MARYLAND DEPARTMENT OF TRANSPORTATION MARYLAND TRANSPORTATION AUTHORITY Baltimore, Maryland

Invitation for Bids

WILLIAM PRESTON LANE JR. MEMORIAL BRIDGE

Contract No. BB-3008-0000

BAY BRIDGE CROSSOVER AUTOMATED LANE CLOSURE SYSTEM

Queen Anne’s County

May 24, 2019

Prospective Bidders who have received this document from a source other than https://emaryland.buyspeed.com/bso/ and wish to assure receipt of any changes or additional materials to the IFB, should immediately log into the eMaryland Marketplace website for this Solicitation so that amendments or other communications are sent directly to them.

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

2018 VERSION 1.0 DRAFT 1 – August 29, 2018 INTENTIONALLY LEFT BLANK

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000

TABLE OF CONTENTS INVITATION FOR BIDS ...... 1 KEY INFORMATION SUMMARY SHEET ...... 1 PROJECT SCOPE OF WORK ...... 2 QUALIFICATIONS AND EXPERIENCE REQUIREMENTS ...... 3 PART A ...... 4

GENERAL INFORMATION ...... 5 GI-1 SPECIFICATIONS ...... 5 GI-2 PROJECT DESCRIPTION ...... 5 GI-3 PROJECT TIME ...... 5 GI-4 PROCUREMENT OFFICER ...... 5 GI-5 CONTRACT MANAGER ...... 6 GI-6 PRE-BID MEETING AND SITE VISIT ...... 6 GI-7 QUESTIONS DUE DATE ...... 7 GI-8 EMARYLAND MARKET PLACE ...... 7 GI-9 BIDDER’S LIST ...... 7 GI-10 ELECTRONIC COMMUNICATIONS ...... 7 GI-11 BID DUE DATE AND SUBMITTAL REQUIREMENTS ...... 8 GI-12 REVISIONS TO THE IFB ...... 9 GI-13 CONTRACTORS RESPONSIBILITY ...... 9 GI-14 BID GUARANTY AND BONDING REQUIREMENTS ...... 10 GI-15 ELECTRONIC FUNDS TRANSFER ...... 12 GI-16 VERIFICATION OF REGISTRATION AND TAX PAYMENT ...... 12 GI–17 ARREARAGES ...... 12 GI-18 BID/PROPOSAL AFFIDAVIT ...... 12 GI-19 CONFIDENTIALITY AGREEMENT INSTRUCTIONS ...... 13 CONTRACT PROVISIONS ...... 14 CP-1 MINORITY BUSINESS ENTERPRISE/AFFIRMATIVE ACTION/CONTRACT COMPLIANCE ...... 15 CP–2 MBE FORMS ...... 16 CP–3 MBE LIQUIDATED DAMAGES ...... 17 CP-4 IMPORTANT INFORMATION REGARDING VETERAN-OWNED SMALL BUSINESS ENTERPRISE (VSBE) BIDDING AND REQUIREMENTS ...... 18 CP-5 HIRING AGREEMENT ...... 19 CP-6 APPRENTICESHIP TRAINING FUND ...... 20 CP-7 INVESTMENT ACTIVITIES IN IRAN ACT ...... 20 CP-8 CONCERNING THE MBE/DBE GOAL ON THIS CONTRACT ...... 21 CP-9 MBE/DBE COMPLIANCE FIELD MEETING ...... 22 PART B ...... 24

PART B-1 ...... 25

CONTRACT PROVISIONS - TECHNICAL ...... 25 MARYLAND MANUAL ON UNIFORM TRAFFIC CONTROL ...... 26 DEVICES (MDMUTCD) REQUIREMENTS ...... 26 NATIONAL COOPERATIVE HIGHWAY RESEARCH PROGRAM (NCHRP) REPORT 350 AND THE MANUAL FOR ASSESSING SAFETY HARDWARE (MASH) IMPLEMENTATION SCHEDULE FOR

i Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000

DEVICES USED IN THE MAINTENANCE OF TRAFFIC AND PERMANENT INSTALLATIONS OF ROADSIDE SAFETY SYSTEMS ...... 27 OCCUPYING WETLANDS ...... 30 HIGH VISIBILITY SAFETY APPAREL POLICY ...... 31 TRAFFIC CONTROL PLAN CERTIFICATION ...... 33 REQUIRED ENVIRONMENTAL PERMITS, APPROVALS AND AUTHORIZATIONS...... 34 ELECTRONIC DATA SUBMISSION REQUIREMENTS FOR GEOGRAPHICAL INFORMATION SYSTEM . 36 SPECIAL PROVISIONS ...... 43 SP 1-1 WORK HOURS ...... 43 SP 1-2 PROGRESS SCHEDULE REQUIREMENTS ...... 43 SP 1-3 CONTRACTOR’S EMPLOYEE IDENTIFICATION ...... 43 SP 1-4 PROGRESS ...... 44 SP 1-5 ACCESS TO PROJECT SITE ...... 44 SP 1-6 REFERENCE DOCUMENTS ...... 44 SP1-7 RIGHT-OF-WAY STATUS ...... 44 SP1-8 GENERAL ENVIRONMENTAL SPECIFICATIONS ...... 45 ENVIRONMENTAL REQUIREMENTS FOR THE ENGINEER’S OFFICE ...... 46 RECYCLING REQUIREMENTS ...... 46 MATERIALS MANAGEMENT/SPILL RESPONSE PLAN ...... 50 GENERAL ENVIRONMENTAL SPECIFICATION – UNIVERSAL WASTES & OZONE DEPLETING SUBSTANCES ...... 54 GENERAL PROVISIONS ...... 65 GP-1.03 ORGANIZATIONAL DEFINITIONS ...... 66 GP-1.05 DEFINITIONS ...... 67 GP-2.06 PREPARATION OF BID ...... 68 GP-4.10 WARRANTY OF CONSTRUCTION ...... 69 GP-5.06 COOPERATION BETWEEN CONTRACTORS ...... 70 GP-5.12 FAILURE TO MAINTAIN ENTIRE PROJECT...... 73 GP-7.05 CONSTRUCTION SAFETY AND HEALTH STANDARDS ...... 74 GP-8.09 LIQUIDATED DAMAGES ...... 82 TERMS AND CONDITIONS ...... 84 TC-2.13 PARTNERING...... 85 TC-4.01 WORKING DRAWINGS ...... 86 TC-4.02 FAILURE TO MAINTAIN PROJECT ...... 93 TC-5.01 INSURANCE ...... 94 TC-5.02 NOTICE TO PROCEED AND PROJECT SCHEDULE ...... 97 TC-5.03 SUBCONTRACTING AND SUBCONTRACTORS...... 98 TC-7.05 PROGRESS PAYMENT ...... 101 CONTRACT SPECIFICATIONS ...... 102 SECTION 100.01 – MISCELLANEOUS WORK ALLOWANCE ...... 103 SECTION 100.02 – WORK RESTRICTIONS FOR PEREGRINE FALCONS ...... 105 SECTION 103.03.06 COMPUTER SYSTEM...... 107 SECTION 104.00 – GENERAL ...... 111 SECTION 104.01 – TRAFFIC CONTROL PLAN (TCP) ...... 112 SECTION 104.04 – TEMPORARY CONCRETE TRAFFIC BARRIER FOR MAINTENANCE OF TRAFFIC .. 128 SECTION 104.07 –ARROW PANEL (AP)...... 129 SECTION 104.08 – TEMPORARY TRAFFIC SIGNS (TTS)...... 130 SECTION 104.09 – TEMPORARY TRAFFIC BARRIER END TREATMENTS ...... 131 SECTION 104.10 – TEMPORARY CRASH CUSHION SAND FILLED PLASTIC BARRELS (SFPB)...... 132 ii Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000

SECTION 104.12 – DRUMS FOR MAINTENANCE OF TRAFFIC ...... 133 SECTION 104.14 – CONES FOR MAINTENANCE OF TRAFFIC ...... 134 SECTION 104.19 – PORTABLE VARIABLE MESSAGE SIGNS (PVMS) ...... 135 SECTION 104.23 PROTECTION VEHICLE...... 136 SECTION 109 – CRITICAL PATH METHOD PROJECT SCHEDULE ...... 137 SECTION 111 — SAMPLING DEVICES, TESTING AND SAFETY EQUIPMENT ...... 138 SECTION 113 – DIGITAL CAMERA ...... 139 SECTION 203 — BORROW EXCAVATION...... 140 SECTION 308 — EROSION AND SEDIMENT CONTROL ...... 141 SECTION 606 - PERMANENT TRAFFIC BARRIER END TREATMENTS ...... 157 SECTION 800.01 - CABLE AND WIRE LABELING ...... 158 SECTION 800.02 - DISCONNECT, PULLBACK AND REROUTE EXISTING CABLE ...... 159 SECTION 800.03 - ITS CABINET IDENTIFICATION NUMBER LABEL ...... 160 SECTION 800.04 - REMOVE, SALVAGE, DISPOSE AND DELIVERY OF EXISTING ITS AND LIGHTING EQUIPMENT ...... 161 SECTION 800.05 – CCTV CAMERA ...... 163 SECTION 800.06 – LED DYNAMIC MESSAGE SIGNS (DMS) ...... 171 SECTION 800.07 – HARDENED ETHERNET SWITCH ...... 188 SECTION 800.08 – ELECTRICAL VAULT ...... 195 SECTION 800.09 – ILLUMINATED PAVEMENT MARKERS ...... 198 SECTION 800.10 – HORIZONTAL SWING GATE ...... 204 SECTION 800.11 – ITS CONTROL CABINETS ...... 212 SECTION 800.12 – SURGE SUPPRESSION ...... 231 SECTION 800.13 – GATE AND IPM CONTROL SHELTER ...... 236 SECTION 800.14 – EQUIPMENT COMMISSIONING, TESTING, AND INTEGRATION SUPPORT ...... 248 SECTION 800.15 – SIGN STRUCTURE IDENTIFICATION NUMBER LABEL ...... 252 SECTION 800.16 WARRANTY SERVICES ...... 254 SECTION 800.17 – ROADWAY GATE AND IPM CONTROLLERS ...... 260 SECTION 800.18 – CONSTRUCTION STAKEOUT, COORDINATION AND APPROVAL ...... 272 SECTION 800.19 – BAND SIGN TO SIGN SUPPORT ...... 274 SECTION 800.20 – TEMPORARY ITS...... 275 SECTION 800.21 – LICENSE PLATE READER CAMERAS ...... 277 SECTION 801 – CONCRETE FOUNDATIONS ...... 282 SECTION 803 – OVERHEAD SIGN STRUCTURES ...... 283 SECTION 805 - ELECTRICAL CONDUITS AND FITTINGS ...... 284 SECTION 807 - ELECTRICAL SERVICE EQUIPMENT ...... 289 SECTION 809 - TRENCHING AND BACKFILLING ...... 292 SECTION 810 - ELECTRICAL CABLE, WIRE, AND CONNECTORS ...... 294 SECTION 811 - ELECTRICAL HAND HOLES, MANHOLES, PULL AND JUNCTION BOXES ...... 299 SECTION 813 - SIGNS ...... 303 SECTION 814 - SIGNAL HEADS ...... 305 SECTION 820 - GENERAL ELECTRICAL WORK AND TESTING ...... 310 SECTION 831 – MISS UTILITY ...... 318 SECTION 834 – ELECTRICAL IDENTIFICATION ...... 332 SECTION 835 – MEDIUM VOLTAGE NON-METALLIC ARMORED CABLES ...... 338 SECTION 838 – MEDIUM-VOLTAGE PAD MOUNTED TRANSFORMERS AND DISTRIBUTION PANELS ...... 347 SECTION 840 - FIBER OPTIC CABLES...... 354 SECTION 841 - FIBER OPTIC CABLE TERMINATIONS AND SPLICING ...... 358 SECTION 843 – FUSES ...... 365 SECTION 875 – UTILITIES STATEMENT ...... 368 SECTION 905 - PIPE ...... 371 SECTION 908 – REINFORCING STEEL ...... 372 SECTION 950 – TRAFFIC MATERIALS ...... 373 iii Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000

SECTION 950.06 - ELECTRICAL CABLE AND WIRE ...... 373 SECTION 950.13 CONTROL AND DISTRIBUTION EQUIPMENT ...... 374 SECTION 950.14 – ELECTRICAL CABLE AND WIRE CONNECTORS ...... 375 SECTION 950.16 FIBER OPTIC CABLES ...... 379 SECTION 950.17 UNDERGROUND UTILITY MARKERS ...... 383 SECTION 964 – FIBER OPTIC SPLICE ENCLOSURE ...... 384 APPENDIX 1: OFFICE OF ENVIRONMENT, SAFETY & RISK MANAGEMENT (OESRM) ...... 387

APPENDIX 2: DISCHARGE / RELEASE NOTIFICATION FORM ...... 393

APPENDIX 3: ASBESTOS ACKNOWLEDGEMENT FORM ...... 397

APPENDIX 4: WPL LUS GANTRY MODIFICATION PROCEDURE ...... 400

PART B-2 ...... 404

ATTACHMENTS ...... 404 BIDDER FORM ...... 405 EXPERIENCE QUESTIONNAIRE FORMS...... 409 PART C ...... 414 BUY AMERICAN STEEL ACT ...... 416 MDOT MBE FORM A ...... 419 MDOT MBE FORM B ...... 421 MDOT MBE FORM C ...... 427 MDOT MBE FORM D ...... 428 MDOT MBE/DBE FORM E ...... 429 BID/PROPOSAL AFFIDAVIT ...... 439 BID GUARANTY ...... 447 BID BOND ...... 450 ESCROW ACCOUNT FOR RETAINED FUNDS ...... 454 CONFIDENTIALITY AGREEMENT ...... 455 SITE VISIT RESPONSE FORM ...... 461 CONTRACT AFFIDAVIT ...... 462 VENDOR ELECTRONIC FUNDS TRANSFER (EFT) ...... 467 MARYLAND DEPARTMENT OF HUMAN SERVICES ...... 469 HIRING AGREEMENT ...... 469 VETERAN-OWNED SMALL BUSINESS ENTERPRISE (VSBE) FORM ...... 474 VSBE PARTICIPATION SCHEDULE ...... 476 STATE OF MARYLAND ...... 477 DEPARTMENT OF LABOR, LICENSING AND REGULATION DIVISION OF LABOR AND INDUSTRY PREVAILING WAGE SECTION ...... 477 PREVAILING WAGE INSTRUCTIONS FOR THE CONTRACTOR & SUBCONTRACTOR ...... 477 STATE OF MARYLAND ...... 482 NOTICE TO VENDORS/CONTRACTORS ...... 482 CONTRACT PROVISIONS ...... 483 APPRENTICESHIP TRAINING FUND ...... 483 WAGE RATES...... 489 CONTRACTOR AFFIRMATIVE ACTION PROGRAM ...... 496

iv Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000

AFFIRMATIVE ACTION REQUIREMENTS UTILIZATION OF MINORITY BUSINESS ENTERPRISES FOR STRAIGHT STATE CONTRACTS...... 513

ii Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000

Invitation for Bids KEY INFORMATION SUMMARY SHEET

CONTRACT NO.: BB-3008-0000 eMM SOLICITATION: MDJ0731045196

TITLE: Bay Bridge Automated Lane Closure System

FACILITY: William Preston Lane, Jr. Memorial Bridge

COUNTY: Queen Anne’s County

ADVERTISED: May 24, 2019

PRE-BID MEETING: June 5, 2019 at 10:00am, local time, at the MDTA Police Building, 2nd floor Conference room at 881 Oceanic Drive, Annapolis, MD 21409 SITE VISIT: June 5, 2019 Immediately following the Pre-Bid Meeting

QUESTIONS DUE DATE June 19, 2019 at 4:00pm, local time. See Section GI-7

PROCUREMENT OFFICER: Jeff Davis Phone # 410-537-1832 Fax # 410-537-7801 Email Address: [email protected]

BIDS ARE TO BE SENT TO: Maryland Transportation Authority - Division of Procurement ATTN: BID BOX 2310 Broening Highway, 1st Floor - Baltimore, MD 21224

BID DUE DATE AND TIME: July 11, 2019 at 2:00 pm, local time.

CLASSIFICATION: Class - G ($10,000,001 to $15,000,000) PROJECT TIME: 852 Calendar Days Construction Period for Substantial Completion / Acceptance. LIQUIDATED DAMAGES: MBE Liquidated Damages – See Section CP-3 Project Liquidated Damages – See Section GP-8.09

MINIMUM MBE GOALS: Overall 12% with no Sub-Goals

MINIMUM VSBE GOAL: 2%

BID DOCUMENTS: Bid documents can be downloaded from https://emaryland.buyspeed.com/bso/. Any questions regarding this website, please contact the eMaryland Marketplace Help Desk at 410-767-1492.

1 Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000

PROJECT SCOPE OF WORK

The project, located in Queen Anne’s County will install an Automated Lane Closure System (ALCS) consisting of a series of integrated Intelligent Transportation System (ITS) devices to advise motorists of closed lanes approaching the eastern shore two-way traffic crossover. The system will be utilized by the William Preston Lane Jr. Memorial Bridge (Bay Bridge) operations and maintenance staff to remotely close lanes to allow contra-flow operations on the north or south bridges, and for incidents.

The ALCS components include:

1. Larger full matrix color dynamic message signs (DMS) to be utilized for enhanced lane use signs (ELUS) on all eastern shore (ground mounted) overhead gantries

2. Four full matrix color DMS to be utilized for ALCS warning messages for contra-flow operations mounted overhead on gantries N-25, N-26 EB & WB, and N-27

3. One full matrix color DMS to be utilized for ALCS warning messages for contra-flow operations ground mounted along MD 8 on-ramp to US 50/301 Westbound

4. 22 gates of various type and arm length to close lanes on approach to eastern shore two-way traffic crossover.

5. Four runs of illuminated pavement markers to be activated during crossover operations supplement the existing pavement markings.

This work includes, but is not limited to:

1. Furnishing and installing ALCS ITS device equipment as noted above and necessary controllers, cabinets, testing, and commissioning.

2. Replacement of all lane use control gantries on the eastern shore, and the addition of three new gantries. All proposed gantries will accommodate the larger ELUS and four DMS for warning messages.

3. Installation of gate and IPM control shelter and maintenance driveway.

4. Replacement and installation of new W-beam traffic barrier and end treatments

5. Installation of new concrete barrier sections

6. Signing and marking

7. Maintenance of Traffic

8. Lighting/electrical and ITS modifications

9. Stormwater Management Facilities

2 Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000

10. Landscaping

11. Erosion and Sediment Control

12. Coordinating with MDTA and providing support to MDTA for ITS integration.

QUALIFICATIONS AND EXPERIENCE REQUIREMENTS

The Prime Contractor, as a firm, shall have at least five (5) years of experience in ITS and electrical construction. Experience of individual officers, employees, or personnel in the Company will not count towards meeting the required five (5) years of experience for the Company. The Prime Contractor needs to be able to provide evidence of performing at least five (5) ITS and electrical construction projects with a value of at least $2.5 million each that are similar in complexity and scope as to the project described within this IFB. In the event that a Joint Venture (JV) will serve as the Prime Contractor, the individual entities of the JV shall each have at least five (5) years’ experience in ITS and electrical construction and have at least five (5) ITS and electrical construction projects with a value of at least $2.5 million each that are similar in complexity and scope as to the project described within this IFB. The JV does not need to have five (5) years’ experience of the JV entities working together as a team. Pertinent work experience shall be submitted with the bid documents (See the Prime Contractor/Joint Venture Experience Questionnaire Form). Each member of the JV Team shall complete the questionnaire form separately.

3 Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

GENERAL INFORMATION Contract No. BB-3008-0000

PART A

4 Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

GENERAL INFORMATION Contract No. BB-3008-0000

GENERAL INFORMATION

GI-1 SPECIFICATIONS

All work on this project shall conform to the Maryland Department of Transportation, State Highway Administration's Specifications entitled, "Standard Specifications for Construction and Materials" dated July, 2018, “Standard Specification” revisions thereof, or additions thereto, and the Special Provisions included in this Invitation for Bids. In addition, all terms and conditions of the standard specifications for construction and materials dated July, 2018, revisions thereof or addition thereto shall apply to this Invitation For Bids unless otherwise specified herein. You can access the SHA’s Standard Specifications for Construction and Materials at the following web site link: www.roads.maryland.gov

All references to the Maryland State Highway Administration’s offices and/or positions shall be construed to mean the Maryland Transportation Authority’s (“MDTA”) corresponding offices and/or positions. Prior to any submittal or contact specified, the Contractor shall have the Construction Project Manager verify that the current office and/or position are shown in the specifications. The MDTA will not be responsible for any loss resulting from the Contractor not verifying the current MDTA office and/or position.

GI-2 PROJECT DESCRIPTION

The project, located in Queen Anne’s County will install an automated lane closure system (ALCS) consisting of a series of integrated intelligent transportation system (ITS) devices to advise motorists on closed lanes approaching the eastern shore two-way traffic crossover. The system will be utilized by the William Preston Lane Jr. Memorial Bridge (Bay Bridge) operations and maintenance staff to remotely close lanes to allow contra-flow operations on the north or south bridges, and for incidents.

GI-3 PROJECT TIME

The time to complete the Project resulting from this IFB shall be for a period of 852 Calendar Days for Substantial Completion / Acceptance.

GI-4 PROCUREMENT OFFICER

The sole point of contact for this IFB prior to the award of any contract is the Procurement Officer at the address listed below: Jeff Davis Division of Procurement Maryland Transportation Authority Phone No. 410-537-7832 2310 Broening Highway Fax No. 410-537-7801 Baltimore, MD 21224 E-mail: [email protected] The MDTA may change the Procurement Officer at any time by written notice to the Contractor.

5 Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

GENERAL INFORMATION Contract No. BB-3008-0000

GI-5 CONTRACT MANAGER

The Contract Manager monitors the daily activities of the Contract and provides guidance to the Contractor. The State Contract Manager is:

Serena Liu, P.E., PTOE Office of Engineering and Construction Maryland Transportation Authority 2400 Broening Highway Baltimore, MD 21222 E-mail: [email protected] Phone No. 410-537-7848 Fax No. 410-537-7803

The MDTA may change the Contract Manager at any time by written notice to the Contractor.

GI-6 PRE-BID MEETING AND SITE VISIT

A Pre-Bid Meeting will be held on June 5, 2019, beginning at 10:00 am, Local Time, at the MDTA Police Building, 2nd floor conference room at 881 Oceanic Drive, Annapolis, MD 21409. Attendance at the Pre-Bid Conference is not mandatory, but all interested Bidders are encouraged to attend to raise questions and/or issues of concern regarding this IFB, gain an understanding of the bidding process, and facilitate better preparation of their bids. In addition, attendance may facilitate the Bidders understanding of the IFB requirements.

A Site Visit will be held on June 5, 2019 immediately following the Pre-Bid Meeting. Attendance at the Site Visit is not mandatory. All interested Bidders are encouraged to attend in order to become familiar with the project environment.

The Site Visit Response Form shall be submitted via email to Jeff Davis at [email protected] with a copy to [email protected] by 4:00pm, local time, on June 3, 2019. This Form serves as a reservation for the Scheduled Site Visit. Accommodations are contingent upon Bidders submitting the Site Visit Response Form.

It is the sole responsibility of the Bidders to familiarize themselves fully with the scope of work and the contents of these specifications. Failure to attend the pre bid conference or site visit does not relieve the successful Bidder from their obligations to comply with all aspects of this bid package for the amount specified in their bid.

As promptly as feasible after the Pre-Bid Meeting, a written summary of the Meeting and all questions and answers known will be distributed electronically via eMaryland Marketplace at https://emaryland.buyspeed.com/bso/.

6 Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

GENERAL INFORMATION Contract No. BB-3008-0000

GI-7 QUESTIONS DUE DATE Please submit all questions in writing to the Procurement Officer: Jeff Davis via email at: [email protected] with a cc to [email protected]. Questions will be received until June 19, 2019 at 4:00 pm, local time. Oral questions will not be entertained. All questions and responses will be published as an Addendum to the solicitation on eMM. Bidders should receive an automatic electronic confirmation email from the MDTAProcurement mailbox once the question is received. If a bidder does not receive an email confirmation, please contact the Procurement Officer immediately. If a bidder does not receive an automatic electronic confirmation email and does not immediately contact the Procurement Officer, MDTA will not be able to accept questions after the question due date, provide answers to questions received after the question due date, or extend the bid due date because of questions not received.

GI-8 eMARYLAND MARKET PLACE eMaryland Marketplace (“eMM”) is an electronic commerce system administered by the Maryland Department of General Services. All associated materials, the solicitation, the summary of the Pre- Bid meeting, bidder’s questions and the Procurement Officers responses, addenda, and other solicitation related information will be provided via eMaryland Marketplace.

A Bidder must be registered on eMM in order to receive a Contract award. Registration is free; should you have any questions regarding registration, please call the eMM Help Desk at 410-767-1492.

GI-9 BIDDER’S LIST

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

• On the eMaryland website;https://emaryland.buyspeed.com/bso/; • Click Open Bids on the Login screen (DO NOT LOG IN to eMaryland); • Open bid opportunities will be listed (you can filter the list by category, if desired); • On the open bids screen, the right hand column is labeled Bid Holders List; • When the solicitation is found, double click the List link to view the Bid Holders List

If you need additional assistance, please contact the eMaryland Helpdesk at (410) 767-1492.

