated and interrupting capacity rating to meet available fault current. Circuit breakers shall be quick-make, quick-break, trip- indicating molded case thermal-magnetic type.

2. Application Listing: Appropriate for application, including Type SWD for

switching fluorescent lighting loads and Type HACR for heating, air- conditioning, and refrigerating equipment.

PART 3 - EXECUTION 3.1 INSTALLATION

(a) Install panelboards and accessory items according to NEMA PB 1.1. (b) Mounting: Plumb and rigid without distortion of box. Mount flush panelboards uniformly flush with wall finish. (c) Install filler plates in unused spaces. (d) Wiring in Panelboard Gutters: Arrange conductors into groups, and bundle and wrap with wire ties after completing load balancing. (e) Two or three pole circuit breakers shall be common trip type. Single pole breakers with handle ties will not be permitted. (f) Tandem breakers will not be permitted. (g) Provide ground buses in panelboards as indicated on the drawings. Ground bus shall be similar in all respects to neutral bus. (h) Height: Six feet to top of panelboard; install panelboards taller than 6 feet with bottom no more than 4 inches above the floor. Top breaker maximum height not to exceed 6 feet 8 inches.

3.2 IDENTIFICATION

(a) Panelboard Nameplates: Label each panelboard with engraved laminated- plastic or metal nameplates mounted with corrosion-resistant screws.

Page 412: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 PANELBOARDS

16470-4

(b) Panel Circuit Directory: Provide a typewritten directory, indicating plainly what

each branch circuit of the panel serves and where. Provide additional information as required by NEC. Spaces and spare breakers shall be written in pencil. Copying of Contract Drawing Panel Schedules and Descriptions shall not be acceptable. Circuit directory shall reflect final circuit connections, loads and locations after balancing of panelboard loads.

3.3 GROUNDING (a) Make equipment grounding connections for panelboards as indicated. 3.4 CLEANING

(a) On completion of installation, inspect interior and exterior of panelboards. Remove paint splatters and other spots, dirt, and debris. Touch up scratches and mars of finish to match original finish.

END OF SECTION

Page 413: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 INTERIOR LIGHTING

16511-0

DIVISION 16 - ELECTRICAL SECTION 16511 INTERIOR LIGHTING TABLE OF CONTENTS PART 1 - GENERAL

1.1 GENERAL

PART 2 - PRODUCTS

2.1 CONSTRUCTION FEATURES 2.2 LAMPS 2.3 FIXTURES

PART 3 - EXECUTION

3.1 INSTALLATION AND COORDINATION

Page 414: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 INTERIOR LIGHTING

16511-1

DIVISION 16 - ELECTRICAL SECTION 16511 – INTERIOR LIGHTING PART 1 - GENERAL 1.1 GENERAL:

(a) Provide a lighting fixture for each fixture symbol shown on the drawing, of the design and quality described herein. Furnish fixtures complete including lamps of the wattage and type indicated.

(b) Provide only UL Listed and Labeled fixtures with UL Listed wiring. Wiring shall be

suitable for the fixture temperature listing. (c) Data listed for each fixture type are minimum requirements and no exceptions will

be made. Fixture submitted not meeting these requirements will be returned "Not Approved". Independent laboratory test data shall be submitted to verify that fixture meets minimum performance data listed. Test data shall include catalog number of fixture being submitted.

(d) No substitutions will be considered unless written request has been submitted to the

Engineer for approval at least 10 days prior to the date for receipt of bids, except those listed below as manufacturers of acceptable substitutions. Each request shall include a complete description of the proposed substituted, including drawings, cuts, samples (if requested), performance and certified test data, and any other data required for a complete evaluation.

(e) Manufacturer shall provide all fixture framing kits, hardware, etc., as required.

Mount fixture in ceiling system provided.

PART 2 - PRODUCTS 2.1 CONSTRUCTION FEATURES:

(a) Housing shall be durable cast aluminum housing and door frame with premium polyester powder coating.

(b) Diffusers shall be polycarbonate. (c) Provide H.I.D. fixtures with constant wattage type ballasts with a primary voltage

range to +/-13% and lamp range to +/- 2%. Ballasts shall meet ANSI requirements including lamp current crest factors, starting currents, open circuit voltages and operating conditions.

(d) All ballasts for outdoor use shall be of the low temperature type, (0�F).

2.2 LAMPS:

Page 415: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 INTERIOR LIGHTING

16511-2

(a) Unless otherwise specified, provide “standard cool white” T-8 energy-saving fluorescent lamps, “Color Improved” Mercury lamps, “inside frosted” incandescent lamps, and clear high-pressure sodium lamps.

(b) Provide fluorescent lamps unless otherwise specified with 32-watt rating, 20,000

hour life, cool white and approximate initial lumens of 2900. Lamps shall be compatible with energy-saving electronic ballast.

(c) All fixtures shall be furnished and installed with lamps. (d) Lamps shall be as manufactured by General Electric, Westinghouse or Sylvania.