GI-10 ELECTRONIC COMMUNICATIONS

With the exception of questions received prior to the Questions Due date as indicated in GI 7, the MDTA will not accept bids, protests, notices of claim, or claims by any electronic means (including by facsimile or email).

7 Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

GENERAL INFORMATION Contract No. BB-3008-0000

GI-11 BID DUE DATE AND SUBMITTAL REQUIREMENTS

Bids are due no later than 2:00pm, local time, on July 11, 2019. Bids received after the time deadline will be considered late and returned unopened to the Bidder.

A. Bid documents shall be submitted in sealed packaging and include the following information clearly marked and identified on the outside of the package:

• Contract Number • Contract Title • Bid Opening Date • Bidder Name • Bidder Address

B. When submitting your completed bid, the following documents must be submitted:

• All Addenda Acknowledgment Pages • Bid Form • Microsoft Excel Bid Form (Schedule of Prices) provided by MDTA • Buy American Steel Act • MDOT MBE Form A • MDOT MBE Form B • VSBE Utilization Affidavit and Participation - Schedule Form A • Bid Affidavit • Bid Guaranty • Bid Bond • Experience Questionnaire C. If the Bid document package is too large for the bid box, you should alert the Security Guard on duty in the building Lobby, who will notify the Division of Procurement to come to the Lobby and physically receive the Bid.

D. When submitting bid packages via US Mail, Federal Express, DHL, UPS or any other delivery service, the MDTA shall not be responsible for ensuring that the bid reaches the bid box before the time deadline. It may be in your best interest to send the package 24 hours in advance of the deadline. Also, when sending packages this way, make sure that the outside labeling clearly identifies the above referenced information.

E. Please note that all information submitted with your bid is considered public information and will be available for review by the public at time of bid opening or otherwise upon request. Therefore, a Bidder shall identify any portion of its Bid that the Bidder considers to be confidential or proprietary information, and shall provide any justification as to why these materials should not be disclosed by the MDTA. Any information believed to be confidential or proprietary should be placed in a separate envelope and submitted at time of Bid with the bid documents. The separate envelope should be clearly labeled or marked “Confidential”.

8 Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

GENERAL INFORMATION Contract No. BB-3008-0000

The MDTA will make the final determination as to whether or not the documents are confidential in accordance with the provisions of the Maryland Public Information Act, which may be found in the General Provisions Article, Title 4 Annotated Code of Maryland.

F. In the Microsoft Excel Bid Form (Schedule of Prices) provided by MDTA, as described in section GP-2.06, bid amounts for each Line Item, Unit Prices, and Total Amount must be typed numerically. The Microsoft Excel Bid Form must be printed and submitted with your bid. Each line item must be completed with a price; do not leave any items blank. If a specific line item is priced at zero dollars ($0.00), it must be typed as such. Once the Microsoft Excel Bid Form is printed, all changes must be written in ink both numerically and in words, and initialed by the Bidder on the document.

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

H. Each Bidder shall submit with its bid, a fully executed bid bond on the MDTA Bid Bond form provided or any other form of Bid Guaranty offered.

GI-12 REVISIONS TO THE IFB

In the event it becomes necessary to revise any part of the IFB, or if any additional information is required to enable potential Bidders to interpret the provisions of the IFB, an addendum will be issued by MDTA and posted on eMaryland Marketplace. PROSPECTIVE BIDDERS SHOULD REVIEW EMARYLAND MARKETPLACE PERIODICALLY TO DETERMINE WHETHER OR NOT MDTA HAS ISSUED AN ADDENDUM TO THIS IFB. MDTA is not responsible for notifying Bidders of addendums to the IFB other than by posting addendums on eMaryland Marketplace.

If an Addenda has revised any of the required Bid documents, make sure that you submit the revised pages in your bid. Pricing submitted shall reflect any and all changes made through an Addenda.

GI-13 CONTRACTORS RESPONSIBILITY

A. This IFB is to be read and construed as a whole.

B. Bidders agree to comply with each and every section, subsection and addendum of this solicitation. Failure to comply will result in the rejection of the Bid. Bidders shall not change or alter any Attachment or alter any other State attachments or the Bid will be rejected.

C. Each Bidder is responsible for fully reading and understanding the terms and conditions of this IFB. Any Bidder finding any discrepancy in or omission from the IFB, or who is in doubt as to the meaning of any provision of this IFB, must direct questions or requests for clarification in writing to the Procurement Officer at the earliest possible time.

D. If the Bid submitted for this contract is One Hundred Thousand Dollars ($100,000.00) or more, the Awardee shall furnish both a Payment Bond and also a Performance Bond in the full amount

9 Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

GENERAL INFORMATION Contract No. BB-3008-0000

of Contract Award as security for the completion of the Contract, in accordance with the Plans, Specifications and Special Provisions. (Refer to COMAR 21.07.02.10 for a sample of forms.)

E. The Awardee shall begin work as specified in the "Notice to Proceed".

F. Awardee shall guarantee that all work performed under this contract will be done in accordance with the Specifications and Special Provisions and in a good workmanlike manner and to guarantee to renew or repair any work which may be rejected due to defective materials or workmanship prior to final acceptance of the work.

G. Awardee shall do all "Extra Work" required to complete the work contemplated at unit prices or lump sums to be agreed upon in writing prior to starting such extra work. If unit prices or lump sums cannot be agreed upon, Awardee agrees to perform such work on a "Force Account" basis, as provided by the General Provisions.

H. Awardee shall supply such additional information as may be required by the Specifications.

GI-14 BID GUARANTY AND BONDING REQUIREMENTS

A Bid Security totaling five percent (5%) of the bid amount will be required on bids of $100,000 or more.

No bid will be considered for any Contract in excess of $100,000 unless accompanied by a guaranty in the amount not less than five percent (5%) of the amount bid.

A Bidder who elects to furnish a Bid Bond is requested to use the form provided with this IFB. On all Bid Bonds, the amount should be specified in dollars, both in words and in figures, or in percentages.

A Bidder who elects to furnish a blank check as security shall complete the Bid Guaranty Form provided with this IFB.

A. Acceptable security for bid, performance, and payment bonds is limited to:

1. A bond in a form satisfactory to the State underwritten by a surety company authorized to do business in this State;

2. A bank certified check, bank cashier's check, bank treasurer's check, cash, or trust account;

3. Pledge of securities backed by the full faith and credit of the United States government or bonds issued by the State of Maryland;

4. An irrevocable letter of credit in a form satisfactory to the Attorney General and issued by a financial institution approved by the State Treasurer. or

5. For performance security, on construction contracts, the grant of a mortgage or deed of trust on real property located in the State of Maryland when: 10 Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

GENERAL INFORMATION Contract No. BB-3008-0000

a. The face amount of the instrument does not exceed seventy-five percent (75%) of the contractor’s equity interest in the property, and

b. The assignment of the mortgage or deed of trust is recorded in the county land records pursuant to Real Property Article, § 3-106 Annotated Code of Maryland.

c. The assignment of the mortgage or deed of trust is recorded in the county land records pursuant to Real Property Article, § 3-103, Annotated Code of Maryland.

B. When a bidder elects to use cash as security for bid, performance and payment bonds the acceptance of the cash security shall be acknowledged by a written receipt signed by the head of the General Accounting Division or his designee, and included in the Bidders bid package at the time of bid opening.

C. Surety Bond Assistance Program

Small businesses may qualify for assistance in obtaining bid, performance and payment bonds through the Maryland Small Business Development Financing Authority (MSBDFA). MSBDFA can directly issue bid, performance or payment bonds up to $5 million. MSBDFA may also guarantee up to 90% of a surety’s losses resulting from a contractor’s breach of bid, performance or payment bond or $1,350,000, whichever is less. Bonds issued directly by the MSBDFA Surety Bond Program (Program) will remain in effect for the term of the contract. Bond guarantees will remain in effect for the term of the bond. To be eligible for bonding assistance, an applicant must:

1. Have its principal place of business in Maryland or be a Maryland resident;

2. First be denied bonding by at least one surety in both the standard and specialty markets within 90 days of submitting a bond application to MSBDFA;

3. Employ fewer than 500 full-time employees or have gross sales of less than $50 million annually;

4. Not subcontract more than 75 percent of the work;

5. Have good moral character and a history of financial responsibility;

6. Demonstrate that the contract will have a substantial economic impact; and

7. Never have defaulted on any loan or financial assistance made or guaranteed by MSBDFA.

Applicants are encouraged to apply for loan assistance under the Program through their respective bonding agents. Questions regarding the bonding assistance program shall be referred to:

Maryland Small Business Development Financing Authority c/o Meridian Management Group, Inc. 826 East Baltimore Street Baltimore, Maryland 21202 11 Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

GENERAL INFORMATION Contract No. BB-3008-0000

Phone: 410-333-2548 Fax: 410-333-2552 Email: [email protected]

GI-15 ELECTRONIC FUNDS TRANSFER

By submitting a response to this IFB, the Bidder agrees to accept payments by electronic funds transfer unless the MDTA grants an exemption. The selected Bidder shall register using the Maryland Transportation Authority, Vendor Electronic Funds Transfer (EFT) Registration Request Form. Any request for exemption must be submitted to the MDTA’s Office of Finance for approval at the address specified on the EFT Registration Request Form and must include the business identification information as stated on the form and the reason for the exemption.

GI-16 VERIFICATION OF REGISTRATION AND TAX PAYMENT

Before a corporation can do business in the State of Maryland it must be registered with the Department of Assessments and Taxation, State Office Building, Room 803, 301 West Preston Street, Baltimore, Maryland 21201. It is strongly recommended that any potential Bidder complete registration prior to the due date for receipt of Bids. A Bidder’s failure to complete registration with the Department of Assessments and Taxation may disqualify an otherwise successful Bidder from final consideration and recommendation for Contract award.

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

Forms can be obtained via the Maryland Department of Assessments and Taxation web site at: www.dat.state.md.us.

GI–17 ARREARAGES

By submitting a response to this Invitation For Bids, a Bidder shall be deemed to represent that is not in arrears in the payment of any obligation due and owing the State of Maryland, including the payment of taxes and employee benefits, and that it shall not become so in arrears during the term of the contract if selected for contract award.

GI-18 BID/PROPOSAL AFFIDAVIT

The Bid/Proposal Affidavit must be completely filled out and signed by all the parties as indicated. Bidders shall affirm to each item by entering the word “none” in the space provided. The Bid/Proposal Affidavit shall be signed by an authorized representative of the Company, if signed by someone other than the President of the Company, a Corporate Resolution must be submitted with the Bid, verifying signatory authority on behalf of the Company.

12 Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

GENERAL INFORMATION Contract No. BB-3008-0000

GI-19 CONFIDENTIALITY AGREEMENT INSTRUCTIONS

As part of this Invitation for Bids (IFB), all Bidders desiring to obtain a copy of the drawings for this Project must complete, sign, and submit a notarized Confidentiality Agreement. Once MDTA receives the signed notarized Confidentiality Agreement, an e-mail confirmation will be sent to the Bidder, and drawings will be distributed. The Division of Procurement (DOP) will accept signed and notarized Confidentiality Agreements in person or by mail. Bidders requesting documents be mailed to them will be billed upon receipt via Federal Express. Bidders requesting documents may also provide their Federal Express number to the email address [email protected] before mailing, if preferred.

All Bidders receiving confidential information are responsible for securing such information. All Bidders are responsible for ensuring that all of their employees, subcontractors, consultants, sub- consultants, and other related entities (“Team Members”) who will view any MDTA confidential information sign the Confidentiality Affidavit (Exhibit A of the Confidentiality Agreement) and receive and read a copy of the Confidentiality Agreement prior to viewing any confidential information. Bidders may make additional copies of the Confidentiality Agreement and Affidavit as necessary for signature by its Team Members. Bidders are responsible for keeping a copy of the executed Affidavits and submitting the original to the MDTA Division of Procurement.

Any Bidder that fails to sign a Confidentiality Agreement will be unable to obtain a copy of the Project drawings. The reproduction of Project drawings or release of MDTA confidential information by any means is strictly prohibited.

This solicitation requires that a Confidentiality Agreement be completed, executed, and returned to the MDTA. Be advised that all executed Confidentiality Agreements are considered Public Information subject to disclosure under the Maryland Public Information Act (PIA); therefore, the MDTA will maintain a Plan Holder's List of all firms who submit an executed Agreement. The MDTA will provide any requestor a copy of the Plan Holder's List and a copy of the executed Confidentiality Agreement if requested.

13 Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

CONTRACT PROVISIONS Contract No. BB-3008-0000

CONTRACT PROVISIONS

14 Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

CONTRACT PROVISIONS Contract No. BB-3008-0000

CP-1 MINORITY BUSINESS ENTERPRISE/AFFIRMATIVE ACTION/CONTRACT COMPLIANCE

A. This Contract is subject to Executive Order 01.01.2007.16, (Code of Fair Practices). This Contract is subject to the applicable provisions of Title 14, Subtitle 3 of State Finance and Procurement Article; COMAR 21.11.03, Minority Business Enterprises Policies; and COMAR 21.11.04, Contractor Affirmative Action Program Manual, MDTA; and the provisions of COMAR 11.01.10 which incorporates by reference the Minority Business Enterprise Program Manual. Copies of the Minority Business Enterprise Program Manual may be requested from the Maryland Department of Transportation (MDOT), Office of Minority Business Enterprise Office, located at 7201 Corporate Center Drive, Hanover, MD 21076 or can be found on the MDOT website at:

http://www.mdot.maryland.gov/Office%20of%20Minority%20Business%20Enterprise/Resourc es%20Information.

This Contract is also subject to all applicable federal and State laws and regulations pertaining to Minority Business Enterprise and Affirmative Action.

B. An overall MBE subcontract participation goal of Twelve percent (12%) of the total contract dollar amount, including all renewal option terms, if, any, has been established for this procurement.

By submitting a response to this solicitation, the Bidder acknowledges the overall MBE subcontractor participation goal, and commits to achieving the goal by utilizing certified minority business enterprises or requests a full or partial waiver of the goal.

NOTE: New Guidelines Regarding MBE Prime Self-Performance. Please note that when a certified MBE firm participates as a prime contractor on a contract, a procurement agency may count the distinct, clearly defined portion of the work of the contract that the certified MBE firm performs with its own forces toward fulfilling up to fifty-percent (50%) of the MBE participation goal (overall) and up to one hundred percent (100%) of not more than one of the MBE participation subgoals, if any, established for the contract.”.

15 Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

CONTRACT PROVISIONS Contract No. BB-3008-0000

CP–2 MBE FORMS

A. A Bidder shall include with their Bid:

1. A completed MDOT MBE Form A, Certified MBE Utilization and Fair Solicitation Affidavit, whereby the Bidder acknowledges the certified MBE participation goal and subgoals or requests a waiver, commits to make a good faith effort to achieve the goal and affirms that the MBE subcontractors were treated fairly in the solicitation process. Use the attached form only.

COMAR 21.11.03.08 C (5). If the bidder fails to accurately complete and submit this affidavit as required, the bid shall be deemed non-responsive.

2. A completed MDOT MBE Form B, MBE Participation Schedule, whereby the Bidder responds to the degree of MBE participation as stated in the solicitation, by identifying the specific commitment of certified MBE’s at the time of submission. The Bidder shall specify the percentage of Contract value associated with each MBE subcontractor. Use the attached form only.

B. Within ten (10) working days from notification that it is the apparent lowest Bidder and apparent awardee, the apparent awardee shall provide the following documentation to the Procurement Officer:

1. A completed MDOT MBE Form C, Outreach Efforts Compliance Statement.

2. A completed MDOT MBE Form D, Subcontractor Project Participation Affidavit.

3. If the apparent awardee has requested a waiver (in whole or part) of the overall MBE goal or any subgoal as part of the previously submitted MDOT MBE Form A, it shall submit: a completed MDOT MBE Form E, Good Faith Efforts Guidance and Documentation Form; and documentation supporting the waiver request that complies with COMAR 21.11.03.11, within the ten (10) working days with MDOT MBE FORM C, MDOT MBE FORM D and MDOT Form E.

C. If the apparent awardee fails to return the required documentation within the allotted ten (10) days, the Procurement Officer may determine that the apparent awardee is not responsible and therefore not eligible for contract award.

D. If the MBE Forms are not submitted with your bid, your bid shall be rejected from consideration. If the MBE Forms are not completed and accurately submitted, your bid shall be rejected from consideration.

16 Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

CONTRACT PROVISIONS Contract No. BB-3008-0000

CP–3 MBE LIQUIDATED DAMAGES

The Contract that will result from the solicitation will require the Contractor to make good faith efforts to comply with the Minority Business Enterprise (“MBE”) Program and Contract provisions. The MDTA and the Contractor acknowledge and agree that the State will incur damages, including but not limited to loss of goodwill, detrimental impact on economic development, and diversion of internal staff resources, if the Contractor does not make good faith efforts to comply with the requirements of the MBE Program and MBE contract provisions. The parties further acknowledge and agree that the damages the State might reasonably be anticipated to accrue as a result of such lack of compliance are difficult to ascertain with precision and that liquidated damages present a fair, reasonable, and appropriate estimation of damages.

Therefore, upon a determination by the MDTA that the Contractor failed to make good faith efforts to comply with one or more of the specified MBE Program requirements or Contract provisions and without the MDTA being required to present any evidence of the amount or character of actual damages sustained, the Contractor agrees to pay liquidated damages to the MDTA at the rates set forth below. Such liquidated damages are intended to represent estimated actual damages and are not intended as a penalty. The Contractor expressly agrees that the MDTA may withhold payment on any invoices as a set-off against liquidated damages owed. The Contractor further agrees that for each specified violation, the agreed upon liquidated damages are reasonably proximate to the loss the State is anticipated to incur as a result of such violation.

A. Failure to submit each monthly payment report in full compliance with COMAR 21.11.03.13B (3): $23.00 per day until the monthly report is submitted as required.

B. Failure to include in its agreements with MBE subcontractors a provision requiring submission of payment reports in full compliance with COMAR 21.11.03.13B (4): $82.00 per MBE subcontractor.

C. Failure to comply with COMAR 21.11.03.12 in terminating, canceling, or changing the scope of work/value of a contract with an MBE subcontractor and/or amendment of the MBE participation schedule: the difference between the dollar value of the MBE participation commitment on the MBE participation schedule for that specific MBE firm and the dollar value of the work performed by that MBE firm for the contract.

D. Failure to meet the Contractor’s total MBE participation goal and subgoal commitments: the difference between the dollar value of the total MBE participation commitment on the MBE participation schedule and the MBE participation actually achieved.

Notwithstanding the use of liquidated damages, the MDTA reserves the right to terminate the contract and exercise all other rights and remedies provided in the contract or by law.

17 Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

CONTRACT PROVISIONS Contract No. BB-3008-0000

CP-4 IMPORTANT INFORMATION REGARDING VETERAN-OWNED SMALL BUSINESS ENTERPRISE (VSBE) BIDDING AND REQUIREMENTS

Veteran-owned Small Business Enterprises, or VSBEs, MUST be verified by the Center for Veterans Enterprise of the United States Department of Veterans Affairs. The VSBE list can be found at http://www.vetbiz.gov.

Questions or concerns regarding the VSBE requirements of this IFB must be raised before the opening of bids.

NOTE: New Guidelines Regarding VSBE Prime Self-Performance. Please note that when a certified VSBE firm participates as a prime contractor on a contract, a procurement agency may count the distinct, clearly defined portion of the work of the contract that the certified VSBE firm performs with its own forces toward fulfilling up to one hundred percent (100%) of the VSBE participation goal.

PURPOSE

Contractor shall structure its procedures for the performance of work required in this contract to attempt to achieve the VSBE goal stated in the Invitation for Bids. VSBE performance must be in accordance with this Section and as authorized by Code of Maryland Regulations (COMAR) 21.11.13. Contractor agrees to exercise all good faith efforts to carry out the requirements set forth in this Section.

VSBE GOALS

A VSBE subcontract participation goal of __two percent______(_2_%) of the total contract dollar amount has been established for this procurement. By submitting a response to this solicitation, the Bidder agrees that this percentage of the total dollar amount of the contract will be performed by verified VSBEs.

SOLICITATION AND CONTRACT FORMATION

A Bidder must include with its bid a completed VSBE Utilization Affidavit whereby:

1. the Bidder acknowledges it a) intends to meet the VSBE participation goal; or b) requests a full or partial waiver. If the Bidder commits to the full VSBE goal or requests a partial waiver, they shall commit to making a good faith effort to achieve the stated goal.

2. the Bidder responds to the expected degree of VSBE participation as stated in the solicitation, by identifying the specific commitment to VSBEs at the time of submission. The Bidder shall specify the percentage of contract value associated with each VSBE subcontractor identified on the VSBE Participation Schedule.

If a Bidder fails to submit the VSBE Utilization Affidavit with the bid as required, the Procurement Officer may determine that the bid is non-responsive.

18 Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

CONTRACT PROVISIONS Contract No. BB-3008-0000

Within ten (10) working days from notification that it is the apparent awardee, the awardee must provide the following documentation to the Procurement Officer:

1. VSBE Participation Schedule;

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

3. Any other documentation required by the Procurement Officer to ascertain Bidder responsibility in connection with the VSBE participation goal.

If the apparent awardee fails to return each completed document within the required time, the Procurement Officer may determine that the apparent awardee is not responsible and therefore not eligible for contract award.

CONTRACT ADMINISTRATION REQUIREMENTS

Contractor shall:

1. Submit monthly to the MDTA a report listing any unpaid invoices, over 45 days old, received from any VSBE subcontractor, the amount of each invoice and the reason payment has not been made.

2. Include in its agreements with its VSBE subcontractors a requirement that those subcontractors submit monthly to the MDTA a report that identifies the prime contract and lists all payments received from Contractor in the preceding 30 days, as well as any outstanding invoices, and the amount of those invoices.

3. Maintain such records as are necessary to confirm compliance with its VSBE participation obligations. These records must indicate the identity of VSBE and non-VSBE subcontractors employed on the contract, the type of work performed by each, and the actual dollar value of work performed. Subcontract agreements documenting the work performed by all VSBE participants must be retained by the Contractor and furnished to the Procurement Officer on request.

4. Consent to provide such documentation as reasonably requested and to provide right-of-entry at reasonable times for purposes of the State’s representatives verifying compliance with the VSBE participation obligations. Contractor must retain all records concerning VSBE participation and make them available for State inspection for three years after final completion of the contract.

5. At the option of the procurement agency, upon completion of the contract and before final payment and/or release of retainage, submit a final report in affidavit form and under penalty of perjury, of all payments made to, or withheld from VSBE subcontractors.

CP-5 HIRING AGREEMENT

By submitting a bid in response to this solicitation, the Bidder agrees to execute and comply with the enclosed Maryland Department of Human Resources (DHR) Hiring Agreement. The Hiring 19 Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

CONTRACT PROVISIONS Contract No. BB-3008-0000

Agreement is to be executed by the Bidder and delivered to the Procurement Officer within ten (10) days following receipt of notice by the Bidder that it is being recommended for contract award. The Hiring Agreement will become effective concurrently with the award of the contract.

The Hiring Agreement provides that the Contractor and DHR will work cooperatively to promote hiring by the Contractor of qualified entry-level Maryland Temporary Cash Assistance customers to fill entry-level job openings resulting from this procurement, in accordance with Section 13-224 of the State Finance and Procurement Article of the Annotated Code of Maryland

CP-6 APPRENTICESHIP TRAINING FUND

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

CP-7 INVESTMENT ACTIVITIES IN IRAN ACT

Companies appearing on the Investment Activities in Iran list are ineligible for Award. This list can be found at www.bpw.state.md.us.

A Company listed on the Investment Activities in Iran list is ineligible to bid on, submit a proposal for, or renew a contract for goods and services with a State agency or any public body of the State. Also ineligible are any parent, successor, subunit, direct or indirect subsidiary of, or any entity under common ownership or control of, any listed company.

In addition, all bidders must complete the Certification Regarding Investment Activities in Iran included herein and submit at time of bid.

20 Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

CONTRACT PROVISIONS Contract No. BB-3008-0000 1 of 1

NOTICE TO CONTRACTORS

CP-8 CONCERNING THE MBE/DBE GOAL ON THIS CONTRACT

The Maryland Department of Transportation is committed to providing the maximum amount of contracting opportunities to certified Minority Business Enterprises (MBEs) and Disadvantaged Business Enterprises (DBEs). The previously established policy excluded consideration of the cost of supplying structural steel for MBE/DBE participation since there were no structural steel manufacturers certified by MDOT. This exemption is no longer applicable since MBE/ DBE firms have been certified under this category.

The Administration reserves the right to verify the accuracy of the dollar value included on the Contractor’s Affirmative Action Plan, including the value associated with the manufacture, supply, and installation of structural steel.

21 12-03-09

CONTRACT PROVISIONS Contract No. BB-3008-0000 MBE/DBE COMPLIANCE FIELD MEETING 1 of 1

NOTICE TO CONTRACTORS

CP-9 MBE/DBE COMPLIANCE FIELD MEETING

An MBE/DBE compliance Field Meeting will be conducted to review the responsibilities of the Administration and the Contractor’s personnel relative to MBE/DBE Compliance and documentation. The meeting will be held within two weeks after starting work on the project.