2.3 FIXTURES:

(a) Unless otherwise indicated below, provide exterior lighting fixtures as specified in exterior lighting fixture schedule shown on drawings. (b) Provide interior and exterior building mounted fixtures as follows:

1. Fixture Type “A”: Four foot two lamp fluorescent fixture, surface mounted with wrap around acrylic prismatic diffuser. Furnish Lithonia Catalog Number SB232120GEB1ORS, or equal

2. Fixture Type “B”: Exterior wall mounted LED floodlight, two head, cast aluminum corrosion resistant construction with white finish, clear acrylic lens and integral motion sensor. Furnish Lithonia Catalog Number OFLR6LC120MOWH, or equal.

PART 3 - EXECUTION 3.1 INSTALLATION AND COORDINATION

(a) Support fixtures independent of ceiling systems, ducts and piping. Provide hangers from purlines, joists, beams, etc., for support of all boxes and fixtures. Provide trapeze hanger supports for fixtures located directly under ductwork. Provide galvanized steel for all support hangers, channels, bolts, etc., except stem-suspended fixtures which shall match the fixture finish.

(b) Provide proper framing of the ceiling for all recessed fixtures. Provide plaster

frames for recessed fixtures in plaster ceiling. (c) Coordinate fixture installation with ceiling installation and other ceiling devices to

provide a total system presenting a neat and orderly appearance. (d) Provide aligner hangers for all stem-suspended fixtures so that fixtures hang level

with vertical stems.

END OF SECTION

Page 416: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 EXTERIOR LIGHTING

16521-0

DIVISION 16 - ELECTRICAL SECTION 16521 EXTERIOR LIGHTING TABLE OF CONTENTS PART 1 - GENERAL

1.1 RELATED DOCUMENTS 1.2 SUMMARY 1.3 DEFINITIONS 1.4 SUBMITTALS 1.5 QUALITY ASSURANCE 1.6 DELIVERY, STORAGE, AND HANDLING OF POLES 1.7 WARRANTY 1.8 EXTRA MATERIALS

PART 2 - PRODUCTS

2.1 MANUFACTURERS 2.2 LUMINAIRES 2.3 LUMINAIRE SUPPORT COMPONENTS 2.4 FINISHES 2.5 SPLICES, TAPS

PART 3 - EXECUTION

3.1 EXAMINATION 3.2 FIELD COORDINATION 3.3 INSTALLATION 3.4 UNDERGROUND DUCT LINES 3.5 GROUNDING 3.6 CONNECTIONS 3.7 FIELD QUALITY CONTROL 3.8 CLEANING AND ADJUSTING 3.9 DEMONSTRATION 3.10 LAMP REPLACEMENT AND PROVISION OF SPARE LAMPS

Page 417: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 EXTERIOR LIGHTING

16521-1

DIVISION 16 - ELECTRICAL SECTION 16521 - EXTERIOR LIGHTING PART 1 - GENERAL 1.1 RELATED DOCUMENTS

(a) Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

(a) This Section includes exterior lighting units with luminaires, lamps, ballasts, poles/support structures, and accessories. (b) Related Sections include the following:

1. Division 16 Section "Interior Lighting" for interior fixtures, lamps, ballasts, emergency lighting units, and accessories.

2. Division 16 Section "Lighting Control Equipment" for programmable lighting

control systems, time switches, additional photoelectric relays, power relays, and contactors.

1.3 DEFINITIONS

(a) Lighting Unit: A luminaire or an assembly of luminaires complete with a common support, including pole, post, or other structure, and mounting and support accessories.

(b) Luminaire (Light Fixture): A complete lighting device consisting of lamp(s) and

ballast(s), when applicable, together with parts designed to distribute light, to position and protect lamps, and to connect lamps to power supply.

1.4 SUBMITTALS

(a) Product Data: Provide dimensioned and detailed drawings in booklet form with separate sheets for each type of lighting unit indicated, arranged in order of lighting unit type and designation. Include data on features, accessories, finishes, and the following:

1. Materials and dimensions of luminaires and poles.

2. Certified results of independent laboratory tests for fixtures and lamps for

electrical ratings and photometric data. Include manufacturer and model number of fixture being submitted.

Page 418: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 EXTERIOR LIGHTING

16521-2

3. Lamp ANSI designation, initial and mean lumen output, average-rated hours of lamp life and lamp mortality curve, and color temperature and color rendering index.

4. Ballast ANSI designation; electrical characteristics, including voltages, lamp

and line operating and starting amperes, watts and watt losses, percent of allowable line voltage variation range and lamp crest factor; minimum lamp starting temperature; and normal and maximum ballast operating temperature.

5. Ballast CBM approval and UL listing, volts, lamp and input amperes, input

watts, and minimum lamp starting temperature.

6. Poles and standards dimensions, details of hand holes and wire entries, mast or bracket arms and connection to poles, wind load and deflection, and finishes.

7. Steel, power installed, auger type pole foundation dimensions, corrosion

resistance, pullout and overturning resistance for the soil conditions of the site, and bolt circle data.

(b) Provide a complete computer data printout of illumination levels based on a grid system of multiples of spacing to mounting height. (c) Shop Drawings: Anchor-bolt templates keyed to specific poles and certified by manufacturer. (d) Samples for Verification: For lighting units or luminaires designated for sample submission in the Lighting Fixture Schedule.