The Construction Project Engineer, who will notify the following of the date, time and location, will arrange the meeting. At least one week advanced notice will be required.

A. Administrative Representatives.

1. Director, Division of Statutory Program Compliance

2. Compliance Programs Manager

3. Area Engineer

4. Construction Project Engineer

B. Contract Representatives.

1. Superintendent - Prime Contractor

2. Equal Opportunity Officer - Prime Contractor

3. Owner/Superintendent/Foreman MBE/DBE - Subcontractor

The Construction Project Engineer and Equal Opportunity Representative will jointly conduct the meeting. The Contractor shall notify the appropriate subcontractors and ensure their attendance.

22 10-31-08

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000

CP-10 MARYLAND HEALTHY WORKING FAMILIES ACT REQUIREMENTS

On February 11, 2018, the Maryland Healthy Working Families Act went into effect. All offerors should be aware of how this Act could affect your potential contract award with the State of Maryland. See the Department of Labor, Licensing and Regulations web site for Maryland Healthy Working Families Act Information: http://dllr.maryland.gov/paidleave/.

23

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000

PART B

24

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000

PART B-1

CONTRACT PROVISIONS - TECHNICAL

25

CONTRACT PROVISIONS Contract No. BB-3008-0000 MARYLAND MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (MdMUTCD) REQUIREMENTS 1 of 1

NOTICE TO ALL HOLDERS OF THIS CONTRACT DOCUMENT

MARYLAND MANUAL ON UNIFORM TRAFFIC CONTROL

DEVICES (MdMUTCD) REQUIREMENTS

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

26 05-30-17

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

CONTRACT PROVISIONS Contract No. BB-3008-0000 (NCHRP) REPORT 350 AND MASH IMPLEMENTATION SCHEDULE 1 of 3

CONTRACT PROVISIONS

NOTICE TO ALL HOLDERS OF THIS CONTRACT DOCUMENT

NATIONAL COOPERATIVE HIGHWAY RESEARCH PROGRAM (NCHRP) REPORT 350 AND THE MANUAL FOR ASSESSING SAFETY HARDWARE (MASH) IMPLEMENTATION SCHEDULE FOR DEVICES USED IN THE MAINTENANCE OF TRAFFIC AND PERMANENT INSTALLATIONS OF ROADSIDE SAFETY SYSTEMS

Except as otherwise specified in this section, all items for the temporary traffic control, including those listed under the following categories and permanent roadside hardware such as concrete barriers, W-beam barriers, cable barriers, end terminals, crash cushions, sign supports and all other breakaway hardware, shall be crashworthy in conformance with the appropriate test level as required by the safety crash testing and performance criteria published in the National Cooperative Highway Research Program (NCHRP) Report 350, “Recommended Procedures for the Safety Performance Evaluation of Highway Features” or the Manual for Assessing Safety Hardware (MASH). When conformance with NCHRP Report 350 or MASH is required, provide the Engineer with the manufacturers’ certifications that the devices comply with the specified criteria. All temporary and permanent roadside devices shall comply with MASH 2016 criteria by the relevant dates in accordance with the Joint Implementation Agreement memorandum dated January 7, 2016 between the American Association of State Highway and Transportation Officials (AASHTO) and Federal Highway Administration (FHWA). This document may be downloaded from: https://safety.fhwa.dot.gov/roadway_dept/policy_guide/road_hardware/docs/memo_joint_implemen tation_agmt.pdf

Unless specifically waived in the Contract Documents, only devices approved by the Administration may be used. For permanent end treatments and attenuators, the Contractor shall refer to the Maryland Department of Transportation – State Highway Administration (MDOT-SHA) Qualified Products List to select the appropriate, MASH compliant, hardware. Permanent installations of roadside hardware shall conform to all applicable standards as required by the MDOT-SHA Book of Standards for Highways and Incidental Structures.

TEMPORARY INSTALLATIONS:

Category 1 Devices

These devices include 36 inch cones, tubular markers, flexible delineator posts, and drums, none of which have any accessories or attachments, and are used for channelization and delineation.

27 08-07-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

CONTRACT PROVISIONS Contract No. BB-3008-0000 (NCHRP) REPORT 350 AND MASH IMPLEMENTATION SCHEDULE 2 of 3

Category 2 Devices

These devices include Type I, II, and III barricades, portable sign supports with signs, intrusion alarms, drums, vertical panels, and 36 inch cones, any of which having accessories or attachments

Category 3 Devices

A. Truck Mounted Attenuators (TMAs) and Trailer Truck Mounted Attenuators (TTMAs).

B. Temporary Barrier.

1. Concrete Barrier.

2. Traffic Barrier W Beam and Water Filled Barrier.

3. Steel/Aluminum Barrier.

C. Temporary End Treatments.

Category 4 Devices

These devices include area lighting supports, arrow panels, and portable variable message signs that may be portable or trailer-mounted.

Category 1, 2 and 3 devices shall always conform to NCHRP Report 350 or MASH Criteria. The AASHTO/FHWA Joint Implementation Agreement for MASH states that temporary work zone devices including category 4 devices manufactured after 12/31/2019 must be successfully tested to the 2016 edition of MASH before 12/31/2019 and relevant devices manufactured on or before 12/31/2019 and successfully tested to NCHRP 350, the 2009 edition of MASH, or otherwise authorized may continue to be used throughout their normal service life. Use of Category 4 devices shall comply with the provisions of Part 6 of the MD MUTCD.

PERMANENT INSTALLATIONS:

Per the AAHSTO/FHWA Joint Implementation Agreement, the implementation dates below apply to both new and replacement installations of roadside safety hardware on National Highway System (NHS) roadways (All references to “new permanent installations” involve the installation of roadside safety hardware where none previously existed. All references to “full replacements” involve the replacement of all components of existing roadside safety hardware):

December 31, 2017: Contracts with bid openings after this date shall be required to meet MASH testing criteria for all new permanent installations and full replacements of W-beam guardrail and cast-in-place concrete barriers.

28 08-07-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

CONTRACT PROVISIONS Contract No. BB-3008-0000 (NCHRP) REPORT 350 AND MASH IMPLEMENTATION SCHEDULE 3 of 3

June 30, 2018: Contracts with bid openings after this date shall be required to meet MASH testing criteria for all new permanent installations and full replacements of W-beam end treatments (tangent terminals only).

December 31, 2018: Contracts with bid openings after this date shall be required to meet MASH testing criteria for all new permanent installations and full replacements of cable barrier, cable barrier terminals, and crash cushions.

December 31, 2019: Contracts with bid openings after this date shall be required to meet MASH testing criteria for all new permanent installations and full replacements of bridge rail, transitions, longitudinal barrier, sign supports, and all other breakaway hardware (such as flared, double-sided, or median end treatments) and all other breakaway hardware.

29 08-07-18

CONTRACT PROVISIONS Contract No. BB-3008-0000 OCCUPYING WETLANDS 1 of 1

OCCUPYING WETLANDS

The Contractor is hereby alerted to the importance of preserving wetland areas. The Administration, in conjunction with the various environmental agencies, has developed these Contract Documents so as to minimize or eliminate disturbance and damage to existing wetland areas. In order to accomplish this, the following must be rigidly adhered to: a. Prior to performing any work on the project, the areas of wetland will be identified and marked as directed by the Administration. All personnel of the Contractor or sub-contractors shall be alerted to these designated areas. b. The Contractor or sub-contractors shall not impact any wetland or waterway, whether it be permanently or temporarily unless otherwise stipulated in the permit application and approved as an authorized action by the appropriate regulatory agency. No fill shall be placed in these areas without a permit. c. If a Contractor or sub-contractor has to impact a wetland or waterway that is not covered by an existing wetland permit, they shall immediately notify the Engineer. The Engineer will notify the Environmental Programs Division to determine the extent of any permit modification. At that time the Environmental Programs Division will request a permit modification or submit a permit application. d. If the Contractor impacts any wetland or waterway for which they do not have a wetland permit, they shall be responsible for restoring the wetland areas and possibly mitigating the wetland impacts to the full satisfaction of the environmental agencies, which could include monetary compensation. e. The cost of restoration and mitigation of the impacted areas shall be at no additional cost to the Administration.

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

30 05-30-17

CONTRACT PROVISIONS Contract No. BB-3008-0000 HIGH VISIBILITY SAFETY APPAREL POLICY 1 of 2

NOTICE TO ALL HOLDERS OF THIS CONTRACT DOCUMENT

HIGH VISIBILITY SAFETY APPAREL POLICY

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

STATEMENT OF POLICY. a. The High Visibility Safety Apparel Policy provides a standardized apparel program. b. The program seeks to improve the visibility of all persons who work on Administration highways and rights-of-way. c. All apparel shall contain the appropriate class identification label. d. Compliance with this policy is retroactive and becomes effective immediately. All affected employees shall receive high visibility apparel awareness training.

APPLICABILITY. This policy applies to all Administration employees and all other persons who work on Administration highways and rights-of-way. All workers shall wear, at a minimum, Class 3 ANSI/ISEA 107/2015 apparel. a. For Administration employees, this apparel shall have a fluorescent yellow-green background material color and be the outermost garment worn. b. Retro-reflective material color for Administration employee apparel shall be silver or white and be visible at a minimum distance of 1,000 feet. The retro-reflective safety apparel shall be designed to clearly recognize and differentiate the wearer from the surrounding work environment. The retro-reflective material may be contrasted by fluorescent orange background material not exceeding one and one half inches on either side of the retro-reflective material. c. For non-Administration employees, this apparel shall be either fluorescent orange-red or fluorescent yellow-green background material color and be the outermost garment worn. d. Retro-reflective material color for non-Administration employee apparel shall either be orange, yellow, white, silver, yellow-green, or a fluorescent version of these colors, and be visible at a minimum distance of 1,000 feet. The retro-reflective safety apparel shall be designed to clearly recognize and differentiate the wearer from the surrounding work environment.

31 01-08-19

CONTRACT PROVISIONS Contract No. BB-3008-0000 HIGH VISIBILITY SAFETY APPAREL POLICY 2 of 2

REFERENCES. a. ANSI/ISEA 107/2015 standard – American National Safety Institute/International Safety Equipment Association b. MUTCD 2009 – Manual for Uniform Traffic Control Devices - Sections 6D.03B and 6E.02 c. Visibility Research – The VCTR 1989 report concludes that fluorescent colors, when compared with non-fluorescent colors, enhance the daytime conspicuity of worker clothing.

DEFINITIONS. a. Apparel – The outermost high-visibility garment worn by employees who work on Administration highways and rights-of-way. b. Highways – All roads owned by the Maryland Department of Transportation and maintained by the Administration. c. High Visibility – The ability for workers to be distinguishable as human forms to be seen, day and night, at distances that allow equipment operators and motorists to see, recognize, and respond.

32 01-08-19

CONTRACT PROVISIONS Contract No. BB-3008-0000 TRAFFIC CONTROL PLAN CERTIFICATION 1 of 1

TRAFFIC CONTROL PLAN CERTIFICATION

PRIOR TO THE COMMENCEMENT OF WORK ON THIS PROJECT, THE SUCCESSFUL BIDDER WILL BE REQUIRED TO COMPLETE A TRAFFIC CONTROL PLAN CERTIFICATION, CONTAINING THE INFORMATION SHOWN BELOW. THE CERTIFICATION FORM WILL BE PROVIDED TO THE SUCCESSFUL BIDDER UPON AWARD OF THE CONTRACT.

The Administration's Traffic Control Plan (TCP) has been reviewed and the following course of action shall be followed:

Option 1

The TCP is accepted and shall be used on this project.

Option 2

The TCP is accepted; however, revisions and/or additions shall be submitted for approval in conformance with the Administration's Specifications 104.01.

Option 3

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

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

(DATE) (SIGNATURE)

(PRINT SIGNATURE)

(TITLE)

33 05-30-17 Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

CONTRACT PROVISIONS Contract No. BB-3008-0000 1 of 2 REQUIRED ENVIRONMENTAL PERMITS, APPROVALS AND AUTHORIZATIONS.

The Administration will obtain all required permits, approvals, or authorizations which are within the project scope and limits set forth in the contract documents and listed in the below . The Contractor shall comply with the requirements of all permits, approvals, or authorizations required for this project. All permits received by advertisement are included in the IFB. Permits received after advertisement and prior to bid opening will be added to the IFB via an addendum.

All of the indicated permits, approvals, and authorizations should be kept on-site unless indicated otherwise. Proposed changes to the project may require additional permits, approvals, and authorizations and/or modifications. Required Permit/Approval/Authorization Approval/Permit/Authorization Permit, Approval, or for this Expiration Date Description Included in IFB?1 Auth. Number project? Wetlands, Waterways, Critical Area MDE Non-tidal Wetland & Waterway Permit ☐Yes X No ☐Yes ☐ Draft ☐No MDE Authorization to Proceed ☐Yes X No ☐Yes ☐ Draft ☐No MDE Letter of Authorization xYes ☐No X Yes ☐ Draft ☐No 16-NT-0463 / 201662027 February 6, 2027 MDE General Waterway Construction ☐Yes X No ☐Yes ☐ Draft ☐No Permit MDE Water Quality Certification ☐Yes X No ☐Yes ☐ Draft ☐No MDE Tidal License ☐Yes X No ☐Yes ☐ Draft ☐No MDE Tidal Permit ☐Yes X No ☐Yes ☐ Draft ☐No MDE Tidal No-License ☐Yes X No ☐Yes ☐ Draft ☐No Maryland State Programmatic General ☐Yes X No ☐Yes ☐ Draft ☐No Permit COE Individual Permit ☐Yes X No ☐Yes ☐ Draft ☐No U.S. Coast Guard Permit ☐Yes X No ☐Yes ☐ Draft ☐No To be Critical Area Commission Approval X Yes ☐No ☐Yes ☐ Draft X No To be determined determined MDE Water Appropriations Permit for ☐Yes X No ☐Yes ☐ Draft ☐No Ground Water Other ☐Yes X No ☐Yes ☐ Draft ☐No Erosion/Sediment Control & Stormwater Management Stormwater Management and Erosion & 19-SF-0133 (Approval X Yes ☐No ☐Yes ☐ Draft X No Sediment Control Approval Pending) NPDES Permit for Stormwater Associated 19-SF-0133 (Approval X Yes ☐No ☐Yes ☐ Draft X No with Construction Activity2 Pending) AASCD Approval ☐Yes X No ☐Yes ☐ Draft ☐ No Trees/Forest Maryland Roadside Tree Permit ☐Yes X No ☐Yes ☐ Draft ☐No Maryland Reforestation Law Approval ☐Yes X No ☐Yes ☐ Draft ☐No Maryland Forest Conservation Act Approval ☐Yes X No ☐Yes ☐ Draft ☐No 1 “Draft” indicates the formal permit has not been obtained, but draft permit conditions are included.

2 See website listed below for complete NPDES Permit requirements: http://www.mde.state.md.us/programs/Permits/WaterManagementPermits/WaterDischargePermitApplications/Docu ments/2014MDRC-GeneralPermit.pdf

34 10-31-08 Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

CONTRACT PROVISIONS Contract No. BB-3008-0000 2 of 2 Abbreviations:

AASCD – Anne Arundel Soil Conservation District

COE – U.S. Army Corps of Engineers

MDE – Maryland Department of Environment

NPDES – National Pollutant Discharge Elimination System

35 10-31-08 Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

CONTRACT PROVISIONS Contract No. BB-3008-0000 1 of 7 ELECTRONIC DATA SUBMISSION REQUIREMENTS FOR GEOGRAPHICAL INFORMATION SYSTEM

1.0 Purpose

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

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

Submission Title Submission Description

2.0 Overview

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

• Environmental System Research Institute (ESRI) • ArcGIS / SDE database 10.x • ArcGIS Server 10.x • ArcGIS Desktop (ArcInfo, ArcView) 10.x • Google’s Earth Enterprise (GEE) • Google Earth and Fusion Enterprise 4.1.x • Google Enterprise Client 6.1.x • Red Hat Linux 5.5 • Windows 2003 • Oracle 10g /11g • PostgreSql and Crystal Reports 9.x / 10.x

36 Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

CONTRACT PROVISIONS Contract No. BB-3008-0000 2 of 7 It is essential that the datasets be thoroughly and accurately documented to ensure the integrity of the information being included and presented via the MDTA GIS system. All data that is required to be submitted in this format to be included in the MDTA GIS system shall be accompanied with GIS Deliverable Form (Attachment A) and the MDTA GIS Metadata Form (Attachment B), which shall be completed by the Contractor in accordance with the Contract electronic submission.

Datasets that do not meet the standards or conform to the requirements below will be returned to the Contractor for revisions so that the datasets may be revised in accordance with the requirements and resubmitted to the MDTA for inclusion in the MDTA GIS system.

3.0 Data Requirements

The Contractor shall ensure that all data (GEODATABASE) submitted for publishing meets the necessary standards and requirements. All columns and data formats need to follow the data dictionary approved by the Contract Manager. All data should be submitted to the MDTA in the following format:

A. GEODATABASE File Requirements

1. Naming convention is correct and follows the template below.

• SDE.CATEGORY_DESCRIPTION_ORGANIZATION_FILE TYPE.

• Example. SDE.UTIL_FIBER_MDTA_LINE.

2. Projection is set to NAD_1983_HARN_StatePlane_Maryland_FIPS_1900_Feet.

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

3. Attribute table has a maximum of 50 fields or less.

• If over 50 fields, contact the Contract Manager.

4. Field names have properly defined alias under field properties.

• Example. Alias is Zip Code NOT ZCTA5CE.

37 Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

CONTRACT PROVISIONS Contract No. BB-3008-0000 3 of 7

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

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

7. Labeling of features is consistent throughout the layer.

• Text size and color of labels remain consistent.

• Symbology colors should remain the same in the as well as in the layer category.

4.0 Required documentation to be included as part of data submission

4.1 GIS Deliverable Form - Required

When providing a dataset provide as much information to the Contract Manager to identify how the data should be symbolized. The specification for symbology can be in the form of a written specification or an Environmental Systems Research Institute (ESRI) ArcGIS map document file (.mxd). All datasets submitted, when required, must include a completed GIS Deliverable Form, Attachment A.

4.2 Metadata forms – Required

Each dataset submitted for inclusion into the MDTA GIS must include Federal Geographic Data Committee (FGDC) compliant metadata. FGDC Standards can be found at (www.fgdc.gov/metadata). Attachment B is a template of the metadata form.

38 Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

CONTRACT PROVISIONS Contract No. BB-3008-0000 4 of 7 ATTACHMENT A GIS DELIVERABLE FORM

RECEIPT OF GEOGRAPHICAL INFORMATION SYSTEM (GIS) DELIVERABLE

Title: # Title if applicable

MDTA Contract Number:

Title of Deliverable: ______

Reference Section # ______

ID Deliverables for the entire project section

1 All data shall be submitted in ESRI Geodatabase format – Required

(Apart from ESRI Geodatabase format submission, if data is available in DGN/DWG format, it can be submitted as part of the submission)

2 All relevant document/s referenced in deliverables 1 should be submitted in PDF format – Required

3 Metadata/s in Microsoft Word or XML – Required

Name of Contractor:______

Contractor Project Manager: ______

Signature

______

Printed Name

To Be Completed by MDTA Contract Manager

______

Contract Manager Signature Date

Printed Name of MDTA Contract Manager: ______

39 Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

CONTRACT PROVISIONS Contract No. BB-3008-0000 5 of 7 ATTACHMENT B MDTA GIS METADATA FORM MEDTADATA IDENTIFICATION INFORMATION - All fields are Required

Section Field Description Dataset Information A brief statement describing what the data set is comprised

Abstract of. [Contractor Identifies] Summary discussing why the data set was developed. (Project Contract No. ______Purpose initiatives.) [Submission Description] Source Scale Denominator and any additional descriptive Supplemental Description information about the data set that may not be suitable for the Information

abstract and purpose.

Restrictions and legal prerequisites for accessing the data. Access Constraints N/A

This is to protect privacy and intellectual property.

Access Access

Constraints

Restrictions and legal prerequisites for using the data set. Use Constraints Removes liability for misuse of the data set. Also allows for N/A

Use Use human error. Constraints The name of the individual who is the primary contact for the Contact Person Primary Contract No. ______Manager dataset. Organization Position

Contact Phone Number

Contact e-mail address Contact Instruction The type of address. (Mailing, Physical, or Mailing and Address Type Contractor Physical) Pointof Contact Street Address City State Postal Code Country The name of the organization or individual(s) that developed Originator the data. Please note if they are editors or compilers.

Citation Publication Date Date when the data was published or released for use.

Date that the data was collected. Could also be a range of Calendar Date dates. Basis for time period of content. (Publication Date, Ground Correctness Reference

Condition)

Time Period of Content

Progress State of the data set. (Complete, In Work, or Planning Stages) Maintenance and Update How often changes or updates are made. (Monthly, Annually,

Status Frequency Bi-weekly, Continually, None planned)

ISO category (see list below, most likely transportation) and Theme Keyword additional words or phrase that describes the data set for database search. Place Keyword Geographic name of the location of the data set.

Keyword

40 Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

CONTRACT PROVISIONS Contract No. BB-3008-0000 6 of 7

METADATA REFERENCE INFORMATION

Section Field Description

Metadata Date Date that metadata was created.

Dates Metadata Review Date Date that metadata was last reviewed. Metadata

Contact Person Person that created the metadata.

Organization

Position

Contact Phone Number

Contact e-mail address

Contact Instruction

Address Type Contractor

Metadata Contact Street Address

City

State

Postal Code

Country

41 Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

CONTRACT PROVISIONS Contract No. BB-3008-0000 7 of 7

ISO Category Selection List

Farming

Biota

Boundaries

Climatology/Meteorology/Atmosphere

Economy

Elevation

Environment

Geoscientific Information

Health

Imagery/Base /Earth Cover

Intelligence/Military

Inland Waters

Location

Oceans

Planning Cadastre

Society

Structure

Transportation

Utilities/Communications

42

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000

SPECIAL PROVISIONS

SP 1-1 WORK HOURS

Refer to Section 104.01 Traffic Control Plan for work hour restrictions and allowable lane or shoulder closure schedules.

All construction activities conducted within MDTA right-of-way or within an easement acquired by MDTA for this project are exempt from compliance with State and Local noise laws. However, any construction activities that are performed within an area that has been acquired through a right-of- entry by MDTA or within an area of land acquired by an agreement between the property owner and the Contractor outside of this Contract shall be limited to the noise regulations specified under COMAR, Title 26.

Except for the above restrictions, the Contractor will be permitted to work twenty-four (24) hours a day, seven (7) days a week.

SP 1-2 PROGRESS SCHEDULE REQUIREMENTS

Refer to Section 109 of the Standard Specifications and these Special Provisions.

SP 1-3 CONTRACTOR’S EMPLOYEE IDENTIFICATION

The Contractor shall provide to the MDTA, a list containing the following for Contractor and all sub- contractors that would be working at the site. This shall include trucking companies who would come to the site on a repetitive basis for supply or remove materials:

Name of Company

Name and title of contact person

Address of the Company

Phone Number

Facsimile number

E-Mail address of contact person (if any)

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

When working in or around the MDTA’s buildings, said employees identification shall be displayed at all times. 43

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000

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

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

SP 1-4 PROGRESS PHOTOGRAPHS

On or about the last day of each month, at important stages of the work, and upon final completion, the Contractor shall take photographs of the work under construction as directed by the Engineer.

The Contractor shall use a digital camera and furnish to the Engineer digital photographs of the progress of construction via email or electronic file sharing. Each photograph file should be titled with the date it was taken, a photograph description indicating the location and subject of the photo, and the contract number of the construction project. The furnishing of the progress photograph, including file storage will not be measured for payment, but cost thereof shall be included under various pay items appearing in the Bid.

SP 1-5 ACCESS TO PROJECT SITE

Access to the project site shall be via US 50 Eastbound and Westbound and the MD 8 (Romancoke Road) interchange.

The Contractor shall not be permitted toll free passage in the performance of this work.

SP 1-6 REFERENCE DOCUMENTS

Project reference documents, which include available as-built drawings, cross-section drawings, geotechnical data, and permits can be obtained by submitting a formal request to the Contract Manager referenced in GI-5. All such reference documents shall be considered as supplemental information to the Contract Documents, the governing order of which shall be as described in TC- 3.01.

SP1-7 RIGHT-OF-WAY STATUS

All right-of-way and easements are currently in possession of the Maryland Transportation Authority.

The Maryland Transportation Authority will not honor any claims arising from the lack of clear right- of-way. Contractor(s) are to refer to the clear right of way certificate for Right-of-Way Status and may make entry only when notified the right-of-way for a parcel is cleared for construction.

44

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000

SP1-8 GENERAL ENVIRONMENTAL SPECIFICATIONS

MDTA has developed this General Environmental Specification to support the efforts of its Environmental Management System (EMS) and to help manage the potential impacts of MDTA projects on the environment. Since 2014, the EMS has helped MDTA manage its environmental aspects and impacts. The aspects are elements of MDTA’s activities and services that can interact with the environment. The impacts are the physical changes (both positive and negative) to the environment generated by the environmental aspect. With the assistance of the EMS, MDTA intends to limit its negative environmental impacts and generate more positive environmental impacts.

The General Environmental Specification text herein describes environmental considerations with Federal, State, local, or MDOT/MDTA-specific requirements. Subjects in this section covered include (but not limited to): universal and hazardous waste generation, storage, and management; materials management and spill plans; recycling requirements; lead-based paint (LBP); and asbestos- containing materials (ACMs).

Applicability: All requirements, terms and conditions noted in this Section and/or referenced by this Section shall be applicable to the Contractor awarded this Contract as well as Contractor’s temporary workers/employees, subcontractors, consultants, etc. A quick reference guide, MDTA OEC Environmental Awareness, is provided in Appendix 1 of this Contract. This 3-page document must be posted at the project/construction work site in an area that is regularly frequented by site workers and employees. This document must also be posted at any offices, trailers, etc. associated with this project site.

Members of MDTA’s Office of Environment, Safety & Risk Management (OESRM) reserve the right to visit any MDTA facility, project site, satellite office, project office, etc.

Revenues: The Contractor shall be considered the owner of any profit and be responsible for all incurred costs related to the requirements of this General Environmental Specification. Any revenues generated from recycling materials from an MDTA job site may be the retained by the Contractor unless otherwise noted within this Contract. If another Section (outside of the Environmental Specifications herein) of this Contract addresses the generation and retention of revenues from reclamation, recycling, etc., then the verbiage stated in the Section outside of this Environmental Specification shall prevail. The Contractor, their employees, subcontractors, consultants, etc. are prohibited from removing materials from MDTA property for personal financial gain or for personal use. The Contractor, their employees, subcontractors, consultants, etc. are prohibited from removing materials from outside of this project site (but on MDTA’s property or on an adjacent, private or publicly owned property) for personal use or personal financial gain.

Where the option to recycle a material is not feasible, because it may be deemed cost-prohibitive, the Contractor shall submit an explanation, in writing, for why recycling these materials will not be performed on this project. The explanation shall include: the estimated costs associated with recycling

45

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 a particular material and this must be accompanied by cost estimates received from vendors accepting these materials, transportation companies, etc.

ENVIRONMENTAL REQUIREMENTS FOR THE ENGINEER’S OFFICE

1. Environmentally-Friendly Equipment

Appliances and equipment (e.g., refrigerators, printers, microwaves, air-conditioning units, light bulbs/fluorescent lamps, etc.) used at the Engineer’s Office shall be rated for environmental efficiency and/or conservation. Such programs include, but are not limited to: Energy Star (for appliances and other equipment), Safer Choice (for chemicals), Green Construction Guidelines (everything from energy conservation tools to carpeting), EPEAT (for electronics), etc. Governing or vetting agencies that should be used for benchmarking appliance and equipment purchases/installations shall be Maryland’s Green Purchasing Committee and the U.S. Environmental Protection Agency (EPA).

1.1. Office Printing Equipment

Printers must be capable of printing double-sided. Double-sided printing is the required print setting in accordance with Executive Order 01.01.1991.20.

RECYCLING REQUIREMENTS

2. Recycling

It is the Contractor’s responsibility to provide the appropriately marked containers/receptacles for each material being recycled, reused, reclaimed or disposed as construction & demolition (C&D) waste or solid waste. Each container shall be clearly marked to identify its contents and shall be easily distinguishable from all other containers onsite. The container or storage area must be appropriate to contain the proposed material. Where Federal or State regulatory requirements exist for the material being stored or contained, the Contractor shall ensure their container or storage area meets these requirements.

Where appropriate, containers shall be placed throughout the office and (non-construction zone) worksite, as appropriate, to encourage and provide easy access for Contractor employees, subcontractors, etc. on the campus to utilize the recycling containers.

The Contractor shall bear all costs associated with purchasing containers for recycled, reused, reclaimed, C&D waste or solid waste. In some cases, materials may not be deposited in a “container” but rather a make-shift storage area shall be created to hold the material until transportation to a facility or until reuse. The Contractor shall also be responsible for installing adequate signage for each container (or storage area), replacing damaged or destroyed containers (or reconstructing the storage area) and/or signage for the container/area, the collection/transportation of materials, and any fees assessed by the receiving facility.

46

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000

All material shall be taken to an authorized recycling, reclamation, disposal, or treatment-storage-and disposal (TSD) facility(ies). The receiving facility(ies) being used by the Contractor shall be in good standing with Federal, state, and local business oversight agencies and shall not have been the subject to legal actions for violations of environmental laws or regulations.

The transportation company(ies) being used to move recyclables from MDTA’s project site to the designated facility shall be in good standing with Federal, state, and local business oversight agencies and shall not have been the subject to legal actions for violations of environmental laws or regulations.

The Contractor shall provide a list of transportation companies, recycling centers, TSD facilities, incineration centers, and/or landfills that will be used during this project.

2.1. Construction Material Recycling, Reuse and Reclamation

The Contractor shall recycle, reuse, reclaim as much of the removed materials from the construction project site, as practical. Removed materials may include, but are not limited to: structural steel, rebar, concrete, asphalt, bearings, fencing, etc.

Construction waste materials must be reported. The tracking mechanism for these items may either be a report or receipt of service/pickup. MDTA’s preferred methods of reporting are pick up receipts, weigh tickets, or reports generated by the vendor providing the service. The report and/or receipts must clearly identify the disposition of all removed materials to the Project Engineer.

2.2. Recycling, Reuse, Reclaimed Material Storage (Outside)

If containers are left outside, the recycling storage areas/containers shall be covered to prevent materials from coming in contact with rain water, snow melt, or other weather conditions which could produce runoff. Storage shall be in accordance with all applicable Federal and State regulations, including COMAR 26.04, among others. Details on container types and storage locations shall be included in the Contractor’s Materials Management Plan (MMP). The Contractor shall comply with Materials Management/SPCC Plan section of this specification.

The Contractor shall ensure that, especially when paying per ton for disposal or recycling, the container does not accumulate water, snow or other debris/materials that will result in added weight to the container.

2.2.1. Construction Material Reporting

The reports and/or receipts for construction-based items that are recycled, reused, reclaimed, and sent off as C&D waste or solid waste, shall indicate the following: item description, amount by weight (in tonnage), disposition (recycled, reused, reclaimed, disposed of, stockpiled for future recycling or use), place where material was taken (company name, phone number and address), and date.

47

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000

The Contractor shall provide the reports and/or receipts, on at most, a quarterly basis (every 3 months maximum) for the duration of the Contract. The following overall summary for recycled, reuse, reclaimed and landfilled tonnage must be submitted:

48

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000

Date Range for Reporting Period Transportation of Disposal or to Materials Recycling Facility (Who delivered material to (Provide name and (tons) disposal/recycling facility) address)

Recycled steel/metal

Recycled concrete

Recycled asphalt

Recycled rubber

Other* recycled demo material*

Solid waste (landfilled)

* Examples of “other” recycled demolition material include: ceiling tiles, carpeting, brick, wood, grey water, etc.

The table above is provided as guideline for the information being required by this section of the Contract. The Contractor may create a stand-alone document that is formatted to include the information in the table above. Alternatively, the Contractor may provide MDTA with receipts, tickets, reports, etc. that provide the same level of detail indicated in the above table.

2.3. Office Product Recycling

With regard to Engineer’s offices, associated project/satellite offices and temporary working sites/operations at MDTA construction project sites, the Contractor is required to recycle paper (e.g., bond, newsprint, cardboard, mixed paper, packaging material and packaging), bottles (glass and plastic), and cans (aluminum and bi-metal) at all Contractor facilities located on MDTA property. There is no exception to this requirement. This office recycling requirement applies to offices that are not within MDTA property lines but the offices and personnel in the offices are executing tasks associated with an MDTA project site or construction project.

The Contractor, subcontractor, consultant, etc. may choose the recycling vendor and recycling method (e.g., dual stream, single stream, modified single stream, etc.) that is appropriate for their location and municipality. Office recycling containers shall be placed, at a minimum, within five (5) feet of each printer or multifunction device; additionally, a recycling container must be placed in the kitchen area and break room utilized by employees for breakfast, lunch, dinner, and/or snack breaks.

49

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000

2.3.1. Miscellaneous Office Material Recycling

Printer and toner cartridges from personal printers, fax machines, multifunction devices, etc. shall be recycled. There is no exception to this requirement.

2.3.2. Office Product Recycling Reporting

Maintain a log, for the duration of the project, documenting the type of materials recycled. This log must be maintained separately from the construction material log described above in Section ---. The log shall include the types of material, date, time, location of facility, and signature line. Furnish a copy of the log at the completion of the project and upon request. In lieu of a log, the Contractor may maintain pick up receipts/tickets that record each collection of recycling materials. Pick up receipts/tickets must include the following information:

• Location of the pickup (must reflect MDTA project site or address) • Materials collected for pickup • Date of pickup • Size of container(s) collected • Quantity of container(s) collected

The Contractor shall be considered the owner of any profit and be responsible for all incurred costs.

2.4. Electronics Recycling

All electronic items including computers and computer components, televisions, digital cameras, etc. must be recycled when they have reached the end of their useful life or if broken (non-hazardous items only) and cannot be repaired. Contractor shall maintain documentation recording the recycling of these units. This documentation must be provided to MDTA’s Project Engineer prior to project closeout.

See information provided in the “Universal Waste” Section of this specification for additional recycling requirements.

MATERIALS MANAGEMENT/SPILL RESPONSE PLAN

1. Materials Management Plan (MMP)

The Contractor shall submit a Materials Management Plan (MMP) for review by MDTA’s OESRM. The MMP shall include the following topics:

• Hazardous materials storage and handling • Hazardous waste storage and handling • Recycling material storage and removal • Other regulated waste storage and removal • Spill, Prevention, Control and Countermeasures (SPCC) considerations 50

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000

1.1. Hazardous Materials

In general, hazardous materials management shall be in accordance with all applicable Federal and State regulations, for example: 29 CFR 1910.1200, 29 CFR 1910.106, 29 CFR 1910.106, etc. At minimum, the MMP shall include the following elements:

• The Contractor shall, where feasible, include the use of less hazardous materials for building or furnishing purposes.

• Appropriate containers, cabinets, storage units, etc. that are capable of properly storing and segregating (where necessary) different types and quantities of hazardous materials shall be used.

o These storage units shall be the responsibility of the Contractor to provide.

o Hazardous material storage areas shall be secured by a locking mechanism with select project site personnel having the key for access.

o Hazardous materials shall be stored in a manner to prevent them from coming in contact with external weather conditions.

• Safety Data Sheets (SDS) must be maintained on site and electronically of all materials being stored on MDTA property.

• SDS information stored electronically shall be accessible via the Internet from remote locations, should the Project Office not be available for use.

1.2. Hazardous Waste

In general, hazardous waste management shall be in accordance with all applicable Federal and State regulations, for example: COMAR 26.13, 40 CFR 262, 29 CFR 1910, etc. At minimum, the MMP shall include the following elements:

• Appropriate containers, cabinets, storage units, etc. that are capable of properly storing and segregating (where necessary) different types and quantities of hazardous wastes shall be used.

o These storage units shall be the responsibility of the Contractor to provide.

o Hazardous material storage areas shall be secured by a locking mechanism with select project site personnel having the key for access.

o Hazardous wastes shall be stored in a manner to prevent them from coming in contact with external weather conditions.

• The Contractor is responsible for performing weekly inspections of their Hazardous Waste Storage Area (HWSA) and properly documenting such inspections.

51

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000

• The HWSA shall be labeled in accordance with applicable regulations.

o MDTA also requires that an emergency contact phone number be posted on the HWSA. This number shall be a direct line to a human being who is available 24 hours a day/7 days a week.

- Details on the Contractor’s waste characterization procedures, including a listing of analysis that shall be performed.

o Only appropriately accredited and licensed laboratories shall be used for sample analysis. At minimum, the lab shall be an NVLAP accredited facility. Additional accreditations will depend on the analysis being performed.

o Copies of all waste characterization documentation shall be submitted to OESRM for review and recordkeeping.

Any time hazardous waste is being picked up from any MDTA project/facility, a properly trained member of MDTA’s OESRM must be present to supervise the pickup and sign the hazardous waste manifest. OESRM shall be provided no less than three (3) business days (excluding State holidays) notice prior to the hazardous waste pick up. No one, other than a member of OESRM, shall sign off on hazardous waste manifests.

To obtain an EPA ID number for an MDTA facility, please contact:

Alisha Bennett, Environmental Manager Maryland Transportation Authority Ofc of Environment, Safety & Risk Management (OESRM) 2310 Broening Highway Baltimore, Maryland 21224 [email protected]

1.3. Other Regulated Wastes

See also the portion of this specification that addresses Universal Wastes and Ozone-Depleting Substances (ODS).

2. Spill, Prevention, Control and Countermeasures (SPCC)

A general spill, prevention, control and countermeasures plan (G-SPCC) must be submitted. This plan may be a part of the MMP or it may be submitted as its own stand-alone plan. The G-SPCC must include, at minimum, the following aspects and considerations:

• Spill response materials that will be provided

• At minimum, spill response materials shall be maintained at or near (within 20 feet) of fueling areas, portable generators, hazardous materials storage areas/containers, and in active worksite/project areas where hazardous materials and/or fuel products are being used. 52

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000

• Spill response materials shall be compatible with the types of chemicals or materials that will be encountered (e.g., battery acid areas should have neutralizing agent-equipped spill response kits).

• The demarcation of such spill response materials

• Details on training Contractor and subcontractor personnel will (or already have) receive(d) to regarding spill response

o Documentation shall be provided to support this training

• The containerization and characterization of spill response wastes

• Emergency contact procedures, including names and direct dial phone numbers

53

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000

GENERAL ENVIRONMENTAL SPECIFICATION – UNIVERSAL WASTES & OZONE DEPLETING SUBSTANCES 1. Universal Wastes

All universal wastes shall be properly stored, labeled, transported, and recycled. EPA regulations that govern the disposal of hazardous materials include Resource Conservation and Recovery Act (RCRA) and the Comprehensive Environmental Response, Compensation and Liability Act (CERCLA). The RCRA Universal Waste Rule (UWR), 40 CFR 273, was promulgated as a means of simplifying disposal requirements for certain hazardous materials. The UWR covers items like batteries, pesticides, mercury-containing equipment, and fluorescent bulbs/lamps and encourages the recycling of these materials. Universal wastes shall be handled and disposed in accordance with COMAR 26.13.10. Contractor shall maintain documentation recording the recycling (or disposal) of these units. This documentation must be provided to MDTA’s Project Engineer prior to project closeout.

This portion of the specification applies to the Engineer’s Office, the Contractor’s Field Office (where applicable), and any auxiliary or temporary work site and/or office locations that are being used in association with this MDTA project. It shall be the Contractor’s responsibility to provide the appropriate security, signage, containers, etc. to store, label, prepare and transport for disposal any equipment or material that falls within these categories.

1.1 Polychlorinated Biphenyls

Polychlorinated biphenyls (PCBs) are a family of man-made organic chemicals known as chlorinated hydrocarbons. PCBs were historically used in the United States in transformers; capacitors; motors and hydraulic systems; fluorescent light ballasts; various insulations (e.g., cable, felt, foam, cork, etc.); paints; adhesives and tapes; plastics; carbonless paper; and floor finishes.

Any equipment located on MDTA property, in the Engineer’s Office, the Contractor’s offices, or any of the Contractor’s facilities associated with this project, shall not contain PCBs. If any equipment shall be disposed (or recycled) that may potentially contain PCBs, the Contractor shall be responsible for identifying PCBs and appropriately handling that equipment for disposal. The management and disposal of PCB-containing equipment is regulated through the Toxic Substances Control Act (TSCA). However, in the State of Maryland, MDE allows PCB-containing ballasts to also be handled and disposed as universal wastes. In either case, the Contractor shall maintain documentation for the presence (or absence) of PCBs in the equipment and the disposal of such equipment. Associated documentation must be provided to MDTA’s Project Engineer prior to project closeout.

1.2 Mercury-Containing Equipment

Mercury is a naturally occurring element. It exists as elemental mercury (metallic mercury), inorganic mercury compounds, and organic mercury compounds. It has been used in the United States to manufacture thermometers and barometers, switches, pressure gauges, and light bulbs, among other things. Because mercury cannot be created or destroyed by humans, the EPA encourages recycling equipment that contains this element so it may be recovered for proper disposal.

54

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000

If any equipment shall be disposed (or recycled) that may potentially contains mercury, the Contractor shall be responsible for identifying the presence (or absence) of mercury and appropriately handling that equipment for disposal. According to 40 CFR 261, mercury-containing wastes containing 0.2 ppm of mercury (determined by TCLP analysis) must be handled as a hazardous waste. Because storage, transportation and disposal guidelines for universal wastes are less stringent than those for hazardous wastes, it is in the contractor’s best interest to handle these items as universal wastes.

If mercury-containing equipment is permanently removed, leading to its discontinued use, these items should be transported and disposed of in accordance with the UWR and/or other applicable hazardous waste guidelines, based on the condition of the equipment.

Thermostats potentially containing mercury should be handled as a hazardous waste for disposal (see the Hazardous Waste Section of this specification for details). An alternative method may include contacting the manufacturer for disposal. The manufacturer may allow for the equipment to be returned for proper disposal.

The Contractor shall maintain documentation for the presence (or absence) of mercury in the equipment and the disposal of such equipment.

2. Ozone-Depleting Substances (ODS)

Prior to 1995, refrigerators and freezers were manufactured with the use of a refrigerant called chlorofluorocarbon (CFC). CFCs were used as a coolant. A refrigerant identified as hydrochlorofluorocarbon (HCFC) has been widely used in the manufacture of window air- conditioning (A/C) units and dehumidifiers. When some refrigerators and freezers are made, manufacturers may have also used a special type of foam for insulation within the unit. CFCs and HCFCs have been labeled as greenhouse gases by the EPA and are identified as ozone-depleting substances (ODS) because of their adverse impact the earth’s stratospheric ozone layer. While post- 1995 coolants (i.e., hydrofluorocarbons or HFCs) are considered to be “ozone-friendly,” even these chemicals remain a danger to the environment because the EPA has identified them as greenhouse gases.

Section 608 of the Clean Air Act (CAA) established the National Recycling and Emission Reduction Program in consideration for protecting the earth’s stratospheric ozone layer. Among other things, Section 608 prohibits the release of CFCs, HCFCs, their blends, and substitute refrigerants during service, maintenance and repairs, and during disposal at the end of their useful life. Any refrigeration equipment, air conditioning units, etc. that may contain an ODS and will be permanently decommissioned shall have the coolant properly evacuated from the equipment prior to its disposal or recycling. A company that is licensed, employing appropriately licensed personnel, in the State of Maryland to perform such activities must perform this work.

Refrigerant recovery companies are required to submit a certification form to their local EPA regional office that states the equipment used in the refrigerant recovery process is capable of recovering coolant at rates no lower than 80% for non-functional systems or 90% for functional systems. The

55

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 potentially ozone-depleting foam that may be found in this type of equipment, however, is not yet regulated by EPA or MDE.

Licenses shall be submitted to MDTA’s Project Engineer (prior to refrigerant evacuation) and associated documentation must be provided to MDTA’s Project Engineer prior to project closeout.

2.1 HVAC Demolition Specification

2.1.1. SUMMARY

A. Record keeping is an essential element of the Contract. The Contractor shall maintain detailed records on the amount of refrigerant recovered, the amount of refrigerant added and a complete listing of all work performed during demolition and installation of HVAC Systems. This information will be turned over to MDTA at the conclusion of the project or when requested.

2.1.2. ENVIRONMENTAL CONSIDERATIONS

A. All HVAC work performed by the Contractor shall comply with Section 608 of the Clean Air Act.

B. Intentional venting of ODS used as refrigerants into the atmosphere while performing demolition or installation of air conditioning or refrigeration equipment is prohibited.

C. If refrigerants are released into the atmosphere, the Contractor shall immediately report to the Project Engineer (and MDTA’s OESRM within 24 hours of incident) the following;

a. Material released,

b. Estimate of amount released, and

c. Duration of release using the Discharge Notification Form provided in Appendix 2.

D. All refrigerants that are recovered from old HVAC equipment and refrigerants added to new HVAC equipment shall be documented in accordance with the Clean Air Act.

E. Disposal documentation of recovered refrigerants shall be provided to the MDTA’s OESRM within 30-days of disposal. If the Contactor is unable to provide disposal documentation then the Contractor shall provide a detailed explanation of the disposal process and have a certified HVAC technician sign that the refrigerants were disposed of in accordance with Section 608 of the Clean Air Act.

F. All recycling and recovery equipment to be used by the Contractor shall be certified by the Air Conditioning, Heating, and Refrigeration Institute (AHRI) and/or Underwriters Laboratories (UL).

56

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000

G. At the time of contract award, the Contractor shall provide the Authority with a list of all AHRI/UL certified equipment to be used in fulfillment of the Contract.

H. All technicians working under this contract who are performing refrigerant recovery activities (for any type of equipment) shall maintain a certification approved by the EPA.

I. At the time of contract award, the Contractor shall provide copies of Section 608 Technician Certification Credentials for all applicable personnel to be used in fulfillment of this portion of or type of work under this contract.

2.2 Environmental Considerations

All HVAC work performed by the Contractor shall comply with Section 608 of the CAA. Intentional venting of ODS used as refrigerants into the atmosphere while performing demolition or installation of air conditioning or refrigeration equipment is prohibited. If refrigerants are released into the atmosphere, the Contractor shall immediately report to the Project Engineer (and MDTA’s OESRM within 24 hours of incident) the following:

• Material released, • Estimate of amount released, and • Duration of release (using the Discharge Notification Form provided in Appendix 2)

All refrigerants that are recovered from old HVAC equipment and refrigerants added to new HVAC equipment shall be documented in accordance with the MDTA HVAC SOP. Disposal documentation of recovered refrigerants shall be provided to the MDTA’s OESRM within 30-days of disposal. If the Contactor is unable to provide disposal documentation then the Contractor shall provide a detailed explanation of the disposal process and have a certified HVAC technician sign that the refrigerants were disposed of in accordance with Section 608 of the Clean Air Act.

2.3 Equipment and Personnel Certifications

All recycling and recovery equipment to be used by the Contractor shall be certified by the Air Conditioning, Heating, and Refrigeration Institute (AHRI) and/or Underwriters Laboratories (UL). At the time of contract award, the Contractor shall provide the MDTA with a list of all AHRI/UL certified equipment to be used in fulfillment of the Contract.

All technicians working under this contract who are performing refrigerant recovery activities (for any type of equipment) shall maintain a certification approved by the EPA. At the time of contract award, the Contractor shall provide copies of Section 608 Technician Certification Credentials for all applicable personnel to be used in fulfillment of this portion of or type of work under this contract.

ASBESTOS-CONTAINING MATERIALS (ACMS) – NONE IDENTIFIED

57

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000

1. General Asbestos Information

Facility-wide asbestos surveys have been performed for the William Preston Lane, Jr. Memorial Bridge (Bay Bridge) facility. Asbestos-containing materials (ACMs) have been identified at the Bay Bridge campus; however, none of the asbestos materials appear to be within the project/work area of BB-3008-0000. MDTA can provide copies of existing asbestos reports and supplemental sampling documentation from applicable areas/projects.

However, if encountered or suspected materials are discovered during this project, it shall be the Contractor’s responsibility to collect samples of suspect materials identified within this specific work area. Photographic documentation of materials sampled during this process shall be collected along with physical samples. Copies of all sample data (including chain-of-custody documents) as well as photographic documentation and site notes from sampling activities shall be provided to MDTA for review and recordkeeping. All sampling activities shall be conducted by persons who are accredited with the Maryland Department of the Environment (MDE) as AHERA Inspectors and who hold the appropriate license for asbestos sampling activities.

If MDTA’s OEC and the Contractor use alternative methods of collecting this information (i.e., MDTA utilizes accredited employees or consultants) the same requirements for data collection and information sharing shall apply.

All documentation shall be submitted to:

Alisha Bennett, Manager Maryland Transportation Authority Office of Environment, Safety & Risk Management (OESRM) 2310 Broening Highway Baltimore, Maryland 21224 [email protected]

Disclaimer: All of the findings and conclusions of MDTA’s asbestos inspection reports are not based on scientific certainties. MDTA is not able to represent that there is no potential presence for asbestos beyond what the materials and areas that are documented as being sampled in the facility reports on file. The Contractor will be fully responsible for any ACMs that may be encountered during this project.

2. Asbestos Acknowledgement Form

Although MDTA does not anticipate this project involving the removal or disturbance of ACMs, all MDTA contractors working at facilities where asbestos has been identified must be made aware of the presence of asbestos at that facility.

Appendix 4 of this Contract includes the MDTA’s Asbestos Acknowledgement Form for the William Preston Lane, Jr. Memorial Bridge (Bay Bridge) facility. The Contractor awarded this project must sign this form and submit the completed form to MDTA’s OESRM. The Contractor must retain a

58

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 copy for their records and a copy of this signed acknowledgement form must remain on the project site at all times.

It is the Contractor’s responsibility to communicate to its employees, subcontractors, etc. the location of the ACMs at this facility and to make their personnel aware that these materials shall not be disturbed, damaged or removed during the course of this project (unless the Scope of this project is altered by MDTA to include asbestos abatement).