1. Lamps: Specified units installed.

2. Ballast: 120-V model of specified ballast type.

3. Finishes: For each finished metal used in support components. (e) Product Certificates: Signed by manufacturers of lighting units certifying that products comply with requirements, including Ballast Test Report, indicating conformance with maximum 90 degrees C case temperature. (f) Field Test Reports: Indicate and interpret test results for compliance with performance requirements. (g) Record Documents: Accurately record actual location of each luminaire with the switching arrangements shown. (h) Submit pole load calculations, including EPA wind load calculations, for all poles.

Calculations shall include all pole-mounted devices including luminaires, call stations, handholes, directional signs, and banners. Refer to Lighting Fixture

Page 419: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 EXTERIOR LIGHTING

16521-3

Schedule for additional information. Wind resistance calculations shall be certified by a Registered Professional Engineer.

(i) Submit point by point lighting calculations for layout shown on the Site Plan and for

fixture types noted on Lighting Fixture Schedule. All calculations shall strictly comply with IES Standards. Indicate foot candle readings minimum 5'-0" on center along the horizontal plane.

(j) Submit fixture schedule as follows:

1. Must be approved before any fixture is ordered.

2. Include, in detail, the following items:

a. Type b. Wattage c. Voltage d. Efficiency e. Suspension f. Glassware g. Finished diameters h. Mounting Heights i. Lamps j. Locations k. Remarks l. Appurtenances

(k) Maintenance Data: Submit maintenance data and parts list for each exterior lighting

fixture and accessory; including trouble-shooting maintenance guide. Include that data, product data, and shop drawings in a maintenance manual; in accordance with requirements of Division 1.

1.5 QUALITY ASSURANCE

(a) Luminaires and Accessories: Listed and labeled as defined in NFPA 70, Article 100, for their indicated use, location, and installation conditions by a testing agency acceptable to authorities having jurisdiction.

(b) ANSI/ASTM Compliance: Comply with applicable requirements of ANSI C2, “National Electrical Safety Code”. (c) FM Compliance: Units for hazardous locations shall be listed and labeled for indicated class and division of hazard by FM. (d) Comply with recommended practices of Illuminating Engineering Society (IES). (e) All products shall comply with UL and shall be UL listed. (f) Manufacturer’s Qualifications: Firms regularly engaged in manufacture of exterior

building lighting fixtures of types and ratings required, whose products have been in satisfactory use in similar service for not less than five (5) years.

Page 420: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 EXTERIOR LIGHTING

16521-4

(g) Installer’s Qualifications: Firm with at least three (3) years of successful installation

experience on projects with exterior lighting fixture work similar to that required for the project.

(h) Electrical Code Compliance: Comply with applicable local code requirements of the authority having jurisdiction and NEC Articles 25, 250, 410, and 501 as applicable to Installation, and construction of lighting fixtures encompassed by this section. (i) NEMA Compliance: Comply with applicable requirements of NEMA Standards Publication No. LE 2 pertaining to lighting equipment. (j) IES Compliance: Comply with IES RP-8, 19, 20, and PB-15 pertaining to exterior, parking, and roadway lighting practices and fixtures. (k) UL Compliance: Comply with requirements of UL Standards, including Standards 486A and B, pertaining to exterior lighting fixtures. Provide exterior lighting fixture and components which are UL listed and labeled. (l) NFPA Compliance: Comply with applicable requirements of NFPA 78, “Lightning Protection Code,” pertaining to installation of exterior lighting fixtures. (m) Code compliance is mandatory. Nothing in the Drawings and Specifications implies acceptance of work not conforming to these codes. Where work is shown to exceed minimum code requirements, comply with the Drawings and Specifications. (n) Codes and Standards: Provide luminaires, poles, standards and appurtenances conforming to the following:

1. Conform to applicable sections of American Association of State Highway and Transportation Officials (AASHTO):

a. LTS-1 Standard Specifications for Structural Supports for

Highway Signs, Luminaires and Traffic Signals.

2. American National Standards Institute (ANSI): a. C2 National Electrical Safety Code.

b. C78.1300 Specifications for High Pressure Sodium Lamps

Series

c. C82.4 Ballasts for High-Intensity-Discharge and Low-Pressure Sodium Lamps (Multiple-Supply Type)

d. C136.20 Roadway Lighting Equipment - Fiber-Reinforced

Plastic (FRP) Lighting Poles

3. Conform to applicable sections of American Society for Testing and Materials (ASTM).

Page 421: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 EXTERIOR LIGHTING

16521-5

a. B429 “Standard Specification for Aluminum-Alloy Extruded

Structural Pipe and tube.”

4. Conform to applicable sections of Certified Ballast Manufacturer’s Association (CBM) Standards for fluorescent Lamp Ballasts.

5. National Electrical Manufacturers Association (NEMA):

a. FA1 Outdoor Floodlighting Equipment.

b. OD3 Physical and Electrical Interchangeability of Photo

Control Devices and Mating Receptacles.

c. SH5 Tubular Steel, Aluminum, and Prestressed Concrete Poles.