The Contractor is required to notify MDTA immediately if/when it becomes aware of the existing ACMs becoming dislodged, removed or otherwise disturbed. Immediately shall mean within 2 hours of identification. MDTA’s OESRM must be notified immediately. The Contractor shall remove all personnel from the affected area and restrict access to the area of asbestos disturbance.

3. Encountering Suspect Materials

If suspect materials are encountered during the project and there is a question of the presence (or absence) of asbestos in a material, the Contractor shall consult the MDTA asbestos inspection report(s) and related documentation/information. If the Contractor decides to perform sampling of the suspect material, the Contractor may be reimbursed for sampling activities. Reimbursement for sampling activities shall be permitted if the suspect material(s) encountered are not considered to be part of the same homogenous area(s) previously sampled by MDTA, which were documented to be negative for asbestos content. In this instance, the Contractor is free to conduct their own sampling; however, sampling activities will not be reimbursed for homogenous area(s) that have been previously determined not to contain asbestos. If sampling activities or laboratory analysis are performed by persons or laboratories who/that are not appropriately accredited (in the State of Maryland) for asbestos analysis, the sample data shall be voided and the Contractor will not be reimbursed for any sampling related activities.

If ACMs are confirmed to be present within the project area, the Contractor shall remove and dispose from the site such ACM in accordance with all applicable Federal, State and local requirements indicated above, utilizing appropriately accredited personnel at all stages. Prior to any asbestos removal/abatement activities, MDTA’s OESRM must be consulted so that the Contractor may submit the proper accreditations, licenses, and other related documentation for review and approval. No asbestos abatement work shall begin until the Contractor receives written approval from a member of MDTA’s OESRM.

LEAD-BASED PAINT (LBP)

1. General Information

It is not anticipated that this project will encounter LBP surfaces within the project/disturbance area; however, the Contractor shall be prepared to implement procedures necessary to protect human health and the environment in the event LBP (or lead-containing paint) is confirmed to be present within the project area and will be disturbed. This portion of the specification shall be invoked in the event LBP is identified as being disturbed in the work area. 59

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000

MDTA can provide copies of existing lead paint sampling documentation from applicable areas/projects. However, it shall be the Contractor’s responsibility to identify the presence (or absence) of LBP within this specific project area. Photographic documentation of surfaces surveyed (or sampled) during this process shall be collected along with survey data (physical samples). Copies of all data as well as photographic documentation and site notes shall be provided to MDTA’s OESRM for review and recordkeeping. All sampling activities shall be conducted by persons who are accredited with the Maryland Department of the Environment (MDE) as Lead Inspectors and who hold the appropriate license for lead identification and sampling activities.

If MDTA’s OEC and the Contractor use alternative methods of collecting this information (i.e., MDTA utilizes accredited employees or consultants) the same requirements for data collection and information sharing shall apply.

All documentation shall be submitted to:

Alisha T. Bennett, Environmental Manager Maryland Transportation Authority Office of Environment, Safety & Risk Management (OESRM) 2310 Broening Highway Baltimore, Maryland 21224 [email protected]

In the event surfaces within the project area are determined to be below that which is considered LBP by regulatory standard, however, low concentrations of lead are identified in the painted/coated surface, the Contractor shall be required to follow the details of this portion of the specification until either 1) the project has been completed or 2) the Contractor has performed a Negative Exposure Assessment (NEA) to document worker exposure to lead is below the permissible exposure limit (PEL) or Action Level for lead. These data shall be submitted to MDTA’s OESRM for review. NEA’s must be conducted in accordance with 29 CFR 1926.62.

1.1. Related Documents

Drawings and general provisions of the Contract, including Maryland Department of Transportation State Highway Administration (SHA) Standard Specifications for Construction and Materials (SSCM), General and Supplementary Conditions, may also apply to this Section.

1.2. Summary

The Contractor shall be responsible for furnishing all direct supervision, labor, transportation, materials, equipment, and disposal necessary to carry out the work impacting LBP surfaces in accordance with applicable MDTA, Federal, State, and local regulations.

60

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000

1.3. Submittals

A. Pre-Qualification submitted with bid.

a. Copy of certificate of insurance; including statement that liability coverage for pollution due to asbestos is included.

i. Insurance policies covering environmental impacts (i.e., lead, asbestos, hazardous materials, hazardous waste, etc.) shall not be written with a “sunset” clause or in a “claims made” fashion; rather environmental riders and/or policies shall be written as “occurrence” policies only.

b. Copy of license to perform LBP work.

c. A statement disclosing any citations received during the past three years for violations of asbestos regulations, other occupational safety and health regulations, or other environmental regulations. Include a description of the outcome of the citation and changes you have made to avoid future citations for the same issue.

i. This shall include incidents involving the company or any officer of the company, even if that person was working for a different company.

B. Pre-Construction submitted before work involving LBP surfaces starts.

a. Copy of notification to MDE regarding LBP work.

b. Copy of training certificate, medical approval, and fit-test for all lead workers.

c. Lead Work Plan that includes:

i. Cover page

ii. Overall scope of work

iii. Sequencing plan including schedule

1. The sequencing plan must take in to consideration, where applicable, setting up containment area(s). Containment areas shall be created for each work area, as appropriate and economically feasible, to adequately protect the environment from air emissions and to reduce or prevent human exposure to LBP.

iv. Any proposed deviations from engineering controls required by this specification or government regulation

v. Any proposed deviations from worker protection requirements of this specification or government regulation

61

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000

vi. Copy of MSDS or SDS for all materials to be used on this project.

vii. Written waste disposal plan identifying waste transporter and where waster shall be disposed. Include information on qualifications (license numbers) of disposal facility for receiving waste impacted by LBP.

In addition to the Lead Work Plan, the Contractor shall also submit the following plans:

i. Respiratory Protection Plan

ii. Medical Monitoring/Approval Plan

d. During Construction:

i. Copy of daily logs including sign in sheet, description of work completed, accident investigation records, and waste manifests for wastes removed shall be provided daily.

e. Post-Construction:

i. Copies of all final/completed waste disposal manifests.

ii. Lead Work Completion Report. This report shall include:

1. Lead work start and end dates

2. Name, address, phone number of the abatement company

3. License/Accreditation number of the abatement company

4. Dates of each waste pick up with LBP materials

5. Copies of air monitoring data sheets

6. Copies of daily work logs from the Contractor’s Industrial Hygienist

1.4. Special Conditions

Water and electricity may be available; however, this must be confirmed at the time of the pre-bid meeting with appropriate MDTA personnel. The cost of providing utilities, as necessary, shall be part of the price bid.

62

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000

2. Products

2.1. Estimated Quantity of Material

No estimate can be provided at this time. It shall be the Contractor’s responsibility to identify LBP in the work area (in accordance with Section 1 herein) and to quantify such materials.

3. Execution

3.1. Engineering Controls

3.1.1. At minimum the Lead Work Plan shall include the components in Section 1.3.B above, as well as detailing the use or implementation of:

3.1.1.1. Wet methods

3.1.1.2. HEPA Vacuums

3.1.1.3. Prompt cleanup and disposal of lead releases to the environment

3.1.1.4. Worker Protection

3.1.1.4.1. Respirator

3.1.1.4.2. Coveralls

3.1.1.4.3. Full body disposable coveralls that cover feet and head

3.1.1.5. OSHA Required Air Monitoring

3.1.1.6. Appropriate decontamination procedures

3.1.1.6.1. Contractor shall, as part of their containment areas, set up appropriate decontamination stages.

3.1.1.6.2. The Contractor shall provide details for decontamination in their Work Plan.

3.2. Lead-impacted Waste Management

All wastes shall be containerized, stored, and shipped in accordance with applicable EPA, OSHA, USDOT, and State regulations. All of this information must be included in the Contractor's Work Plan.

Only landfills authorized by the EPA and/or applicable State regulatory authority to accept wastes containing LBP may be used for this portion of the project. The Contractor shall provide the name, address, phone number, and license/credentials of the intended landfill to be used in their Work Plan. 63

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000

Lead-impacted waste storage areas shall remain locked when waste is not being added or removed.

A manifest or bill of lading will accompany each load. Copies of all lead-impacted waste documentation must be submitted to MDTA’s OESRM for recordkeeping and shall be included in the Contractor’s Lead Work Completion Report (see Section 1.3.B.e above for details).

3.3. Final Clearance of Lead Work Area(s)

The abatement contractor will supply final clearance monitoring. Details on the clearance plan shall be submitted as part of the Contractor’s Lead Work Plan.

4. Measurement and Payment

4.1. Method of Measurement

MDTA’s OEC shall determine the measurement of payment for abatement associated with this Contract. However, payment for work involving lead abatement is contingent on receipt of all final waste manifests for all lead-impacted waste shipments.

64

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000

GENERAL PROVISIONS

65

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 1

GENERAL PROVISIONS GP-SECTION 1 DEFINITIONS AND TERMS GP-1.03 ORGANIZATIONAL DEFINITIONS

DELETE: The definition of “Administration”

INSERT: The following.

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

Highways – The word “Highways” shall mean all highways owned by the Maryland Transportation Authority and maintained by the MDTA. Maryland State Highway Maryland Transportation Authority Administration Reference Corresponding Position District Engineer Richard E. Jaramillo - Administrator

Environmental Programs Division Peter Mattejat – Environmental Manager

District Office William Preston Lane Jr. Memorial Bridge Facility, 850 Revell Highway, Annapolis, MD 21409-5559

Office of Structures Tekeste Amare – 300 Authority Drive, Baltimore, MD 21222

Office of Traffic & Safety Serena Liu – 300 Authority Drive, Baltimore, MD 21222

66

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 1

GENERAL PROVISIONS GP-SECTION 1 DEFINITIONS AND TERMS GP-1.05 DEFINITIONS

ADD: The following.

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

67

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 1

GENERAL PROVISIONS GP-SECTION 2 BIDDING REQUIREMENTS AND CONDITIONS

GP-2.06 PREPARATION OF BID DELETE: Paragraph (a) in its entirety.

INSERT: The following:

TC-2.02 does not apply to this Contract.

The MDTA, in an effort to assist the bidders with preparing their bids for this Contract, has created a Microsoft Excel Bid Form. The Excel Bid Form has been issued with the solicitation and can be downloaded from eMaryland Marketplace. The Microsoft Excel Form is to be printed and submitted with the bid submission as described in section GI-11, paragraph F. The Bidder Information Form, on pages 406-409, shall be included with your bid.

The Contractor shall submit the printed copy and an electronic copy of the Microsoft Excel Bid Form at the time of bid for MDTA’s use only. The electronic copy of the Microsoft Excel Bid Form shall be submitted via flash drive. In the event of any discrepancies between the printed Microsoft Excel Bid Form and the electronic copy, the printed form submitted with the Bid will prevail.

The MDTA understands that last minute changes to the printed Excel Bid Form may occur, once printed all changes must be written in ink both numerically and in words and initialed by the Bidder on the document.

68

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 1

GENERAL PROVISIONS GP - SECTION 4 SCOPE OF WORK GP-4.10 WARRANTY OF CONSTRUCTION

DELETE: The first paragraph in its entirety.

INSERT: The following:

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

69

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 3

GENERAL PROVISIONS GP - SECTION 5 CONTROL OF WORK DELETE: Section GP-5.06 in its entirety

INSERT: The following.

GP-5.06 COOPERATION BETWEEN CONTRACTORS

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

1. Arrangement, staging, and conduct of work;

2. Storage and disposal of materials, etc., in such a manner as to not interfere with, limit access, or hinder the progress of the work being performed by other contractors. Contiguous work shall be joined as required in the Contract Documents.

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

B. The MDTA shall have the right, at any time, to contract for and perform other work on, near, over or under the work covered by this Contract. In addition, other work may be performed under the jurisdiction of another Administration or State agency. In cases when a dispute arises among contractors, the MDTA’s decision shall be final and binding on the contractors. The Contractor shall cooperate fully with such other contractors and carefully fit his own work to such other work as may be directed by the MDTA.

C. The Contractor agrees to make no claims against the MDTA for any inconvenience, delay or loss experienced by them because of the presence and operations of other contractors, except when such a delay is not due to any fault or negligence of the Contractor. All such justifiable and approved delays may be considered for an extension of time only in accordance with the requirements of Section TC-5.05 of the Standard Specifications.

When the failure to gain access is not due to any fault or negligence of the Contractor, an extension of the contract time may be allowed on a day to day basis for the amount of time delayed. The impact on Contractor’s schedule shall be justifiable and supported by mutually corroborative facts, figures, and documentation. Except as provided herein, the MDTA will not assume any responsibility for acts, failures, or omissions of other contractors that delay the work. The Contractor shall assume all liability in connection with this contract and shall protect and save harmless the MDTA from any and all damages and claims that may arise because of any 70

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 2 of 3 inconvenience, delay, or loss experienced as a result of the presence and operations of other contractors working in or near the work covered by this Contract.

Staging or storage areas are not available for the exclusive and long-term use by any contractor within the project limits, except as approved by the MDTA and for the necessary work which each contractor is responsible of constructing.

The Contractor shall remove the equipment, materials, and rubbish from the work areas and other MDTA-owned property which the Contractor occupies and shall leave the areas in a presentable condition, in conformance with the provisions in Section GP-4.09, Final Clean Up, of the Standard Specifications. The Contractor shall secure, at the Contractor's own expense, areas required for storage of plant, equipment, and materials or for other purposes if sufficient area is not available to the Contractor within the contract limits.

D. The Contractor is hereby notified that work for Contract No. BB-2819-0000 will be performed concurrently with the work performed under this contract. Several items of work to be completed under BB-3008-0000 are dependent upon the scheduled completion of BB-2819-0000 activities. The BB-3008-0000 Contractor shall coordinate the proposed BB-3008-0000 construction activities with MDTA and the contractor for BB-2819-0000 to determine when work areas within the BB-2819-0000 project limits will be available to the BB-3008-0000 Contractor and when BB- 3008-0000 activities can be completed.

The BB-3008-0000 Contractor shall reflect this scheduling coordination in their CPM project schedule. Maintenance of traffic plans have been developed to facilitate construction of proposed BB-3008-0000 work both independently and concurrently with Contract No. BB-2819-0000 maintenance of traffic to maximize the BB-3008-0000 Contractor’s access to the BB-2819-0000 work areas. If scheduling / work area access conflicts arise, the BB-3008-0000 Contractor is advised that scheduling of work to complete BB-2819-0000 will be given precedence at the discretion of the Engineer. The Contractor shall anticipate adjustments to proposed maintenance of traffic setups, accommodating access to work areas, and the presence of other contractors simultaneously within the project limits.

E. The Contractor is hereby notified that the successful completion of this project will require system integration and software development services that are proprietary and critical to providing a fully operational system at the completion of the project. The Prime Contractor or Sub-Contractors are not qualified to perform these services; therefore, MDTA will be responsible for providing these services. The Contractor’s role in performing the contract work and coordinating with MDTA is critical to the successful completion of the system integration and software development work. The Contractor shall be responsible for coordinating with MDTA, or their designee, throughout the system integration and software development process as noted in the Contract Documents.

71

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 3 of 3 F. The Contractor is hereby notified that work for Contract No. BB-2757-0000 will be performed concurrently with and within limits of the work performed under this contract. Several items of work to be completed under BB-3008-0000 are dependent upon the successful completion of BB- 2757-0000 activities. Likewise, several items of work to be completed under BB-2757-0000 are dependent upon the successful completion of BB-3008-0000 activities. The BB-3008-0000 Contractor shall coordinate with MDTA and the BB-2757-0000 Contractor for access to shared work areas, for coordination of work performed by each respective contractor that affects or is necessary for the successful completion of both contracts, and for the scheduling of work.

The BB-3008-0000 Contractor shall reflect this scheduling coordination in their CPM project schedule.

G. Measurement and Payment

Cooperation between contractors shall be incidental to the various contract bid items provided for in this Contract, and no additional payment shall be made to the Contractor.

72

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 1

GENERAL PROVISIONS GP - SECTION 5 CONTROL OF WORK DELETE: Section GP-5.12 in its entirety

INSERT: The following.

GP-5.12 FAILURE TO MAINTAIN ENTIRE PROJECT

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

73

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 4

GENERAL PROVISIONS GP - SECTION 7 LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC GP-7.05 CONSTRUCTION SAFETY AND HEALTH STANDARDS

40 ADD: After the last paragraph.

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

1.1 Initial Safety Plan

Thirty (30) calendar days after the date the Contract is executed, the Contractor shall submit a written initial project site-specific Safety Plan (Initial Safety Plan) that complies with the requirements of the Specification. The Initial Safety Plan shall address all on-site activities anticipated within the first ninety (90) calendar days of the Contract time.

1.2 Safety Plan

Within sixty (60) calendar days of the written Notice to Proceed date, the Contractor shall submit a written project site-specific Safety Plan (Safety Plan) that covers all Contract work and which complies with the requirements of the Specifications. Incomplete or generic Safety Plan submittals are not acceptable and will be returned without review. The Contractor is responsible for the review of the specific safety requirements, as inherent in the scope of the Contract work or implied by the Contract, for the analysis of planned methods of operation, and for the incorporation of any additional specific or unique safety requirements or measures in the Safety Plan. The Safety Plan shall be project

74

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 2 of 4 site-specific and address eliminating or controlling hazards, exposures and risks endemic to the site and the Contract work to be performed.

The Engineer is under no obligation to detect safety issues or issue a notice of deficiency or non- compliant condition, in the Safety Plan or during performance of Contract work by the Contractor, Subcontractor(s), Suppliers, or any other Contractor’s agents. Under no circumstances shall the Contractor (or Subcontractor(s), Suppliers, or any other Contractor’s agents) consider relieved of the obligations, pursuant to any applicable law or regulatory requirements, to provide a safe work place and comply fully with the safety laws and regulations.

The Safety Plan shall: a. Acknowledge that the Contractor is responsible to be in compliance with all Federal and State requirements and other applicable rules and orders that require employers to provide a safe and healthy workplace. b. Outline administrative responsibilities for implementing the Safety Plan and identify and define the personnel accountable for incident prevention. Incidents include, but are not limited to, employee injuries, equipment and property damage, fires, and injury to the public. Include the name of the Contractor's Primary Safety Representative, delineating his/her authority to direct work stoppage and cause the elimination or correction of hazardous conditions. c. Establish performance objectives for all line supervisors for the achievement of a zero-incident goal. d. Develop the means for coordinating and controlling work activities of contractors, subcontractors, and suppliers. e. Provide for on-going safety inspections of work sites, material, and equipment to ensure compliance with the Safety Plan. All Safety Plans shall include at a minimum the requirements set forth in Appendix A, included herein.

1.3 Safety Operations a. The Contractor shall post the following in a jobsite location visible to all personnel: i. Emergency procedures. ii. Emergency phone numbers. iii. Job safety and health poster. iv. Notice of workers’ compensation carrier. v. OSHA 200 Summary (during February of each year). vi. Location of Material Safety Data Sheet (MSDS) documents. b. Assign a dedicated Contractor’s Primary Safety Representative. Non-exempt subcontractor(s) shall appoint a Subcontractor’s Primary Safety Representative. A Contractor’s Primary Safety Representative (and Subcontractor’s Primary Safety Representative, if applicable) shall be assigned to each shift of construction and be responsible for the administration of the Safety Plan. The Contractor’s Primary Safety Representative (and Subcontractor’s Primary Safety Representative, if applicable) shall have no other duties that could inherently conflict with his/her 75

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 3 of 4 abilities to fulfill these safety related duties. Duties that would inherently conflict include production supervision and production management. c. A non-exempt subcontractor is defined as one that has a subcontract value in excess of one million dollars and who is otherwise exempt under subsection 1.4 below. d. Designate a competent person for each shift. e. Develop a Job Safety Analysis (JSA) for high-risk operations prior to their commencement and review specific JSA requirements with their employees. High risk operations include such activities as shoulder or lane closure; any excavation greater than 6 ft. in depth; pile driving; rebar placement; falsework erection; concrete placements involving cranes or pumps; and setting structural steel or precast elements, overhead sign structures, signals, high-mast lighting, etc. A copy of the JSA form is herewith included in Appendix B. Copies of completed JSA forms shall be kept on file at the Contractor’s field office and made available to the Engineer upon request. f. Ensure that all subcontractor and suppliers are provided with a copy of Contractor's project site- specific Safety Plan and are informed of their obligations with regard to safety. g. Immediately address noted deficiencies upon observation. Where deficiencies cannot be corrected immediately, the Contractor shall develop a corrective action plan outlining the procedures and schedule for completion. h. Notify the MDTA of all written or oral warnings of safety violations/citations within 24 hours upon their receipt. i. Employ any additional measures that are necessary for project safety.

1.4 Exemptions

The following are exempt from the requirements of providing a Safety Plan: a. General Contractors or subcontractors who are certified by the International Organization for Standardization ("ISO certified") at the time of receipt of bids and who continuously maintain ISO certification for the duration of the Contract. b. In the case of a joint venture, each joint venture partner must be ISO certified. Should a Contractor or subcontractor lose the ISO certification during Contract performance, the Contractor or subcontractor will lose the exemption. Once lost, an exemption cannot be reinstated. In the event the Contractor or subcontractor loses the exemption, the Contractor or subcontractor shall immediately submit the project site-specific Safety Plan, in no case later than 15 calendar days from losing the ISO certification. c. Off site fabricators and suppliers.

76

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 4 of 4 d. If the Contractor is exempt and one or more of its subcontractors are non-exempt, then each non- exempt subcontractor shall prepare and submit a Safety Plan that is acceptable to the Contractor. The Contractor shall forward a copy of each Contractor-approved subcontractor Safely Plan to the Department for information and file, within thirty (30) calendar days of the Contractor’s issuance of Notice to Proceed to the non-exempt subcontractor.

1.5 Measurement and Payment

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

77

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 3

APPENDIX A MINIMUM BASIC OUTLINE FOR PROJECT SITE-SPECIFIC SAFETY PLAN 1. SIGNATURE SHEET

Title, signature, and phone number of the following:

a. Plan preparer (for example, corporate safety person or project safety person)

b. Plan approver, who shall be an officer of the company; and

c. Plan concurrer, who shall be the most senior Contractor representative that the Contractor intends to assign full time to the project.

2. BACKGROUND INFORMATION

a. Contractor;

b. Contract number;

c. Project name;

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

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

3. STATEMENT OF SAFETY AND HEALTH POLICY

In addition to the corporate policy statement, a copy of the corporate safety program may provide a significant portion of the information required by the accident prevention plan.

4. RESPONSIBILITIES AND LINES OF AUTHORITIES

Identification and accountability of personnel responsible for safety at both the corporate and project level.

5. SUBCONTRACTORS AND SUPPLIERS

Provide the following:

a. Identification of subcontractors and suppliers;

b. Means for controlling and coordinating subcontractors and suppliers; and

c. Safety responsibilities of subcontractors and suppliers.

78

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 2 of 3 6. TRAINING

a. List subjects to be discussed with employees in the safety indoctrination;

b. List mandatory training and certifications which are applicable to this project [for example, explosive-actuated tools, confined space entry, crane operator, diver, vehicle operator, Hazardous Waste Operations and Emergency Response (HAZWOPER) training and certification, personal protective equipment, etc.] and any requirements for periodic retraining / recertification;

c. Identify requirements for emergency response training; and

d. Outline requirements (who attends, when given, who will conduct, etc.) for supervisory and employee safety meetings.

7. SAFETY AND HEALTH INSPECTIONS

Provide details on when inspections will be conducted, how inspections shall be recorded, deficiency tracking system, follow-up procedures, etc.

8. SAFETY AND HEALTH EXPECTATIONS, INCENTIVE PROGRAMS, AND COMPLIANCE

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

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

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

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

9. ACCIDENT REPORTING

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

a. Exposure data (personnel hours worked);

b. Reports and logs for accident investigations; and

c. Immediate notification of major accidents

79

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 3 of 3 10. MEDICAL SUPPORT

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

11. PERSONAL PROTECTIVE EQUIPMENT

Outline procedures (e.g. who, when, how) for conducting hazard assessments and written certifications for use of personal protective equipment.

12. PLANS (PROGRAMS, PROCEDURES) REQUIRED BY THE APPLICABLE REGULATIONS

The Contractor shall provide information on how the requirements of major sections of Title 29 CFR 1910 and 1926 in the project site-specific Safety Plan will be met. Particular attention shall be paid to excavations, fall protection, scaffolding, medical and first aid requirements, sanitation, personal protective equipment, fire prevention, machinery and mechanized equipment, electrical safety, public safety requirements, and chemical, physical agent and biological occupational exposure prevention requirements. Detailed site-specific hazards and controls shall be provided in the job safety analysis for each phase of the operation, not in the program. Additional safety requirements may be necessary when working within the limits of Railroad Rights of Way and the Contractor shall abide by the rules and regulations of the Railroad as directed by the Engineer. See Section 100.01.03 of these Special Provisions.

80

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 1

APPENDIX B JOB SAFETY ANALYSIS Activity: ______Analysis by/Date: ______

POTENTIAL SAFETY/ RECOMMENDED PRINCIPAL STEPS HEALTH HAZARD CONTROL

Identify the principal steps Analyze each principal step for Develop specific Controls involved and the sequence potential hazards for each potential hazard of work activities.