6. Conform to applicable sections of National Fire Protection Association

(NFPA) 70, “National Electrical Code”.

7. Underwriters Laboratories, Inc. (UL):

a. 57 Electric Lighting Fixture

b. 1029 High-Intensity-Discharge Lamp Ballasts

c. 1572 High-Intensity-Discharge Lighting Fixtures

8. Conform to all local requirements for maximum pole heights and pole setback distances from property lines.

1.6 DELIVERY, STORAGE, AND HANDLING OF POLES (a) Package aluminum poles for shipping according to ASTM B 660. (b) Store poles on decay-resistant treated skids at least 12 inches (300 mm) above grade and vegetation. Support poles to prevent distortion and arrange to provide free air circulation.

C. Retain factory-applied pole wrappings on poles until just before pole installation. Handle poles with web fabric straps.

D. Deliver exterior lighting fixtures in factory-fabricated containers or wrappings, which

properly protect fixtures from construction debris and physical damage. E. Store exterior lighting fixtures in original wrappings in a clean dry space. Protect

from weather, dirt, fumes, water, construction debris, and damage.

Page 422: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 EXTERIOR LIGHTING

16521-6

F. Handle exterior lighting fixtures carefully to prevent damage, breaking, and scoring. Do not install damaged fixtures or components; remove units from site and replace with new.

G. Sequence exterior lighting installation with other work to reduce possibility of

damage and soiling of fixtures during the remainder of the construction period. 1.7 WARRANTY

(a) General Warranty: Special warranty specified in this Article shall not deprive Owner of other rights Owner may have under other provisions of the Contract Documents and shall be in addition to, and run concurrent with, other warranties made by Contractor under requirements of the Contract Documents.

(b) Special Warranty: Written warranty, signed by manufacturer and Installer agreeing

to replace external parts of luminaires and poles exhibiting a failure of finish as specified below. This warranty is in addition to, and not a limitation of, other rights and remedies Owner may have under requirements of the Contract Documents.

1. Protection of Metal from Corrosion: Warranty against perforation or erosion

of finish due to weathering.

2. Color Retention: Warranty against fading, staining, and chalking due to effects of weather and solar radiation.

3. Warranty Period: Manufacturer's standard, but not less than three years

from date of Substantial Completion.

1.8 EXTRA MATERIALS

(a) Furnish extra materials described below that match products installed and that are packaged with protective covering for storage and identified with labels describing contents.

1. Lamps: 10 for every 100 of each type and rating installed. Furnish at least one of each type.

2. Glass and Plastic Lenses, Covers, and Other Optical Parts: 1 for every 100

of each type and rating installed. Furnish at least one of each type.

3. Ballasts: 1 for every 100 of each type and rating installed. Furnish at least one of each type.

4. Globes and Guards: 1 for every 20 of each type and rating installed.

Furnish at least one of each type. 5. LED Modules (Light Engine and Driver): Furnish one for each type supplied.

PART 2 - PRODUCTS

Page 423: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 EXTERIOR LIGHTING

16521-7

2.1 MANUFACTURERS

(a) Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, the products indicated in the Lighting Fixture Schedule on the Drawings.

(b) Data listed and model numbers shown in the Lighting Fixture Schedule for each

fixture type indicate minimum requirements; and no exceptions will be made. (c) Lighting fixtures shall be as set forth in the Lighting Fixture Schedule on the

Drawings. Substitutions of other fixtures which are truly equivalent or superior to those specified, provided the bid price is not increased, shall be given every reasonable consideration. However, any assumption by a Bidder or Vendor that a less expensive fixture is “equal” is made at his own risk.

2.2 LUMINAIRES

(a) Comply with IESNA RP-8 for parameters of lateral light distribution patterns indicated for luminaires. (b) Metal Parts: Free from burrs, sharp corners, and edges. (c) Sheet Metal Components: Corrosion-resistant aluminum, unless otherwise indicated. Form and support to prevent warping and sagging. (d) Housings: Rigidly formed, weather- and light-tight enclosures that will not warp, sag, or deform in use. Provide filter/breather for enclosed luminaires. (e) Doors, Frames, and Other Internal Access: Smooth operating, free from light

leakage under operating conditions, and arranged to permit relamping without use of tools. Arrange doors, frames, lenses, diffusers, and other pieces to prevent accidental falling during relamping and when secured in operating position. Provide for door removal for cleaning or replacing lens. Arrange to disconnect ballast when door opens.

(f) Exposed Hardware Material: Stainless steel or as indicated on the Drawings. (g) Plastic Parts: High resistance to yellowing and other changes due to aging, exposure to heat, and ultraviolet radiation. (h) Reflecting Surfaces: Minimum reflectance as follows, unless otherwise indicated:

1. White Surfaces: 85 percent.

2. Specular Surfaces: 83 percent.

3. Diffusing Specular Surfaces: 75 percent.

Page 424: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 EXTERIOR LIGHTING

16521-8

(i) Lenses and Refractors: Materials as indicated. Use heat- and aging-resistant, resilient gaskets to seal and cushion lens and refractor in luminaire doors. (j) LED Luminaires: A LED luminaire consists of LED light engine and drive, heat-sink,

fixture housing, and optic assembly where applicable. 1. Temperature: Minimum starting temperature of -30 deg C (-22 deg F),

minimum 40 deg C (104 deg F) ambient temperature rating. 2. Life and Lumen Maintenance: Plus 50,000 hours rated life at greater than

70% lumen maintenance. 3. CRI and CCT: 4000 deg K (± 275 K) CCT and greater than 70 CRI. 4. Transient Voltage Protection: Rated to withstand 10 kV of transient line

surge. 5. Photometric Data and Test Reports: Comply with IESNA LM-79-08, IESNA

LM-80-08, and ANSI C78.377-08. 6. Radio Frequency Interference: Comply with CAP 106B Telecommunications

(Control of Interference) Regulations. 7. Luminaires and components thereof shall comply with UL 8750 Standard of

Safety. 8. Five-year warranty on luminaire including LED light engine and driver. 9. Power Factor: 90 percent minimum. 10. Total Harmonic Distortion Rating: Less than 20 percent. 11. RoHS compliant. 12. Sound Rating: Class A. 13. Overload, short circuit, and thermal protection. 14. LED luminaires must be listed with the Design Lights Consortium or Energy

Star Qualified Products list.

2.3 LUMINAIRE SUPPORT COMPONENTS

(a) Description: Comply with AASHTO LTS-3 for pole or other support structures, brackets, arms, appurtenances, base, and anchorage and foundation. (b) Wind-Load Strength of Total Support Assembly: Adequate to carry support

assembly plus luminaires at indicated heights above grade without failure, permanent deflection, or whipping in steady winds of 100 mph (160 km/h) with a gust factor of 1.3. Support assembly includes pole or other support structures, brackets, arms, appurtenances, base, and anchorage and foundation. Strength Analysis: For each pole type and luminaire combination, multiply the actual equivalent projected area of luminaires and brackets by a factor of 1.1 to obtain the equivalent projected area to be used in pole selection strength analysis.

(c) Finish: Match finish of pole/support structure for arm, bracket, and tenon mount materials. (d) Mountings, Fasteners, and Appurtenances: Corrosion-resistant items compatible with support components.

1. Materials: Will not cause galvanic action at contact points.

Page 425: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 EXTERIOR LIGHTING

16521-9

2. Mountings: Correctly position luminaire to provide indicated light distribution.

3. Anchor Bolts, Nuts, and Washers: Hot-dip galvanized after fabrication unless stainless-steel items are indicated.

4. Anchor-Bolt Template: Plywood or steel.

(e) Pole/Support Structure Bases: As indicated on the Drawings. (f) Provide poles with mast arms, brackets, and bases as indicated on the Drawings.

Poles shall meet all requirements set forth in the Lighting Fixture Schedule on the Drawings. Substitutions shall match exactly the characteristics of the pole specified in the Lighting Fixture Schedule.

(g) Mast arms and pole-top mounting brackets for luminaires shall be manufactured specifically for the pole and luminaire submitted. (h) Coordinate with pole and luminaire manufacturers for assembly details, wind-loading and vibration analysis, and compatibility of materials for electrolysis-free attachment and connection. (i) Structural and Mechanical Design: Use a safety factor of 5.0 for static and dynamic loading of load-bearing components, including cable. (j) Concrete for Pole Foundations: Comply with Division 3 Section "Cast-in-Place Concrete." Size per Drawings. Design Strength: 3000-psig20.7-MPa, 28-day compressive strength. Provide ground rods as required. Rub concrete to a smooth finish. (k) Handholes: Provide manufacturer’s reinforced type removable weatherproof

gasketed coverplate. Provide welded 2-inch (12 mm) threaded grounding lug centered approximately 12 inches above the base. Hand holes shall have a minimum clear access opening of 2-1/2" x 5", unless otherwise noted.

(l) Base Cover: Each pole shall be provided with a two-piece base cover fabricated

from the above-specified alloy. The cover shall be attached to the pole by means of tamperproof hardware.

(m) Anchor Bolts: All anchor bolts shall be fabricated of hot rolled special quality carbon

steel with minimum 50,000 psi yield strength, or as recommended by Manufacturer. Bolts shall be furnished with nuts and washers. All bolts and hardware shall be zinc electro-plated after fabrication.

2.4 FINISHES

(a) Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. (b) Provide finishes on poles, mounting arms/brackets, and luminaires as indicated in the Lighting Fixture Schedule.

Page 426: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 EXTERIOR LIGHTING

16521-10

2.5 SPLICES, TAPS

(a) All splices underground in hand holes or other wet locations shall be waterproof and made with Scotchcast 85 Multi-Mold Splicing Kits, or equal.

(b) All taps in pole bases shall use suitable connectors such as Burndy Type K’s and taped with two layers of 3M Scotch Brand or equal rubber tape and six layers of vinyl plastic electrical tape. Tap wiring to luminaire shall incorporate Bus type HEB waterproof in line fuseholder with this as recommended by ballast manufacturer and #12 XHHW conductors.