EQUIPMENT TO BE EQUIPMENT INSPECTION TRAINING USED REQUIREMENTS REQUIREMENTS

List equipment to be used in List equipment inspection List training requirements, the work activity. requirements for the type of including hazard equipment utilized for the work communication. activity.

81

SPECIAL PROVISIONS Contract No. BB-3008-0000 SPI — 8.09 LIQUIDATED DAMAGES 1 of 2 GENERAL PROVISIONS GP SECTION 8 PROSECUTION AND PROGRESS

DELETE: Section GP 8.09 in its entirety

INSERT: The following.

GP-8.09 LIQUIDATED DAMAGES

Time is an essential element of the Contract and it is important that the work be vigorously prosecuted until completion.

For every calendar day that the contract remains uncompleted after the expiration of the contract time specified herein, or amended by extra work authorization, change orders or supplemental agreements, the Contractor will be liable for Liquidated Damages. The amount of Liquidated Damages shall be One Thousand Five Hundred Dollars ($1,500.00) per Calendar Day assessed for each Calendar Day any portion of the work remains uncompleted beyond 852 Calendar Days (Project Substantial Completion). This amount shall be deducted from any money due the Contractor, not as a penalty, but as Liquidated Damages. Damages in excess of any retained percentage shall be paid to the MDTA by the Contractor.

Some items of work to be completed under BB-2819-000 are dependent upon the scheduled completion of BB-3008-0000 activities. Likewise, some items of work to be completed under BB- 3008-000 are dependent upon the scheduled completion of BB-2819-0000 activities, including pavement resurfacing performed by BB-2919-0000 prior to the installation of illuminated pavement markers by BB-3008-0000. Failure of the BB-3008-0000 activities to be completed on schedule will result in delays to BB-2819-0000 and subsequently BB-3008-0000. The BB-3008-0000 contractor is required to have completed all work activities requiring temporary traffic control devices as shown on the Contract plans and to have removed all temporary traffic control devices as shown on the Contract Plans from the roadway by June 30, 2021 so that the BB-2819-0000 contractor can complete pavement resurfacing work. The BB-2819-0000 Contract is scheduled for completion by August 30, 2021, at which time, the BB-3008-0000 Contractor can proceed with illuminated pavement marker installation.

Liquidated damages in the amount of One Thousand Five Hundred Dollars ($1,500.00) per Calendar Day will be assessed for each Calendar Day any work requiring temporary traffic control devices as shown on the Contract plans is not completed and/or temporary traffic control devices as shown on the Contract Plans remain installed on the roadway after June 30, 2021. The amount of Liquidated Damages shall be deducted from any money due the Contractor, not as a penalty, but as Liquidated Damages. Damages in excess of any retained percentage shall be paid to the MDTA by the Contractor. These liquidated damages shall also apply for any changes the Contractor proposes to the temporary traffic control that are approved by MDTA. These liquidated damages do not apply to remaining contract work that can be completed using standard temporary work shift type closures as permitted by the Contract Documents and the associated temporary traffic control devices for their implementation. 82

SPECIAL PROVISIONS Contract No. BB-3008-0000 SPI — 8.09 LIQUIDATED DAMAGES 2 of 2 The Testing, System Software Development, and Integration effort is critical to the success of this project. MDTA will perform work associated with this effort as noted in the Contract Documents. MDTA requires equipment to perform this work that is supplied by the Contractor as defined in Section 800.14 – Equipment Commissioning, Testing, And Integration Support. Delivery of the Testing, System Software Development, and Integration Equipment to MDTA on schedule is imperative to the successful and on schedule completion of this project. The Contractor is required to deliver the Testing, System Software Development, and Integration Equipment to MDTA within the schedule defined in Section 800.14 – Equipment Commissioning, Testing, And Integration Support.

Liquidated damages in the amount of Five Hundred Dollars ($500.00) per Calendar Day will be assessed for each Calendar Day the Testing, System Software Development, and Integration Equipment has not been delivered to MDTA past the schedule defined in Section 800.14 – Equipment Commissioning, Testing, And Integration Support. The amount of Liquidated Damages shall be deducted from any money due the Contractor, not as a penalty, but as Liquidated Damages. Damages in excess of any retained percentage shall be paid to the MDTA by the Contractor.

83

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000

TERMS AND CONDITIONS

84

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 1

TERMS AND CONDITIONS TC SECTION 2 BIDDING REQUIREMENTS AND CONDITIONS 92 DELETE: TC-2.13 Partnering in its entirety.

INSERT: The following.

TC-2.13 PARTNERING

A formal partnering relationship shall be established between the MDTA and the Contractor, subcontractors and suppliers for the conduct of work in this Contract. The partnership will be structured to draw on the strengths of each organization through open communication, teamwork and cooperative action to identify and achieve reciprocal goals. The objectives are effective and efficient Contract performance, mutual resolution of conflicts at the lowest responsible management level, completion within the Contract bid price, on schedule, and in conformance with the Contract Documents. This partnership will not change the legal relationship of the parties to the Contract nor relieve any party from any of the terms of the Contract.

Within 7 days after the award of the Contract, the Contractor shall meet and agree with the MDTA on the details for the initial partnering workshop, including the schedule, venue, selection of the partnering facilitator, and other administrative details. The initial partnering workshop shall preferably be held in conjunction with the preconstruction meeting, but no later than 30 days after it.

There will be six additional formal partnering workshops. It is anticipated that one formal partnering session will be held for each six-month period. However, the exact timing and frequency of these additional partnering workshops shall be determined mutually by the Contractor and the MDTA.

The Contractor shall be represented by key on-site project personnel including, at a minimum, the project principal, project manager, office engineer, scheduling engineer, lead superintendents and foremen, and representatives from key subcontractor(s) and suppliers.

All partnering costs shall be shared equally by the Contractor and the MDTA. These costs include all costs for the partnering facilitator(s), rental cost of the partnering venue(s), if any, and costs for meals, refreshments and partnering materials as mutually agreed to between the MDTA and the Contractor. An allowance of up to $5,000.00 will be reimbursed under the “Partnering” item for the MDTA’s share of costs for partnering. The balance of this allowance shall be updated at the monthly payment estimate following each partnering workshop. Final adjustment to this allowance shall be made at the time of final payment to the Contractor. All other costs associated with the partnering workshops, such as wages, travel and lodging expenses for the employees, shall be borne separately by the party incurring the costs, and no additional compensation will be allowed.

85

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 7

TERMS AND CONDITIONS TC SECTION 4 CONTROL OF WORK TC-4.01 WORKING DRAWINGS

DELETE: Section (a) in its entirety

INSERT: The following.

(a) General. The Plans will be supplemented by shop plans, working drawings, catalog cuts, , material data, installation plans and manuals, user manuals, and other data necessary to demonstrate to the Engineer adequate control of the work, proper installation and handling, conformance to the specifications, and that the proposed materials and equipment is suitable for the intended use. All authorized alterations affecting the requirements and information given on the working drawings shall be in writing to the Engineer. Any deviations from the Specifications, Special Provisions, or Plans shall be clearly highlighted and explained. When reference is made to the working drawings, the interpretation shall be the working drawings as affected by all authorized alterations then in effect. When reference is made to the working drawings, the interpretation shall be that working drawings include working drawings, catalog cuts, schematics, material data, installation plans and manuals, user manuals, and other data necessary to demonstrate to the Engineer adequate control of the work, proper installation and handling, conformance to the specifications, and that the proposed material or equipment is suitable for the intended use. Where applicable, working drawings will also need Railroad approval as determined by the Engineer and processed by the Engineer. See Section 100.01.03 of these Special Provisions.

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

Substitution of equipment or materials other than those specified will be considered, providing, in the opinion of the Engineer, such equipment or material is equal to, or better than specified. The decision of the Engineer with respect to approval or disapproval of any material or equipment proposed to be

86

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 2 of 7 substituted as an “or equal” is final. The Contractor shall have no claim of any sort by reason of such decision.

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

If the substitute material or equipment requires any re-design or affects other aspects of the project, the Contractor shall be responsible to provide such re-design including details, calculations, and plans to adjust elements as necessary to achieve the re-design at no additional cost to the MDTA. Cost saving re-designs will be considered under the value engineering specifications. Calculations and plans for substitutions shall be sealed and signed by a Professional Engineer registered in the State of Maryland.

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

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

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

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

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

Working drawings for standard scuppers are required.

87

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 3 of 7 The working drawings and all other submittals required by the Contract shall be submitted electronically as files (FAXES are NOT acceptable). Electronic submission shall be made via the internet to a secure ProjectSolve² © website established for this purpose. Email submission is not acceptable. Reviewed working drawings shall be returned to the Contractor via the secure website. The Contractor shall be notified via e-mail when reviewed working drawings are ready. Protocols, instructions, user names and passwords will be provided for the use of the secure website, electronic submissions and return of working drawings after award of the Contract.

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

• Hardware

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

• Operating System

– Windows 7 for full functionality.

• Internet Browser

– Microsoft Internet Explorer Version 11, 32-Bit for full functionality.

• Internet Access

– High-speed access.

• Pop-up Blockers

– Interfere with ProjectSolve2© operation: disable for session.

• Spyware

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

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

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

The first page of each submittal shall be a cover page. The cover page must be in the 8.5" x 11" sheet format. The cover page must include: 88

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 4 of 7 (a) The Contract number.

(b) The Contract title.

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

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

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

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

(g) The date of the submittal.

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

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

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

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

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

1. The first six characters must be the first six characters of the contract number. For example, for this contract, BB-3008-0000, the first six characters of the file name must be BB3008.

2. The seventh character must be a dash.

89

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 5 of 7 3. The eighth through tenth characters shall be the text format. “SUB” short for Working Drawing and Catalog submittals, “RFI” short for Request for Information, “SOS short for Source of Supply, “LTR” short for letter (correspondence), “SAP short for Subcontractor Approval Request, and “MD” short for Mix Design submittals.

4. The eleventh character must be a dash.

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

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

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

8. Examples of filenames:

i. Original Submission:

1. BB3008-SOS-001-Conduit.pdf

2. BB3008-MD-015-Foundation Concrete Mix Design.pdf

ii. Resubmission:

1. BB3008-SOS-001R2-Conduit.pdf

2. BB3008-MD-015R4-Foundation Concrete Mix Design.pdf

iii. Submission with multiple files:

1. BB3008-SUB-109-Structural Steel File 02 of 05.pdf

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

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

90

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 6 of 7 Further to the electronic submission requirement, the Contractor must provide one original copy for all correspondence.

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

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

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

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

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

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

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

All shop plans and working drawings shall be reviewed and approved by the Contractor prior to submitting for approval to the MDTA and shall be submitted by the General Contractor only. No drawings sent to the MDTA directly by subcontractors, fabricators, etc. will be accepted. 91

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 7 of 7 Acceptance of a material source by the Engineer does not constitute approval of the material as a substitute as an "equal". Submission of a material as an "or equal" must be done in accordance with the following paragraphs:

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

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

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

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

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

92

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 1

TERMS AND CONDITIONS TC SECTION 4 CONTROL OF WORK TC-4.02 FAILURE TO MAINTAIN PROJECT

DELETE: The last paragraph “The deduction will…item will resume.” in its entirely.

ADD: As the final paragraph:

The deduction will be equal to the daily prorated share of the lump sum price bid for Maintenance of Traffic or $1000.00 per day, whichever is more for each day or portion thereof that the deficiencies exist and will continue until the deficiencies and proper assumption of the required maintenance provisions are satisfactorily corrected and accepted by the Engineer. The amount of monies deducted will be a permanent deduction and are not recoverable. Upon satisfactory correction of the deficiencies, payment of the Maintenance of Traffic lump sum item will resume.

93 08-06-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 3

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

DELETE: The first two paragraphs under TC-5.01 in their entireties.

INSERT: The following.

The requirement of GP-7.14 “Liability Insurance” to submit Certificate of Insurance prior to starting work is modified for MDTA Contracts to require the certificate of insurance to be submitted prior to the execution of the Contract.

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

DELETE: The following contact information after the 6th paragraph:

Maryland State Highway Administration Director, Office of Construction 7450 Traffic Drive Hanover, MD 21076

INSERT: The following:

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

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

1. The Contractor shall not commence work under this contract until he has obtained all of the minimum amounts of insurance required by these Special Provisions and the insurance has been approved by the Engineer. The Contractor shall furnish to the MDTA duly executed certification of all required insurance on forms satisfactory to the MDTA. The certificates of insurance shall state that it is in force and cannot be cancelled, released or non-renewed except upon thirty (30) days prior written notice, registered mail to the MDTA. All Contractors' insurance policies, with 94

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 2 of 3

the exception of the Worker's Compensation and Employer's Liability, shall be endorsed to provide as additional insured the Maryland Transportation Authority and the State of Maryland.

2. The Contractor shall purchase and maintain such insurance as is specified herein which will protect the MDTA, its members, employees and agents, as well as the Contractor from claims which may arise out of or as a result of the Contractor's operations under this contract, whether such operations be by the Contractor, by any subcontractor, by anyone directly or indirectly employed by any of them or by anyone whose acts for which any of them may be held liable. This insurance shall be maintained in full force until the Contract has been accepted by the MDTA and final payment is made.

3. The MDTA requires the following minimum levels of insurance coverage for this contract:

a) Worker's Compensation and Employer's Liability

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

b) Commercial General Liability Insurance

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

c) Comprehensive Automobile Liability Insurance

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

d) Additional Insurance

The Contractor shall also procure and keep in effect:

95

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 3 of 3 Excess liability (umbrella coverage) in excess of and applicable to the coverage in the Commercial General Public Liability and Property Damage Insurance, "X, C, U" and Comprehensive Automobile Insurance in the amount of at least Two Million Dollars ($2,000,000) for each occurrence.

e) Pollution Liability Insurance

The Contractor shall maintain Pollution Liability Insurance throughout the entire project in the amount of at least Two Million Dollars ($2,000,000.00) per occurrence and Two Million Dollars ($2,000,000.00) in the aggregate.

4. Accident Notification. The Contractor shall send a written report to the Engineer and to the MDTA within twenty-four (24) hours of any accident or other event arising in any manner from the performance of the contract which results in or might result in personal injury or property damage.

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

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

96

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 1

TERMS AND CONDITIONS TC - SECTION 5 LEGAL RELATIONS AND PROGRESS TC-5.02 NOTICE TO PROCEED AND PROJECT SCHEDULE

DELETE: The last sentence of the first paragraph of TC-5.02, “No work shall be started before receipt of the Notice to Proceed”

INSERT: the following at the end of the first paragraph within Section TC-5.02:

No work shall be started before receipt of the Notice to Proceed, except as noted in the following subsection, Early Submissions.

EARLY SUBMISSIONS. After notification to the Contractor from the Administration that the Contractor is the apparent low bidder, the Contractor will be permitted to provide a written request to the Engineer to submit documentation for materials sources and working drawings for any items of work that have a long lead time and could jeopardize the project schedule. Upon written approval from the Engineer the Contractor may submit the applicable documentation to the Engineer.

Should the Contract not be awarded to the apparent low bidder who meets the requirements of the Contract, GP-8.10 will apply for all costs accrued for the preparation and approval of the working drawings and any resultant material purchase approved by the District Engineer and steel fabricated in conformance with the approved working drawings between the date the Contractor received notice of apparent low bidder and the date of notice that the apparent low bidder will not be awarded this Contract.

Should this Contract not be awarded to the apparent low bidder due to failure of the Contractor to comply with all award and execution requirements, all costs accrued for the preparation of the specific items and any resultant material purchased and steel fabrication shall be borne by the Contractor.

Failure of the Contractor to submit the early submissions will not be basis for delaying issuance of the Notice to Proceed or be considered a reason for a time extension.

97

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 3

TERMS AND CONDITIONS TC - SECTION 5 LEGAL RELATIONS AND PROGRESS TC-5.03 SUBCONTRACTING AND SUBCONTRACTORS

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

INSERT: The following:

TC – 5.03 SUBCONTRACTING AND SUBCONTRACTORS

In addition to the provisions of GP-8.01 (Subcontracting), the following shall apply on MDTA Contracts:

The subcontractors named in the Contractor’s bid and approved by the MDTA and those approved when subsequently submitted shall perform the Contract items as approved by the MDTA. Requests for permission to sublet, assign, or otherwise dispose of any portion of the Contract shall be in writing and include the item number or numbers and the dollar value. The Contractor shall give assurance that the minimum wage for labor, as specified in the Contract Documents, shall apply to labor performed on all work sublet, assigned, or otherwise disposed of.

When a subcontractor has been approved by the MDTA for the performance of specific items of work on the Contract, the MDTA will not allow the Contractor to substitute another subcontractor, except in the event the Contractor requests in writing that the approved subcontractor be relieved of the necessity of performance of the work. Any change of subcontractors shall be requested in writing by the Contractor and shall have the written concurrence of the previously designated subcontractor. Concurrence shall not be unreasonably delayed, in the judgment of the MDTA.

If a subcontractor does not perform to the satisfaction of the Contractor, the Contractor may request to be allowed to perform the work with his own forces or request that another subcontractor, mentioned by name, be substituted. When reasons submitted for the substitution of the subcontractor indicate that the change will be in the best interest of the MDTA, approval of the request will be granted.

Roadside production of materials, unless performed by the Contractor, shall be considered as subcontracting. This shall be construed to mean the production of crushed stone, gravel, or other materials by means of portable or semi-portable crushing, screening, or washing plants, established or reopened in the vicinity of the work for the purpose of supplying materials to be incorporated into the work on a designated project or projects.

The purchase of sand, gravel, crushed stone, crushed slag, batched concrete aggregates, ready mix concrete, or other materials produced at and furnished from established and recognized commercial plants, together with the delivery of the materials to the site of the work by the producer or by recognized commercial hauling companies, will not be considered as subcontracting. 98 03/27/2013

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 2 of 3 Subcontractors Prompt Payment. The Contractor is responsible for making timely payments to all Subcontractors and Suppliers and providing written certification as required by Section 15-226 of the State Finance and Procurement Article of the Annotated Code of Maryland and COMAR 21.10.08. This Contract and all subcontracts issued under this Contract are subject to the provisions of Section 15-226 of the State Finance and Procurement Article and COMAR 21.10.08. A Contractor shall include in its subcontracts for work under this Contract, wording that incorporates the provisions, duties and obligations of State Finance and Procurement Article, Section 15-226 and COMAR 21.10.08.

This Contract requires the Contractor to make prompt payment to all subcontractors any undisputed amount including retainage to which the subcontractor is entitled for work under the Contract within 10 days of receiving payment from the MDTA.

Each month, the Construction Project Engineer (CPE) will review the current pay items with the Contractor to ensure that all work satisfactorily completed within specifications is included in the monthly progress payment. For payment purposes, the same quantity totals used to compute the payment to the Contractor will be the basis for payment to the subcontractor.

If the subcontractor does not receive payment within the required 10 days, the subcontractor shall notify the Project Engineer in writing of the amount in dispute including the item numbers and payment quantity for each.

The Project Engineer will then notify the Director of Construction of the dispute. The Director of Construction or his representative will verbally contact the Contractor within 48 hours to ascertain whether or not a performance dispute exists which necessitates non-payment to the subcontractor.

If a performance dispute exists, the Contractor must demonstrate that there is a valid basis to withhold payment from the subcontractor. If the Contractor withholds payment from a subcontractor, the Contractor shall provide to the subcontractor written notice of the withholding of payment. The notice shall detail the reasons for withholding payment as well as the amount. A copy of the notice shall be provided to the Surety and the Project Engineer.

If no valid dispute exists, the Contractor will be directed to make immediate payment to the subcontractor. The subcontractor will be responsible for notifying the Director of Construction if this payment is not made. Upon receipt of notification, the Director of Construction will schedule a meeting with the Contractor and subcontractor to verify and discuss the non-payment issue. This meeting will be held at the MDTA’s offices within 2 working days of the MDTA’s contact with the subcontractor.

If it is determined that the Contractor has withheld payment to the subcontractor without cause, further progress payments to the Contractor will be withheld until the subcontractor is paid. In addition, MDTA may order a suspension of work or other administrative actions as it sees fit.

99 03/27/2013

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 3 of 3 The MDTA may require the Contractor to pay a penalty to the subcontractor, in an amount not exceeding $100 per day, from the date the payment was required. A penalty will not be imposed for any period that the Director of Construction determines the subcontractor was not diligent in reporting nonpayment in conformance with the Contract documents.

If an action is taken as stated above, the Contractor shall notify the MDTA’s Project Engineer when payment is made. After the MDTA’s Project Engineer verifies that payment has been made to the subcontractor, the MDTA shall release withheld progress payments.

A Contractor or subcontractor may appeal the decision of the Director of Construction to the Chief Engineer in conformance with GP-5.15 (Disputes). The Chief Engineer will render a final decision on this issue in conformance with GP-5.15 (Disputes). A decision of the MDTA under these Terms and Conditions is not subject to judicial review or the provisions of COMAR 21.10.04.

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

100 03/27/2013

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 1

TERMS AND CONDITIONS TC SECTION 7 PAYMENT TC-7.05 PROGRESS PAYMENT

DELETE: TC-7.05 PROGRESS PAYMENTS Subsection (a) (3) Variable Retainage

INSERT: The following.

(3) Variable Retainage. The Contract will be subject to a variable retainage based upon the MDTA’s performance evaluations of the Contractor.

Those qualifying may have retainage reduced upon request of the Contractor with consent of surety. This request must be processed through the Project Engineer. If at any time during the performance of the work, the evaluation of the Contractor changes, retainage reduction may be reconsidered.

After 15 percent project completion and upon request, Contractors with “A” evaluations for the last two years may be reduced from 5 percent to 2 percent. Project completion percentage will be based upon actual work completed (excluding monies paid for stored materials). An interim evaluation of the current project would need to be completed and must be an “A”. Contractors with “A” evaluations for the last two years may petition to have all retainage at that point released upon completion of a significant milestone. Release of full retainage will be at the discretion of the Project Engineer. Retainage will continue at 2 percent until the next milestone or completion of the contract.

At 50 percent project completion and upon request, Contractors with “B” evaluations or any combination of “A” and “B” evaluations for the last two years may be reduced from 5 percent to 2.5 percent, and remain at that level until released upon final payment. Project completion percentage will be based upon actual work completed (excluding monies paid for stored materials). An interim evaluation of the current project would need to be completed and would need to be an “A” or “B”.

Contractors with “C” evaluations or any combination of “C” and “D” evaluations for the past two years will begin and remain at 5 percent for the life of the project.

Contractors with a “D” evaluation for the last two years will begin at 5 percent. Project performance will be evaluated monthly with the retainage being raised to 10 percent for continued “D” performance.

New Bidders. Contractors who have not been previously rated by the MDTA may be eligible for a reduction in retainage. To be eligible, their past performance on highway and bridge work shall be documented by the government agency with whom they had a contract and their performance shall be documented on MDTA forms.

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

101

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

CONTRACT SPECIFICATIONS Contract No. BB-3008-0000

CONTRACT SPECIFICATIONS

102

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

CONTRACT SPECIFICATIONS Contract No. BB-3008-0000 1 of 2

CATEGORY 100 PRELIMINARY SECTION 100.01 – MISCELLANEOUS WORK ALLOWANCE

100.01.01 DESCRIPTION. An allowance of $550,000.00 has been included in the Contract to provide for miscellaneous repairs, replacements, equipment, modifications, and miscellaneous work assigned by the Engineer within the project limits in addition to the assigned scope of work. The scope of work under this item will be as directed by the Engineer. This item will only be used if necessary and will not be used without approval of the Engineer.

The work covered under this section shall not include any time extension to the Contract unless authorized by the Engineer. This item will not be used to impact the Incentive/Liquidated Damages Program.

100.01.02 MATERIALS. Any material to be used under this section shall be approved by the Engineer before purchase.

100.01.03 CONSTRUCTION. The Contractor’s methods and techniques which he proposes to utilize in performing the work shall be subject to the review of the Engineer. Any emergency repairs made under this item shall be completed in a timely manner to the full satisfaction of the Engineer.

Once an assignment is made by the Engineer for work to be performed under this item, as a first order of work and prior to ordering materials, the Contractor shall accompany the Engineer in the field to determine the limits of all work to be performed. All locations of work shall be identified by the Engineer and marked in the field. The Contractor shall then take all necessary measurements and provide a list of materials and quantities to the Authority for approval.

The Contractor shall not begin work under this section unless directed by the Engineer in writing. If necessary, plans and details may be generated and provided to the Contractor for each specific condition or area.

All repairs shall be completed as directed by the Engineer and in accordance with any applicable Specifications.

100.01.04 MEASUREMENT AND PAYMENT. Payment for the miscellaneous repairs, modifications, equipment and miscellaneous reimbursable expenses as directed by the Engineer will be paid for under the Miscellaneous Work Allowance item. The payment for the miscellaneous work will be full compensation for all material, equipment, tools, labor and all work incidental to complete the item as directed by the Engineer. There is no guarantee that any or all of this item will be used during the term of the Contract.

Any material purchased prior to approval will be considered at the Contractor’s risk and not subject to payment if the work is not approved, is not performed, or is changed. 103

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

CONTRACT SPECIFICATIONS Contract No. BB-3008-0000 2 of 2 All work performed under this item will be measured and paid for in conformance with TC-7.03 of the Specifications. If the Contractor and Engineer can agree upon unit prices or other method of payment, the agreed upon method of measurement and payment shall then be used.

104

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 100.02 — WORK RESTRICTIONS FOR PEREGRINE FALCONS

1 of 2 CATEGORY 100 PRELIMINARY SECTION 100.02 – WORK RESTRICTIONS FOR PEREGRINE FALCONS 100.02.01 GENERAL

Peregrine falcons are known to be nesting under most of MDTA bridge decks. In particular, the Peregrine falcons are currently known to be nesting at the Francis Scott Key, William Preston Lane, and Governor Harry W. Nice Memorial/Senator Thomas “Mac” Middleton bridges. There are no currently known nests at the Thomas J. Hatem. At the Millard E. Tydings, there is an unconfirmed report of Peregrine nesting. Peregrines are ranked “In Need of Conservation” in Maryland.

Bridge construction or repair work within the immediate area of the nesting Peregrine Falcons will disturb the birds and can cause nest abandonment. This could result in the death of eggs or young.

Adult peregrine falcons aggressively defend their nests, which may also pose safety problems for bridge workers. It should be understood that these falcons are aggressive, are known to dive bomb intruders during mating seasons, prior to egg hatching, and while the offspring are young. These birds fly at speeds up to 200 MPH. The nesting season for peregrine falcons in Maryland extends from 1 March through 30 June each year.

To comply with regulations of the Maryland Department of Environment and the Maryland Department of Natural Resources, the Contractor should avoid work in areas where Peregrine Falcons are nesting during mating and egg hatching seasons. A time-of-year restriction for repair or construction on the bridge is in place for any work within ¼ mile (all directions) of nest sites beginning February 1 and ending 30 June of all years. Most nests are located on the anchorage piers on either side of the main channels. The U.S. Fish & Wildlife Service maintains current information on nesting locations. The restriction can be waived for any nests not being used.

When the Contractor encounters a nest, the Contractor shall notify the Project Engineer immediately to determine a viable work around to minimize cost and schedule impacts. The Contractor is required to also contact the Maryland DNR and the U.S Fish and Wildlife Service (USFWS) to provide specifics on the location where the Peregrines were encountered. The contact information is as follows:

• USFWS Contact: Mr. Craig Koppie, Ph: 410.573.4534, e-mail: [email protected] • DNR Contact: Mr. Glenn Therres, Ph: 410.260.8572, e-mail: [email protected]

2 of 2

105

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 100.02 — WORK RESTRICTIONS FOR PEREGRINE FALCONS

The Contractor, when bidding this job, should understand that no work can take place between 1 March and 30 June within ¼ mile (distance may be adjusted by DNR/MDTA) of active nesting locations on the WPL, FSK, HWN, and other bridges where nesting is active.

The Contractor should make every attempt to work in affected areas, before the restricted season, including changing the order in which work progresses. The Contractor should take full advantage of working time when it is available by using multiple crews or working on different facilities and multiple facilities simultaneously in order to complete work within the contract time.

100.02.02 CONSTRUCTION

The Contractor is required to contact the Maryland DNR (POC: Glenn Therres, Telephone: 410.260.8572, [email protected]) prior to the start of any work on bridges inquire about the presence of protected birds. If nests are encountered that were not previously known about, stop work and contact the DNR representative.

100.02.03 MEASUREMENT AND PAYMENT

This item will not be measured for payment. Costs for these restrictions will be accounted for in the various bid items for labor categories and equipment. Work schedules must be adjusted to accommodate restrictions associated with nesting. Claims for delays will be analyzed and treated like any other site access cancellation as specified in the scheduling provisions.

106

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 103.00 — ENGINEERS OFFICE 1 of 4

CATEGORY 100 PRELIMINARY SECTION 103 – ENGINEER’S OFFICE DELETE: 103.03.06 Microcomputer System for all Offices in its entirety.

INSERT: The following. SECTION 103.03.06 COMPUTER SYSTEM. Furnish 2 desktop computers and 2 laptop computers, printers, and/or multifunction printers, and other equipment as specified herein.

General Requirements.

(a) IBM compatible with an Intel Core i5 processor.

(b) Minimum hard drive storage of 500 GB (gigabyte).

(c) One CD-RW drive (re-writable CD-ROM). 16X Minimum speed.

(d) Operating System. Minimum Microsoft Windows 7 Professional Edition. The computer system will not be acceptable unless all Microsoft Windows Critical Updates are installed.

(e) Printer. When an Engineers Office is specified, furnish a color all-in-one laser printer/scanner/copier/fax with at least 64 MB of RAM and meeting the following minimum requirements:

(1) Input paper capacity of 150 sheets.

(2) Automatic document feed of 35 page capacity.

(3) Printer resolution up to 600 X 2400 dpi, and a print speed (color) of at least 15 ppm.

(4) Scanner resolution must be capable of 1200 x 2400 dpi optical. Built in Copier resolution must be capable of up to 600 X 600 dpi. Copier speed of at least 15 ppm.

(5) Fax speed of at least 2 sec./page.

(6) For security reasons, a printer with an internal hard drive installed is not allowed.

(7) Printer have the capability to reproduce 11” x 17” copies

107 11- 24-15

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 103.00 — ENGINEERS OFFICE 2 of 4 (f) Software. Supply all manuals, license numbers, software key numbers, and/or software on original disks for retention in the Engineers Office or Administration facility for the duration of the Contract.

(1) Microsoft Office 2007 Professional (32-Bit version only), for Windows or later. The computer system will not be acceptable unless all available Microsoft Office Professional critical updates and service packs are installed.

(2) Install and configure antivirus/antispyware software to perform an automatic virus signature update when the microcomputer system connects to the internet. No Freeware allowed (Antivirus/AntiSpyware software approved for Administration web email: *Norton, *McAfee, Sophos, or ETrust.)

(g) Internet Access. Provide unlimited internet service approved by the Engineer. Where available, provide internet high-speed service from cable. DSL service will be acceptable only if cable service is not available. Provide an external router device with cable or DSL internet service. Provide firewall software to protect the computer from security intrusions.

*Both Norton Internet Security and McAfee Internet Security include Antivirus and a Personal Firewall.

(h) Accessories.

(1) When an Engineers office is specified, provide a standard computer workstation with minimum desk space of 60 X 30 in. and a padded swivel type chair with armrests.

(2) 8-1/2 X 11 and 11 X 17 in. xerographic paper as needed.

(3) Toner and ink as needed.

(4) Maintenance agreement to provide for possible down time.

(5) Physical security system to deter theft of the computer and components.

(6) Three (3) 4-GB (minimum size acceptable) USB flash drive storage devices.

(7) Blank recordable CD-RW media as needed.

Desktop Specific Requirements.

(a) IBM compatible with an Intel Core i5 processor.

(b) Minimum processor speed of 3.0 GHz.

108 11- 24-15

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 103.00 — ENGINEERS OFFICE 3 of 4 (c) Minimum of 4 GB RAM.

(d) Enhanced 101 key keyboard with wrist rest.

(e) Super video graphics accelerator (SVGA).

(f) Mouse and mouse pad.

(g) Flat-panel LCD monitor (19 in. minimum) meeting Energy Star requirements.

(h) Uninterruptible power supply (UPS).

Laptop Specific Requirements.

(a) Must meet military standard of durability MIL-STD 810G.

(b) Minimum processor speed of 3.2 GHz.

(c) Minimum 4 GB SDRAM.

(d) Minimum 15 in. 1024x768 (XGA), daylight-readable, 500nits (cd/m2) LCD display.

(e) Power Supply. Two lithium ion battery packs with overcharge protection, an AC adaptor, and a vehicle DC power adaptor that operates the laptop and simultaneously charges the laptop’s internal battery.

(f) Carrying Case.

(g) Printer. When an Engineers Office is not specified, furnish a portable B&W printer with DC power adapter and having a minimum resolution of 1200 dpi, at least 8 MB of RAM, and a print speed of at least 15 ppm. (Note: A color printer may be substituted if a digital camera is specified.

(h) Internet Service. If an Engineers office is not specified, furnish the laptop with an internal wireless broadband card and broadband internet service.

Have the computer system completely set up and ready for use on or before the day the Engineers office is to be occupied. When an Engineers office is not specified, have the computer system furnished complete and ready for use at least five days prior to beginning any work on the project.

The computer system is for the sole use of the Engineer. The engineer will have complete access to the system. After all specified software is satisfactorily installed by the contractor an SHA technician/ representative will ensure that no user accounts exist on the computer system except those used by the Engineer.

109 11- 24-15

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 103.00 — ENGINEERS OFFICE 4 of 4 If for any reason the system fails to operate, is stolen, or is otherwise unavailable for use, it shall be replaced or repaired within 48 hours.

Any remote access to the computer system by the contractor may be performed only with the permission and supervision of the Engineer.

When the computer system is no longer required, the Construction Management software system including original user/operator guide manuals, program disks, and all data files (including those stored on USB flash drives, CD-R’s, etc.) will be removed by the Engineer and delivered to the District Engineer and become the property of the Administration. The remaining computer systems shall remain the property of the Contractor.

103.04 MEASUREMENT AND PAYMENT.

ADD: The following as a fourth paragraph.

Computer. The computer system will not be measured but the cost will be incidental to the Contract price for the Engineers Office item.

110 11- 24-15

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 104.00 — GENERAL 1 of 1

CATEGORY 100 PRELIMINARY SECTION 104 – MAINTENANCE OF TRAFFIC (GENERAL) SECTION 104.00 – GENERAL

INSERT: After the last paragraph:

This project affects the William Preston Lane Jr. Memorial Bridge (Bay Bridge) in Anne Arundel and Queen Anne’s Counties. This work will require coordination with the Maryland Transportation Authority, who may require that notification of traffic control changes be provided to and coordinated with State Highway Administration (MDOT SHA), Anne Arundel County, and Queen Anne’s County.

111 11- 24-15

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS BB-3008-0000 1 of 16

CATEGORY 100 PRELIMINARY SECTION 104 – MAINTENANCE OF TRAFFIC (GENERAL)

SECTION 104.01 – TRAFFIC CONTROL PLAN (TCP) DELETE: The fourth paragraph sentence, “Refer to contract Documents for Work Restrictions.”

INSERT: The following: Maryland Transportation Authority

CONTACT TITLE PHONE NUMBER Bay Bridge Facility Mr. Richard Jaramillo (410) 295-8157 Administrator (443) 536-6659 Mr. Larry Hughes Area Engineer [email protected] (443)262-5512 Ms. Ciara Marks Bay Bridge Scheduler [email protected] (443) 813-0441 Ms. Judy Hinds Daytime Coordinator [email protected] (410) 375-4233 Mr. David Dixon Nighttime Coordinator [email protected] (410) 456-8611 Mr. Mike Giannini Safety Officer [email protected] Daytime Staging (301) 943-7841 Mr. Bobby Wojcik Coordinator [email protected] Serena Liu Traffic Manager 410-537-7848 Mr. Billy Clough AOC/-SOC 410-537-6631

For bidding purposes, the Contractor shall assume that the MDTA will only make available the following quantity of lane closures for performing work shown in the Contract documents, unless otherwise stipulated in other sections of this IFB:

1. Two (2) daytime and (2) nighttime lane closures per month (lanes to be determined by the Engineer) on the WB Bay Bridge structure.

2. Two (2) daytime and (2) nighttime lane closures per month (lanes to be determined by the Engineer) on the EB Bay Bridge structure.

The dates of these closures within that month are at the discretion of the Engineer and the Facility Administrator and are subject to change without notice. At the discretion of the Engineer and the Facility Administrator additional day and nighttime closures may be available to perform work. However, no additional compensation or time extensions will be given if additional closures are not 112 February 28, 2017

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS BB-3008-0000 2 of 16 available. Additionally, if the Contractor elects to utilize lane closures to perform work, no additional compensation or time extensions will be given for this option, including if lane closure cancellations occur regardless of the cancellation frequency. If the Contractor elects to not perform work utilizing a lane closure that MDTA has made available, that closure will be deducted from the available closures for that month. The Contractor may utilize lane closures provided by others or in conjunction with On Call task orders at no additional cost, and these will be deducted from the available days.

Work Restrictions. On the Monday of each week, the Contractor shall provide the Engineer with a complete list of anticipated lane and shoulder closures, allowing the MDTA a minimum of fourteen (14) calendar days or ten (10) working days notification. The Engineer shall then notify the affected facilities, the Office of Engineering and Construction Division’s Traffic Section and other appropriate offices. No lane closures shall be made without prior written approval of the Engineer in the form of an MDTA lane/shoulder closure permit. No additional payment for delays due to late submission of lane closure schedules or conflicts with other work or special events will be allowed.

Schedules are required to establish traffic control requirements and to coordinate TCP work zones. The MDTA is not responsible for lost workdays resulting from the Contractor failing to submit schedules or providing notification of maintenance of traffic requirements in a timely manner. Other contractors may be actively working in or around the vicinity of this project. The Contractor shall cooperate with, and coordinate work activities with Contractors in adjoining or overlapping work areas.

The Engineer reserves the right to modify or expand the methods of traffic control or working hours as specified in the Contract Documents. Any request from the Contractor to modify the work restrictions shall require written approval from the Engineer at least 72 hours prior to implementing the change. Changes must receive written approval from both the facility Administrator and the MDTA’s Office of Engineering and Construction. The Contractor shall submit a copy of the original work restrictions with the written request.

The Contractor is responsible for obtaining Lane/Shoulder Closure or other Permits from all affected agencies that require them, including those listed in this Special Provision. The Contractor shall make contact directly with the representative from the affected agency, through the Project Engineer, and provide a copy of all correspondence to the MDTA. Sufficient time shall be allowed for review and approval of the permit application.

The Contractor shall abide by the Allowable Lane or Shoulder Closure Schedules as provided herein and as determined by the approval of his lane closure permit application. The Contractor shall provide ten (10) working days advanced notice of intent to close lanes. Notice shall be given to the MDTA Engineer, affected agency representative as listed herein as well as the local Fire Departments and local Police Departments of any lane closures that could affect their emergency operations.

113 February 28, 2017

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS BB-3008-0000 3 of 16 With the approval of the Engineer and the Facility Administrator, the Contractor may utilize temporary drop offs and pickups for workers and small hand tools that do not require a lane closure to gain access. Deliveries of materials, equipment, large tools, etc. are not permitted by drop offs and pickups. Drop offs are permitted from the bridge deck prior to 6:00 AM. Pickup times must match the lane closure ending times. Drop offs and pickups are not permitted during two-way operation periods (i.e. WB Bay Bridge is in Contraflow), inclement weather and /or unusual traffic conditions. With the approval of the Engineer, the Contractor may deliver and retrieve employees by boat.

Work Restrictions Calendars. Refer to the following calendar sheets for allowable lane closure and restriction schedules and durations for years 2019, 2020, and 2021, when the MDTA may make a lane closure available. The Contractor is alerted that the 2019, 2020, and 2021 allowable lane closure schedule and periods were developed based on projected traffic volumes. The project traffic volumes for later dates are unknown and will require evaluation at a later date. Future years may be more restrictive on allowable lane closures than the schedules shown.

Lane closures are not permitted during the “Green” and “Yellow” restricted dates on the calendars.

Holiday restrictions are indicated by “Yellow” dates on the calendar.

Between the hours of 5 AM and 9 PM no more than one of the existing five traffic lanes may be closed at any time. Any eastbound closure will require Contraflow on the westbound bridge.

The Contractor’s work force shall not be visible to Traffic between 7AM and 9AM or during Contraflow.

114 February 28, 2017

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS BB-3008-0000 4 of 16 DAYTIME (SINGLE LANE ONLY)

115 February 28, 2017

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS BB-3008-0000 5 of 16 DAYTIME (SINGLE LANE ONLY)

116 February 28, 2017

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS BB-3008-0000 6 of 16 DAYTIME (SINGLE LANE ONLY)

117 February 28, 2017

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS BB-3008-0000 7 of 16 NIGHTTIME (SINGLE LANE, DOUBLE LANE, FULL BRIDGE)

118 February 28, 2017

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS BB-3008-0000 8 of 16 NIGHTTIME (SINGLE LANE, DOUBLE LANE, FULL BRIDGE)

119 February 28, 2017

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS BB-3008-0000 9 of 16 NIGHTTIME (SINGLE LANE, DOUBLE LANE, FULL BRIDGE)

120 February 28, 2017

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS BB-3008-0000 10 of 16 Obtaining a Lane Closure Permit for Bay Bridge. To obtain lane closure permits, the Contractor shall use the Bay Bridge Construction Schedule website at http://www.baybridgeschedule.com. In order to obtain a login for this system, requests should be made directly to the Bay Bridge Scheduler. Once the request is received, an account will be created on the Bay Bridge Schedule Website and the credentials sent in an email response.

Request for Lane Closure Permit for Bay Bridge.

A. The Contractor shall be as detailed as possible when submitting a lane closure permit request. Including only a contract number will not suffice for “Scope of Work” or “Work Location”. It is essential that MDTA operations is aware of where the Contractor will be working and the type of equipment that will be used to determine whether other contractors will be affected by the work.

B. Once a request is submitted, the Contractor will receive an email confirmation. The Contractor name should be displayed on the schedule, under the date indicated on the request, within one week of making the request. If the Contractor’s name does not appear on the schedule after one week, please contact the Bay Bridge Scheduler as there may be an issue.

C. Please submit all requests a minimum of 10 working days prior to the anticipated work. Last minute requests can create adverse conditions for safety. Failure to submit requests on time will result in the request being denied and work not being completed.

D. To stay informed on news related to lane closures, emergencies, and weather related information, visit the “News and Events” link on the Bay Bridge Schedule website. The “News and Events” website has an option to receive email alerts. This option will allow the Contractor to receive email alerts when lane closures are changed or canceled or any other information about working on or near the Bay Bridge. In addition to email alerts, there is an exclusive Bay Bridge Twitter feed by request only. This will give the Contractor the same information from the “News and Events” page but does not require an email to sign up.

Weather Criteria.

A. Set Duration. When the duration of the closure is pre-determined and set, and/or cannot be discontinued within thirty (30) minutes or less because of the type of work or equipment being utilized.

a. No closure will be allowed if the chance of rain is greater than 35% during any hours of the scheduled closure.

b. No closure will be allowed if the chance of the frozen precipitation is greater than 25% during any hour of the schedule closure.

c. No closure will be allowed winds are expected to reach or exceed 30 mph (Wind Warnings).

d. No closure will be allowed if fog is forecasted during the scheduled closure period. 121 February 28, 2017

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS BB-3008-0000 11 of 16 e. No closure will be allowed if commence when the roadway is wet.

B. Variable Duration. When the duration of the closure is not constrained by the type of the work or equipment being used and the closure can be discontinued and bridge/lanes re-opened in thirty (30) minutes or less.

a. No closure will be allowed if the chance of rain is greater than 50% during any hour of the schedule closure.

b. No closure will be allowed if the chance of frozen precipitation is greater than 35% during any hour of the schedule closure.

c. No closure will be allowed to commence when fog warning are in effect.

d. No closure will be allowed to commence when the roadway is wet.

e. No closure will be allowed when winds are expected to reach to exceed 30 mph (Wind Warnings).

Equipment and Mobilization for Cancellations Provisions. Work shift cancellations by the MDTA up to two (2) hours prior to scheduled work shall not result in claims or adjustments claims for costs incurred for equipment rental or mobilization. Cancellations within two (2) hours of the scheduled work will allow claims for actual costs incurred for labor, equipment rental, or mobilization that may be deemed reasonable by the MDTA.

Cancellation Provisions. The Contractor is alerted that cancelled lane closures are frequent at Bay Bridge. During some months, cancellation significantly exceeds the number of available periods. The Contractor should make every attempt to work during approved times or times the MDTA makes available, including changing the order in which work progresses. The Contractor should take full advantage of working time when it is available by using multiple crews simultaneously in order to complete work within the contract time.

Typically, cancellations will be made for inclement weather and unusual traffic conditions or the expectation of inclement weather and unusual traffic conditions. Refer to Weather Criteria within this section for common, but not all encompassing, reasons that closures may be cancelled.

As directed by the Engineer, temporary lane and shoulder closures will not be permitted during periods of inclement weather as described in Weather Criteria, or in the event of emergencies such as vehicle crashes or heavy traffic congestion. In the event that a temporary lane or shoulder closure must be reopened as directed by the Engineer or authorized MDTA staff, the Contractor shall evacuate all equipment, materials and personnel from the lane within 30 minutes. The MDTA reserves the right to cancel any scheduled closure for any reason. For the purposes of maintaining a Critical Path Method (CPM) schedule and for the purposes of delay claims, the following applies:

122 February 28, 2017

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS BB-3008-0000 12 of 16 A. Lane closure cancellations shall be measured in one half-day increments. Day shift cancellation will be considered a one half-day cancellation. Night shift cancellation will be considered a one half-day cancellation.

B. An MOT Dependent Activity is a work activity that can only be performed with the implementation of a temporary lane closure.

C. A Cancellation (Lane Closure Cancellation) is any event where the MDTA cancels or refuses to permit a lane closure for a shift where the Contractor has requested access and is approved to perform work on an MOT Dependent Activity that is on a critical path during an allowable lane closure period. This shall include, but not be limited to, cancellations due to weather, traffic, visibility, other Contractors working in the area, or other causes. The listed restricted periods on the calendars (holidays, race/walk events, etc.) and periods outside of the allowable lane closure schedule shall not be included as cancellations.

D. The Contractor is alerted that MDTA shall conduct four (4) daytime and four (4) nighttime closures per month on either bridge for MDTA maintenance and inspection activities. The dates of these closures within that month and which lanes to close are at the discretion of the Engineer and the Facility Administrator and may be changed without notice. Where applicable, the Contractor may elect to perform work utilizing these lane closures, but these days shall not be included as cancellations.

E. The Contractor shall assume that 50% of all allowable lane closures throughout the duration of this contract will be cancelled at the Bay Bridge.

F. On days when the Engineer adjusts the actual lane closure start or end times from the planned allowable lane closure schedule, a Lane Closure cancellation will only be counted if the duration of the lane closure is shortened by 2 hours or more. The Engineer may adjust the start and end times of lane closures for any reason, including the MDTA’s convenience.

G. On days when the Engineer cancels a work shift due to Contractor unpreparedness or failure to properly request a lane closure, a Lane Closure cancellation will not be counted on this Contract, even if the MDTA later elects to cancel lane closures for other contracts.

H. On days when the Contractor cancels a work shift due to Contractor unpreparedness, convenience, or failure to properly request a lane closure, a Lane Closure cancellation will not be counted on this Contract, even if the MDTA later elects to cancel lane closures for other contracts.

I. The CPM shall include a separate calendar for MOT Dependent Activities that accounts for the restrictions and the four (4) day time and four (4) night time MDTA Maintenance and Inspection closures per month at the Bay Bridge.

J. If the Contractor elects to complete an MOT Dependent Activity without the use of lane closures, the CPM shall be updated to remove the activity from the separate calendar.

123 February 28, 2017

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS BB-3008-0000 13 of 16 K. No delay claims shall be permitted as long as the overall number of cancelled half day shifts on the critical path of the MOT Dependent Activity separate calendar is less than or equal to 50% of the total allowable lane closures over the life of the project at the Bay Bridge.

Example Application of Cancellation Provisions. The following example contract ‘BB-17X’ is not for bidding purposes, but provides representative project durations, restrictions and cancellations that apply the above cancellation provisions:

Contract ‘BB-17X’ has a total Contract duration of 730 calendar days (1,460 half-day shifts). Over the total duration of the contract, 654 lane closures (half-day shifts) were not allowed due to the restrictions and the four (4) day time and four (4) night time MDTA Maintenance and Inspection closures per month at the Bay Bridge. Therefore, there were a total of 806 (i.e. 1,460 minus 654) planned allowable lane closures (half-day shifts). The Contractor’s calendar for MOT Dependent Activities showed that 500 lane closures (half-day shifts) were on the project critical path during allowable periods. The total contract experienced 320 cancellations of allowable lane closures (half- day shifts) for MOT Dependent Activities on the project critical path. The 320 experienced cancellations is less than 403 (i.e. 50% of 806) assumed cancellations, and therefore no delay claims will be considered.

ADD: The following after the last paragraph, “Any monetary savings…..and the Administration.”

Contractor’s requests for changes to the Allowable Lane or Shoulder Closure Schedules must be submitted in writing to the Engineer. Changes must receive written approval at least 72 hours in advance of the changes from both the facility Administrator and the MDTA’s Office of Engineering and Construction.

The Contractor will not be permitted to use any portions of the existing roadway or interfere with or impede the free flow of traffic in any manner during prohibited hours.

The Contractor must provide a means of communication to the MDTA/MSP Police detachment/barracks as a safety requirement. Acceptable forms of communication shall consist of a mobile telephone, citizens band or portable two-way radio.

When a temporary lane or shoulder closure is in effect, work shall begin within one hour after the lane or shoulder is closed. Any delay longer than one hour with no work in progress shall require the Contractor to remove the lane or shoulder closure at no additional cost to the MDTA. The Contractor’s Certified Traffic Manager shall attend pre-construction meetings and shall discuss traffic control and the Traffic Control Plan including procedures to be implemented for lane closures.