(c) Splices in hand holes shall be supported on bricks 8" above bottom of handhole.

Slices shall be kept to a minimum and are prohibited in locations other than hand holes, pull boxes or lighting unit bases, except for retaining circuitry of existing underground wiring where existing poles or wiring are distributed.

PART 3 - EXECUTION 3.1 EXAMINATION

(a) Examine areas and conditions under which roadway, parking and outdoor lighting fixtures are to be installed and substrate which will support lighting fixtures. Notify Contractor in writing of conditions detrimental to proper completion of the work. Do not proceed with the work until unsatisfactory conditions have been corrected in a manner acceptable to the Installer.

3.2 FIELD COORDINATION

(a) The Contractor shall be responsible for all field coordination, including verification of property lines, right of ways and other utilities. (b) Contractor shall locate poles and underground conduits within property lines. Contractor shall locate poles in compliance with local setback requirements.

3.3 INSTALLATION

(a) Concrete Foundations: Construct concrete foundations with 3000 pound, 28-day concrete conforming to Division 3 Section "Cast-in-Place Concrete."

1. Comply with details for reinforcement and for anchor bolts, nuts, and washers. Verify anchor-bolt templates by comparing with actual pole bases furnished.

2. Finish for Parts Exposed to View: Trowel and rub smooth. Comply with

Division 3 Section "Cast-in-Place Concrete" for exposed finish. (b) Install poles in compliance with ANSI C2, with Manufacturer’s written instructions and as follows:

1. Use web fabric slings (not chain or cable) to raise and set poles.

Page 427: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 EXTERIOR LIGHTING

16521-11

2. Mount pole to foundation with leveling nuts, and tighten top nuts to torque

level recommended by pole manufacturer.

3. Secure poles level, plumb, and square. Provide shimming and grouting of pole base to maintain luminaire in a true vertical position.

4. Grout void between pole base and foundation. Use nonshrinking or

expanding concrete grout firmly packed in entire void space.

5. Use a short piece of 1/2-inch- (13-mm-) diameter pipe to make a drain hole through grout. Arrange to drain condensation from interior of pole.

(c) Luminaire Attachment: Fasten to indicated structural supports. (d) Luminaire Attachment with Adjustable Features or Aiming: Attach luminaires and supports to allow aiming for indicated light distribution. (e) Lamp luminaires with indicated lamps according to manufacturer's written instructions. Replace malfunctioning lamps. (f). Install exterior lighting fixtures at locations and heights as indicated in accordance

with fixture manufacturer’s written instructions, applicable requirements of NEC, NECA’s ”Standard of Installation”, NEMA Standards, and with recognized industry practices to ensure that lighting fixtures fulfill requirements.

3.4 UNDERGROUND DUCT LINES

(a) Duct lines shall be polyvinylchloride (PVC) heavy wall plastic ducts for installation without concrete encasement.

(b) Conductors AWG size shall be as indicated on the drawings, minimum number 10

AWG. Conductors shall be type THW. Provide for each 2-wire circuit shown on the drawings a separate green grounding conductor sized in accordance with NEC. Connect to lighting standard as required.

(c) Duct lines shall be installed in a trench minimum 30 inches below grade. Trench

shall be cleaned of all rock, gravel or debris larger than 1/4 inch diameter. Duct lines shall rest on minimum 3-inch clean sand bed and shall have minimum 3 inches clean sand over cover. Trench earth backfill shall be free of rock, gravel or other debris. Open trenches shall be limited to 30 linear feet before backfilling.

(d) Metal conduit sleeves of sufficient size shall be installed in concrete lighting

standard bases to allow the entry/exit of branch circuit wiring. Sleeves shall be capped with bushings.

(e) All elbows and all ducts installed above grade shall be rigid galvanized steel.

Page 428: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 EXTERIOR LIGHTING

16521-12

3.5 GROUNDING

(a) Ground fixtures and metal poles according to Division 16 Section “GROUNDING”.

1. Poles: Install 10-foot (3-m) driven ground rod at each pole as detailed on the drawings.

3.6 CONNECTIONS

(a) Ground equipment: Tighten electrical connectors and terminals according to manufacturer's published torque-tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A and UL 486B.

(b) Ground metal poles/support structures according to Division 16 Section "Grounding."

1. Nonmetallic Poles: Ground metallic components of lighting units and foundations. Connect luminaires to grounding system with No. 6 AWG conductor.

2. Poles: Provide ten-foot driven ground rod at each pole.

3.7 FIELD QUALITY CONTROL

(a) Inspect each installed unit for damage. Replace damaged units. (b) Advance Notice: Give dates and times for field tests. (c) Provide instruments to make and record test results. (d) Tests and Observations: Verify normal operation of lighting units after installing luminaires and energizing circuits with normal power source, and as follows:

1. Measure light intensities at night if specific illumination performance is indicated. Use photometers with calibration referenced to NIST standards.

2. Check intensity and uniformity of illumination.

3. Check excessively noisy ballasts.

(e) Prepare a written report of tests, inspections, observations and verifications indicating and interpreting results. (f) Malfunctioning Fixtures and Components: Replace or repair, then retest. Repeat procedure until units operate properly. (g) Set, adjust, and aim adjustable fixtures at night. Repeat procedure until units provide illumination acceptable to the Owner. (h) Provide for the replacement/restoration of lamps in exterior lighting fixtures, where used for temporary lighting prior to Date of Substantial completion.

Page 429: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Fort Smallwood Park Phase 1B Andrews, Miller & Associates Bid Documents Date: 05/08/14 EXTERIOR LIGHTING

16521-13

(i) At the Date of Substantial Completion, replace lamps in exterior lighting fixtures which are observed to be noticeably dimmed after Contractor’s use and testing, as judged by the Architect.

3.8 CLEANING AND ADJUSTING

(a) Clean units after installation. Use methods and materials recommended by manufacturer.

(b) Adjust aimable luminaires and luminaires with adjustable lamp position to provide

required light distributions and intensities, in night test of system. Verify that measured illuminance values comply with isolux plot diagram values and point-by-point calculations.

(c) Touch up damage to finishes. 3.9 DEMONSTRATION (a) Provide a minimum of four (4) hours of demonstration of luminaire operation.

(b) Upon completion of installation of exterior lighting fixtures and associated electrical

supply circuitry, apply electrical energy to circuitry to demonstrate capability and compliance with requirements. Where possible, correct malfunctioning units at the site, then retest to demonstrate compliance; otherwise, remove and replace with new units, and proceed with retesting.

3.10 LAMP REPLACEMENT AND PROVISION OF SPARE LAMPS

(a) General: At time of substantial completion, replace lamps in luminaires which are

observed to be not functioning properly after Contractor’s use and testing. Provide stock or replacement lamps amounting to 15 percent (but not less than one lamp in each case) of each type and size lamp used in each type fixture.

END OF SECTION

Page 430: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Anne Arundel County, Maryland Department of Public Works Bureau of Engineering

Appendix A – Anne Arundel County Contractor Customer

Service Program

Fort Smallwood Park Phase 1B AACO Project Number P-535900

AACO Proposal Number P-535904

Page 431: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

1 of 2 Revised 3/08 P:\_DBF\1947A009 Fort Smallwood Park\Specs\100% specs\Appendix\46-15 APPENDIX A.doc

ANNE ARUNDEL COUNTY

Fort Smallwood Park Phase 1B Boat Ramp, Parking Lots and Site Improvements

Proposal No.: P535904 Project No.: P535900

APPENDIX "A" CONTRACTOR CUSTOMER SERVICE PROGRAM

Customer Relations Requirements All consultants, contractors, subcontractors, suppliers and etc., are required to assume their part in the County's Customer Oriented Programs. A description of the Department's policy and its action items are as follows: "The Department of Public Works has a customer oriented philosophy that requires all employees, consultants, contractors, etc., to adhere to the five dimensions of quality service." The Five Dimensions of Quality Service Are: 1. Reliability: Is what was promised provided dependably and accurately?

a. Scheduling b. Proper notification c. Traffic control d. Sediment control e. Quality of work

2. Assurance: Are the employees knowledgeable and courteous, and can they express trust and

confidence?

a. Citizen interaction - knowledgeable b. Concerns remedied

3. Empathy: Are caring and individual attention provided?

a. Citizen interaction - polite, courteous b. Callbacks will be treated as part of the construction effort

Page 432: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

2 of 2 Revised 3/08 P:\_DBF\1947A009 Fort Smallwood Park\Specs\100% specs\Appendix\46-15 APPENDIX A.doc

4. Responsiveness: Is there a willingness to help customers and provide proper service?

a. Response to citizen concern within two days. If required work is anticipated to exceed two days, a schedule must be provided indicating when work will be completed.

b. Additionally, follow-up must be accomplished. Whether the work is complete or not,

the follow-up must be done.

5. Tangibles: Are the physical facilities and equipment customer friendly?

a. Traffic control b. Sediment control c. Safe driving - includes control of speed of vehicles d. Sanitary facilities provided for manpower

As a means of ensuring the contractor's participation, each contractor must provide a customer plan and a team composition responsible for adhering to the "Five Dimensions of Customer Service" given previously. Additionally, the plan and the team composition are to be submitted within fourteen (14) calendar days of NTP or concurrent with the contractor's on-site mobilization. The team leader is required to oversee the entire program and be available to assist in resolution of concerns. The other members of the team will provide courteous and prompt assistance to concerns. Any contractor's employee(s) not performing in accordance with the above will be subject to removal from further participation in the project upon written order from the County representative. Failure to participate or respond as required shall be cause for termination of the contract for non-performance.

Page 433: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

Anne Arundel County, Maryland Department of Public Works Bureau of Engineering

Appendix B – Contractor Security Program

Fort Smallwood Park Phase 1B AACO Project Number P-535900

AACO Proposal Number P-535904

Page 434: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

1 of 3 Revised 1/18/12 P:\_DBF\1947A009 Fort Smallwood Park\Specs\100% specs\Appendix\46-16 APPENDIX B.doc

ANNE ARUNDEL COUNTY

Fort Smallwood Park Phase 1B Boat Ramp, Parking Lots and Site Improvements

Proposal No.: P535904 Project No.: P535900

APPENDIX “B”

CONTRACTOR SECURITY PROGRAM

This appendix describes measures to be taken by the contractor to reduce the risk of vulnerability to Anne Arundel County Department of Public Works (DPW) Utility Operations facilities for each of the Homeland Security Threat Advisory Levels. Utility Operations personnel may take measures based on the Department of Public Works Policy and Procedures Manual that will impact the contractor’s work. Consultants, contractors, subcontractors, suppliers, etc. are required to perform their part in this program.

The following measures shall be implemented based on the security threat level declared by Utility Operations.

Standard Practice & Measures

1 Carry identification while on Utility Operations property. Minimum identification may consist of a printed or hand written business card or paper bearing the hiring company’s name, the individual’s name and the signature of the hiring company foreman, supervisor or other representative.

2 Challenge unknown visitors. Request identification and purpose of visit.

3 Review security procedures with personnel.

4 Report suspicious activity (carrying suitcases / containers, photographing, noting or asking questions about operations, pumping or pipeline operations or security measures) to supervision. Supervision determines whether to contact law enforcement and chain of command.

5 Report unidentified vehicles parked or operated in a suspicious manner on or in Utility Operations facilities, equipment or rights-of-way. Notify supervision of infractions. Supervision determines whether to contact law enforcement and chain of command.

Elevated Threat Advisory Level – No Specific Information on Timing or Location

1 Remind personnel to:

a. Carry identification while on Utility Operations property. Minimum identification may consist of a printed or hand written business card or paper bearing the hiring company’s name, the individual’s name and the signature of the hiring company foreman, supervisor or other representative.

b. Challenge unknown visitors.

Page 435: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

2 of 3 Revised 1/18/12 P:\_DBF\1947A009 Fort Smallwood Park\Specs\100% specs\Appendix\46-16 APPENDIX B.doc

c. Request identification and purpose of visit.

2 Cease public tours.

3 If directed by Utility Operations:

a. Remove vehicles and objects (e.g. dumpsters) parked within 25 yards of specified facilities.

b. Park vehicles outside facilities. Implement centralized parking and shuttle service.

c. Report suspicious vehicles or objects to Utility Operations supervision.

d. Verify the identity of individuals entering specified facilities.

e. Facility gates and entrances will be locked, except when passing through. Limit access to essential employees and contractors. Verify the identity of individuals entering facilities. Issue visitor badges to visitors.

f. Inspect buildings, rooms and storage areas not in regular use, daily.

g. Inspect the interior and exterior of buildings for suspicious activities or packages. Check for signs of tampering or indications of unauthorized entry.

4 Utility Operations may:

a. Erect barriers to control the direction of traffic flow and parking.

b. Consult with law enforcement to close public roads and facilities.

Imminent Threat Advisory Level – Threat at Location Impending or Very Soon

1 Remind personnel to:

a. Display identification while on Utility Operations property. Minimum identification may consist of a printed or hand written business card or paper bearing the hiring company’s name, the individual’s name and the signature of the hiring company foreman, supervisor or other representative.

b. Challenge unknown visitors.

c. Request identification of anyone not displaying it and ask the purpose of his or her visit.

2 Limit access to facilities and activities to personnel with legitimate and verifiable need to enter.

a. Cease Public Tours

3 Buildings, rooms, and storage areas will be locked. Inspect baggage, briefcases, and packages brought to the facility.

4 If directed by Utility Operations:

a. Remove vehicles and objects (e.g. dumpsters) parked within 25 yards of specified facilities. Identify owners of vehicles on Utility Operation property. Have unidentified vehicles inspected by law enforcement personnel and, if appropriate, removed.

b. Park vehicles outside facilities. Implement centralized parking and shuttle service.

Page 436: TOC - 1 - Anne Arundel County, Maryland...Sealed bids, addressed to Anne Arundel County, Bid No. P535904, for Fort Smallwood Park Phase IB for the Department of Public Works will be

3 of 3 Revised 1/18/12 P:\_DBF\1947A009 Fort Smallwood Park\Specs\100% specs\Appendix\46-16 APPENDIX B.doc

c. Inspect delivery vehicles and containers entering the facility. Require advance delivery notification and validate credentials of the driver.

d. Implement daily inspections of specified buildings and grounds.

e. Take steps to control access to specified facilities.

f. Facility gates and entrances will be locked, except when passing through. Limit access to essential employees and contractors. Verify the identity of individuals entering facilities. Issue visitor badges to visitors.

g. Inspect buildings, rooms and storage areas not in regular use daily.

h. Inspect the interior and exterior of buildings for suspicious activities or packages. Check for signs of tampering or indications of unauthorized entry.

i. Implement mailroom procedures. Have mail and packages sent to a central, secure location and inspected before distribution.

5 Utility Operations may:

a. Restrict access to specific facilities.

b. Request closure of public roads and facilities in the vicinity of specified facilities.

c. Stop work in part or in total.

d. Erect barriers to control the direction of traffic flow and parking.

e. Consult with law enforcement to close public roads and facilities.

f. Post guards.