All lane and shoulder closures shall be in conformance with the approved TCP and under the direction of the Contractor’s Certified Traffic Manager and the Engineer. The Contractor shall have a certified Temporary Traffic Control Manager on site at all times active work is being completed. Additionally, the Certified Temporary Traffic Control Manager shall be made available during non-work hours in

124 February 28, 2017

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS BB-3008-0000 14 of 16 cases of emergency. The contractor shall provide contact name and 24/7 contact information for the designated Temporary Traffic Control Manager.

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

Temporary traffic control devices to be used for lane/shoulder closure may be placed on the shoulder of the roadway by workers no earlier than 15 minutes prior to the actual time listed on the approved lane/shoulder closure permit. Temporary traffic signs may be displayed to traffic at this time. Workers shall not enter a lane open to traffic earlier than the actual time listed on the approved lane/shoulder closure permit. Workers may be present on shoulders to prepare for lane closure setup no earlier than 15 minutes prior to the actual time listed on the approved lane/shoulder closure permit.

All lane and shoulder closures shall be restored at the end of the closure period and no travel lanes shall be reduced to less than 11-ft. Prior to opening the closed lane or shoulder, the Contractor shall clear the lane or shoulder of all material, equipment and debris.

No equipment, material or debris shall be stored or permitted to stand in open areas closer than thirty (30) feet from where traffic is being maintained unless protected by traffic barrier. Equipment, material or debris stored behind protective barrier shall not be less than four (4) feet distance from the outside face (farthest face from traffic lane) of the protective barrier. The Contractor’s employees shall not park their vehicles within the right-of-way of the through highway, unless written permission for an exception is given by the Engineer.

If a shoulder closure is requested and approved for additional hours than is permitted by the Allowable Lane or Shoulder Closure Schedules, the Contractor shall protect the work area, including all equipment, material, construction and personal vehicles, and personnel around by installing temporary concrete barrier in accordance with MD 104.01.23, MD 104.01.24, MD 104.01.25, and MD 104.06.14. All leading concrete barrier blunt-ends shall be properly protected with crash cushions in accordance with MD 104.01.70, MD 104.01.72, MD 104.01.72, and MD 104.01.73.

In addition to the safety requirements set forth in MUTCD for work zones, the following safety precautions must be taken on the Bay Bridge premises. If these precautions are not met, the worker or workers will be asked to leave the area immediately.

A. Class III Reflective Vests are required at all times when working on the bridge or in any closure.

B. Work boots are required in any area where construction is active.

C. A strobe light, visible from 360 degrees, is required to be on at all times when working in a lane or shoulder closure.

125 February 28, 2017

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS BB-3008-0000 15 of 16 Interrupting the flow of traffic in any way outside of the closure is strictly prohibited. This includes but is not limited to walking across live traffic lanes, performing traffic drags, and setting up road blocks.

The contractor shall maintain function for all access points (including emergency/police turn- arounds) in, or adjacent to, the work area.

Failure to restore traffic capacity within the time specified will result in deduction being assessed on the next progress estimate in conformance with the following: This is in addition to the requirements specified in TC-4.02: ELAPSED TIME, MINUTES DEDUCTION 1 - 5 $ 750.00 Over 5 $ 500.00 per minute (in addition to the original 5 minutes) A protection vehicle (PV) shall be required in any lane and/or shoulder closure. The PV shall consist of a work vehicle with approved flashing lights, a truck-mounted attenuator (TMA) with support structure designed for attaching the system to the work vehicle, and approved arrow panel (arrow mode for multilane roadways and caution mode on shoulder and two-lane, two-way roadways) The work vehicle size and method of attachment shall be as specified in the TMA manufacture’s specification as tested under NCHRP 350 Test Level 3.

Below is an example of the Daytime Single Lane closure requirements, which are applicable at the time of this publication, but subject to change at any time. Contractor shall be responsible for implementing the most up to date daytime requirements at all times.

126 February 28, 2017

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS BB-3008-0000 16 of 16

127 February 28, 2017

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 104.00 — GENERAL 1 of 1

CATEGORY 100 PRELIMINARY

SECTION 104.04 – TEMPORARY CONCRETE TRAFFIC BARRIER FOR MAINTENANCE OF TRAFFIC

104.04.04 MEASUREMENT AND PAYMENT.

DELETE: The entire section.

INSERT: The following:

Temporary Concrete Traffic Barrier for Maintenance of Traffic will not be measured for payment but will be incidental to the lump sum Maintenance of Traffic item. The payment will be full compensation for furnishing, placing, maintaining, resetting it in its new temporary location, transporting, and removal from the project site as directed, and for all material, labor, equipment, tools, and incidentals necessary to complete the work.

(a) Reflective Barrier Markers and Vertical Panels will not be measured for payment but will be incidental to the Maintenance of Traffic item.

128 February 28, 2017

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 104  MAINTENANCE OF TRAFFIC 1 of 1

CATEGORY 100 PRELIMINARY SECTION 104 — MAINTENANCE OF TRAFFIC

SECTION 104.07 –ARROW PANEL (AP).

104.07.04 MEASUREMENT AND PAYMENT.

DELETE: First paragraph starting with “Arrow Panels will be…per unit day.”

INSERT: The following.

104.07.04.01 Arrow Panels that are required by these Contract Documents (by Plan, by Specification, by notation, or by referenced Standard) to be a part of the prescribed traffic control methods will not be measured but will be incidental to the Contract lump sum price for Maintenance of Traffic. The initial Arrow Panel used for the traffic control setup, and subsequently for the work area, will not be paid under any other item in the contract.

104.07.04.02 Additional Arrow Panels, beyond those required by these Contract Documents, will be measured and paid for at the Contract price per unit day using the Additional Arrow Panel item. A unit day shall consist of any approved usage within a 24-hour calendar day period. If an Additional Arrow Panel is used for part of a day, it will be measured as a unit day, regardless of how many times it is relocated.

129 03-01-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 104.00 — MAINTENANCE OF TRAFFIC 1 of 1

CATEGORY 100 PRELIMINARY SECTION 104.08 – TEMPORARY TRAFFIC SIGNS (TTS). 104.08.04 MEASUREMENT AND PAYMENT.

DELETE: First paragraph on this page “Temporary Traffic Signs will be…to complete the work”.

INSERT: The following.

Temporary Traffic Signs (TTS) including low vertical clearance signs, if required, will be incidental to the lump sum Maintenance of Traffic item.

130

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 104.00 — MAINTENANCE OF TRAFFIC 1 of 1

CATEGORY 100 PRELIMINARY SECTION 104.09 – TEMPORARY TRAFFIC BARRIER END TREATMENTS

104.09.04 MEASUREMENT AND PAYMENT.

DELETE: The entire section.

INSERT: The following:

Temporary Traffic Barrier End Treatments will not be measured for payment but will be incidental to the lump sum Maintenance of Traffic item. Payment will be full compensation for furnishing, placing, maintaining, resetting it in its new temporary location, transporting, and removal from the project site as directed, patching of any holes made to anchor or stabilize the end treatment, cleaning and clearing the area of all debris, and all material, labor, equipment, tools, and incidentals necessary to provide a complete temporary traffic barrier end treatment.

Where Temporary Traffic Barrier End Treatments have been set and damaged by traffic and the Engineer determines that they are not repairable, replacement will be paid for using the Miscellaneous Work Allowance item.

131

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 104.00 — MAINTENANCE OF TRAFFIC 1 of 1

CATEGORY 100 PRELIMINARY SECTION 104.10 – TEMPORARY CRASH CUSHION SAND FILLED PLASTIC BARRELS (SFPB)

104.10.04 MEASUREMENT AND PAYMENT.

DELETE: The entire section.

INSERT: The following:

Temporary Crash Cushion Sand Filled Plastic Barrels for Maintenance of Traffic will not be measured for payment but will be incidental to the lump sum Maintenance of Traffic item. Payment will be full compensation for all excavation, regrading, relocating, removing, and for all material, labor, equipment, tools, and incidentals necessary to complete the work.

132

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 1

CATEGORY 100 PRELIMINARY SECTION 104 — MAINTENANCE OF TRAFFIC

SECTION 104.12 – DRUMS FOR MAINTENANCE OF TRAFFIC

104.12.04 MEASUREMENT AND PAYMENT.

DELETE: Entire section.

INSERT: The following:

Drums for Maintenance of Traffic will be incidental to the lump sum Maintenance of Traffic item. Payment will be full compensation for all material, labor, equipment, tools, and incidentals necessary to complete the work.

Where drums have been set and damaged by traffic and the Engineer determines that they are not repairable, replacement will be paid for using the Miscellaneous Repairs allowance item. A disposition as specified in 104.12.03 is required prior to payment.

133 08-01-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 1

CATEGORY 100 PRELIMINARY SECTION 104 — MAINTENANCE OF TRAFFIC SECTION 104.14 – CONES FOR MAINTENANCE OF TRAFFIC

104.14.02 MATERIALS.

DELETE: First paragraph “All cones shall meet MUTCD…below the top band”.

INSERT: The following.

All cones shall meet MdMUTCD and be new or like new condition. All cones shall be orange in color. Cones shall be at least 32 in. high, 10 in. diameter at the inside of the base, and reflectorized with two white retroreflective stripes. The top stripe shall be 6 in. wide and located 3 to 4 inches from the top of the cone. The second stripe shall be 4 in. wide and located 2 inches below the top band.

134 08-01-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 1

CATEGORY 100 PRELIMINARY SECTION 104 – MAINTENANCE OF TRAFFIC SECTION 104.19 – PORTABLE VARIABLE MESSAGE SIGNS (PVMS)

SECTION 104.19.04 MEASUREMENT AND PAYMENT.

DELETE:

First paragraph starting with “The Portable Variable Message Sign will be…type of unit used.”

INSERT:

104.19.04.01 Portable Variable Message Signs that are required by these Contract Documents (by Plan, by Specification, by notation, or by referenced Standard) to be a part of the prescribed traffic control methods will not be measured but will be incidental to the Contract lump sum price for Maintenance of Traffic. The initial Portable Variable Message Sign used for the traffic control setup, and subsequently for the work area, will not be paid under any other item in the contract.

104.19.04.02 Additional Portable Variable Message Signs, beyond those required by these Contract Documents, will be measured and paid for at the Contract price per unit day using the Additional Portable Variable Message Sign item. A unit day shall consist of any approved usage within a 24 hour calendar day period. If an Additional Portable Variable Message Sign is used for part of a day, it will be measured as a unit day, regardless of how many times it is relocated.

135 08-01-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 1

CATEGORY 100 PRELIMINARY SECTION 104 — MAINTENANCE OF TRAFFIC

SECTION 104.23 PROTECTION VEHICLE.

104.23.04 MEASUREMENT AND PAYMENT

DELETE: The first paragraph in its entirety.

INSERT: The following.

104.23.04 MEASUREMENT AND PAYMENT. The payment will be full compensation for the complete protection vehicle, including the truck mounted attenuator/trailer truck mounted attenuator and arrow panel, licensed work vehicle operator, relocating the protection vehicle, and for all material, labor, equipment, tools, and incidentals necessary to complete the work.

104.23.04.01 Protection Vehicles that are required by these Contract Documents (by Plan, by Specification, by notation, or by referenced Standard) to be a part of the prescribed traffic control methods will not be measured but will be incidental to the Contract lump sum price for Maintenance of Traffic. The initial Protection Vehicle used for the traffic control setup, and subsequently to protect the work area, will not be paid under any other item in the contract.

104.23.04.02 Additional Protection Vehicles, beyond those required by these Contract Documents, will be measured and paid for at the Contract price per unit day using the Additional Protection Vehicle item. A unit day shall consist of any approved usage within a 24 hour calendar day period. If an Additional Protection Vehicle is used for part of a day, it will be measured as a unit day, regardless of how many times it is relocated.

136 08-01-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 1

CATEGORY 100 PRELIMINARY SECTION 109 – CRITICAL PATH METHOD PROJECT SCHEDULE

109.01 DESCRIPTION

DELETE: The last sentence of the first paragraph “Utilize CPM software…with Primavera Project Planner.” in its entirety.

INSERT: Utilize CPM software that generates output files compatible with the latest version of Oracle/Primavera version P6 or newer.

ADD: The following, after Initial Critical Path Method Project Schedule (ICPM)(b)(2): i. Each resource/cost-loaded activity on the Contractor’s schedule shall have an apportioned activity cost assigned based on the schedule of values. ii. Each cost-loaded activity in the schedule shall be coded with a bid item number and a cost code corresponding to the trade, whether approved Minority Subcontractor (i.e. MBE/ WBE) or supplier, performing the work so that subtotals for each division of the cost can be prepared. iii. The construction schedule shall, in the best judgment of the Contractor, represent a fair, reasonable and equitable dollar (cost) allocation for each activity on the schedule of values. The amounts shall not be unbalanced and must be summarized to equal the bid item and total contract amount. iv. Using the cost assigned to each cost-loaded activity of the detailed schedule, the Contractor shall develop a cash flow analysis in graphic form, depicting the estimated cash draw down in aggregate, by month, over the life of the project. The cash flow projections shall be updated each month to show a forecast of the remaining payments as of the update.

137

SPECIAL PROVISIONS INSERT Contract No. BB-3008-0000 1 of 1

CATEGORY 100 MATERIALS SECTION 111 — SAMPLING DEVICES, TESTING AND SAFETY EQUIPMENT 111.03 CONSTRUCTION

DELETE: Subsection (g) in its entirety.

INSERT: The following.

(g) Sampling Asphalt Mixtures prior to Compaction (MSMT 457).

(1) A 25 ft measuring tape.

(2) Random selection cards numbered from 0 to width of the paving lane in 1 ft increments.

(3) 10 in. x 6 in. x 12 in. sample boxes.

(4) One-gallon plastic wide-mouth jugs.

(5) Core storage containers.

(6) Spatula.

(7) Spray paint or other suitable marking material.

(8) GPS equipment.

(9) Infrared Surface thermometers, NIST Traceable Calibration, backlit, handheld/pistol grip (- 4 F to minimum 400 F, 1.5 percent accuracy).

(10) Square end shovel, fire shovel, or grain shovel.

(11) Scoop.

(12) 24 ft of 18-gauge mechanical wire or equivalent to tie through each hole of the plate template.

(13) Masonry nails or equivalent according to MSMT 457, Method A.

138 08-08-2018

SPECIAL PROVISIONS INSERT Contract No. BB-3008-0000 1 of 1

CATEGORY 100 PRELIMINARY SECTION 113 – DIGITAL CAMERA

113.01 DESCRIPTION. Furnish and maintain new or like new digital cameras for use by Administration personnel. For projects that do not include an Engineer’s Office, furnish one color printer. The digital cameras and printer shall be delivered to the Engineer at the time of the Notice to Proceed. They shall remain operational and not be returned to the Contractor until final acceptance of the entire project, in conformance with GP-5.13.

113.02 MATERIALS.

(a) Digital Camera. Each digital camera shall meet the following minimum requirements and be furnished with the specified accessories:

a) Photo Managing Software.

b) 16.0 megapixel image resolution and 5X optical zoom.

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

d) 16 GB SD Card or memory stick with all items required for downloading.

e) Lens Cover, Shoulder Strap, and Carrying Case.

(b) Color Printer. The printer shall have at least 8 MB RAM, 2400 x 1200 dpi resolution, a color print speed of 13 ppm, and a duty cycle of 5,000 pages/month.

113.03 CONSTRUCTION. Not applicable.

113.04 MEASUREMENT AND PAYMENT. The number of digital cameras required for this project is 1 . The digital cameras and printer will not be measured but the cost will be incidental to the Contract price for the Engineers Office item. If an item for Engineers Office is not specified, payment will be incidental to the payment for Mobilization. In the absence of either item, payment will be incidental to the other items specified in the Contract Documents. If a digital camera or printer becomes defective, is stolen, or for any other reason does not function as intended, it shall be replaced with an approved camera or printer at no additional cost to the Administration. A nonfunctioning or stolen camera or printer shall be replaced by the SHA Project prime contractor within 5 days after the Engineer notifies the Contractor.

Ownership of the camera(s) and printer(s) will be with the assigned SHA project personnel during the progression of the project. Pictures and removable media will be the property of the State Highway Administration. The State Highway Administration assumes neither responsibility nor liability for the condition of the camera when returned after project is satisfactorily completed.

139 08-08-2018

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 1

CATEGORY 200 GRADING SECTION 203 — BORROW EXCAVATION

203.01.02 Notice to Contractor - Borrow Pits.

DELETE: The second paragraph “This project is located…with and documented” in its entirety.

INSERT: After the first paragraph.

This project is located in Queen Anne’s County. The following conditions applicable to the county or city shall be complied with and documented.

140 10-31-08

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 16

CATEGORY 300 DRAINAGE SECTION 308 — EROSION AND SEDIMENT CONTROL

DELETE: In its entirety.

INSERT: The following.

308.01 DESCRIPTION. Apply and maintain erosion and sediment control (ESC) measures to disturbed areas throughout the life of the project to control erosion and to minimize sedimentation in rivers, streams, lakes, reservoirs, bays, and coastal waters. Implement the approved ESC Plan and any approved modifications to the plan. Identify staging and stockpile areas, and apply ESC measures as approved.

308.01.01 Erosion and Sediment Control Manager (ESCM). Provide an Erosion and Sediment Control Manager to implement the Erosion and Sediment Control (ESC) Plan and to oversee the installation, maintenance and inspection of the ESC measures.

308.01.02 Severe Weather Event. A severe weather event is defined as a weather event in which measured rainfall exceeds 3 in. in a continuous 24-hour period based upon rainfall data obtained from the nearest official National Weather Service (NWS) gauge station in proximity to the project site. Alternatively, the Contractor can install onsite gauge station to replace the NWS gauge station, on condition that the onsite gauge station is secured, and only accessible to and controlled by the Engineer. The MDTA will not pay for the onsite gauge station.

308.02 MATERIALS. Riprap 901.03 4 to 7 in. Stone 901.05 Asphalt Mixes 904 Pipe 905 Gabion Wire 906 Steel Plate 909.02 Welding Material 909.03 Fence Fabric for Super Silt Fence 914.01.01 Compost 920.02.05, Type C Soil Amendments 920.02 Fertilizer 920.03 Mulch 920.04 Soil Stabilization Matting 920.05 Seed and Turfgrass Sod 920.06 Straw Bales 921.08

141 08-01-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 2 of 16

Geotextile, Woven and Non-Woven 919, Class E Geotextile, Woven Slit Film 919, Class F 2 to 3 in. Stone AASHTO M 43, No. 2 3/4 to 1-1/2 in. Stone AASHTO M 43, No. 4 No. 57 Stone AASHTO M 43, No. 57 Filtration Systems Per Manufacturer/supplier 308.02.01 Filter Log Casing. Produced from 5 mil thick continuous high-density polyethylene or polypropylene, woven into a tubular mesh netting material with openings in the knitted mesh 1/8 in. - 3/8 in.

308.03 CONSTRUCTION.

308.03.01 Contractor Responsibilities. Prior to beginning any earth disturbing activity, complete the following:

(a) Demarcate all wetlands, wetland buffers, floodplains, waters of the United States, tree protection areas, and the Limit of Disturbance (LOD) according to Section 107. Ensure the demarcations are inspected and approved.

(b) Construct ESC measures according to the latest Maryland Department of the Environment Standards and Specifications. Ensure that controls are inspected and approved.

(c) Ensure that all runoff is directed from disturbed areas to the sediment control measures.

(d) Do not remove any erosion or sediment control measure without approval from the Engineer and MDE. Refer to GP-7.12 for unforeseen conditions.

(e) Ensure that dewatering practices do not cause any visible change to stream clarity.

308.03.02 Schedule. Within 14 days after the Notice of Award, submit an Erosion and Sediment Control Schedule to implement the ESC Plan. Ensure the schedule indicates the sequence of construction, implementation and maintenance of controls, temporary and permanent stabilization, and the various stages of earth disturbance. Changes to the Plan must be approved prior to implementation. Include the following on the submitted plans:

(a) Demarcation of all wetlands, wetland buffers, jurisdictional waters, floodplains, tree protection areas, and the LOD prior to any earth disturbing activity.

(b) Clearing and grubbing of areas necessary for installation of perimeter controls specified in the Contract Documents.

(c) Construction of perimeter controls specified in the Contract Documents.

(d) Remaining clearing and grubbing. 142 08-01-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 3 of 16 (e) Roadway grading including off-site work.

(f) If applicable, utility installation and whether storm drains will be used or blocked during construction.

(g) Final grading, landscaping, and stabilization.

(h) Removal of perimeter controls.

Work is prohibited on-site and off-site until the ESC schedules and methods of operation have been accepted by the MDTA.

308.03.03 Standards and Specifications. Construct and maintain the ESC measures and devices in accordance with the latest Maryland Department of the Environment (MDE) Erosion and Sediment Control and Stormwater Management regulations, “Maryland Standards and Specifications for Soil Erosion and Sediment Control”, “Maryland Stormwater Design Manual, Volumes I and II”, and as specified in the Contract Documents. Keep a copy of the latest “Maryland Standards and Specifications for Soil Erosion and Sediment Control” on the site at all times.

308.03.04 Erosion and Sediment Control Plan (ESC Plan) and Sequence of Construction. Implement the MDE approved ESC Plan and Sequence of Construction. Minor adjustments to the sediment control locations may be made in the field with the approval of the Engineer and the MDE Inspector. Major revisions, deletions, or substitutions to the ESC Plan require a formal review and written approval by MDE and the MDTA. Submit changes to the approved ESC Plan to the MDTA in writing at least 14 days prior to implementing the change. Ensure that any changes to the ESC Plan or Sequence of

Construction are approved by MDE and the MDTA prior to implementing the change. The Contractor shall be responsible for obtaining MDE approval.

308.03.05 Erosion and Sediment Control Manager. At least 10 days prior to beginning any work, assign and submit for approval the name and credentials of an Erosion and Sediment Control Manager (ESCM). Ensure that the ESCM and the superintendent have successfully completed the MDE “Responsible Personnel Training for Erosion and Sediment Control” and the Maryland State Highway Administration’s “Erosion and Sediment Control Certification Training for Contractors and Inspectors’. The certifications must be current at all times. If the certification expires or is revoked for either person, immediately replace the person with an appropriately certified person acceptable to the MDTA. No work may proceed without the appropriate certified personnel in place. Any substitutes for the ESCM will be subject to approval. The MDTA reserves the right to require a reassignment of the ESCM duties to another individual for any reason.

Ensure that the ESCM is thoroughly experienced in all aspects of construction and has the required certifications. The ESCM is primarily responsible for and has the authority to implement the approved ESC plans, schedules and methods of operation for both on-site and off-site activities. The ESCM’s duties include: 143 08-01-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 4 of 16

(a) Attend the Pre-Construction Erosion and Sediment Control Field Meeting and periodic field Erosion and Sediment Control Meetings to evaluate the effectiveness of measures already installed, and to plan for the implementation of necessary controls proposed for succeeding areas of soil disturbance.

(b) Inspection of the ESC measures on a daily basis to ensure that all controls are in place at all times and to develop a list of activities and schedules to ensure compliance with the Contract Documents.

(c) Maintenance of a daily log of these inspections, including actions taken, and submit a written report at the end of the work day.

(d) Accompanied by the Engineer, conducting after storm inspections both during and beyond normal working hours and submitting a written report.

(e) Having the authority to mobilize crews to make immediate repairs to the controls during working and nonworking hours.

(f) When requested, accompanying the Engineer during independent Quality Assurance Inspections and inspections made by the regulating agencies.

(g) Coordination with the Engineer to ensure that all corrections are made immediately and that the project is in compliance with the approved plan at all times.

308.03.06 Quality Assurance Ratings. All MDTA projects will be inspected by an independent Quality Assurance Inspector assigned to the Construction Inspection Division to ensure compliance with the approved Erosion and Sediment Control Plan. Projects will be inspected biweekly at a minimum and be given one of the following ratings:

(a) Rating A. All temporary and permanent design controls are properly installed prior to any earth disturbing activities. Stabilization is provided within the period specified. Corrective actions are taken within 24 hours. Maintenance of controls is significantly above the minimum acceptance standards. Project needs no further attention at the time of inspection. Controls functioned as intended during the last storm. Controls are expected to function adequately during the next storm event. The Contractor exhibits initiative in establishing and maintaining the controls.

(b) Rating B. Controls are installed at the proper intervals in conformance with the Contract Documents. Controls are functioning as intended. Stabilization is in conformance with the time specified. Some maintenance may be required. Controls functioned as intended during the last storm and controls are adequate to handle the next storm event. Corrective actions are taken within 48 hours.

144 08-01-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 5 of 16 (c) Rating C. Controls are installed in conformance with the Contract Documents. Maintenance of controls is in conformance with minimum requirements. Stabilization requirements are being adhered to only when enforced, placing a burden on the controls. There is a good chance of controls failing during the next storm event. Stabilization of disturbed areas needs improvement. Constant monitoring is necessary. Conditions for a shutdown could arise quickly.

(d) Rating D. Controls are installed, but some are not in conformance with the Contract Documents. Maintenance of more than half of the controls is needed. Stabilization is not within the time specified. Little or no stabilization is being done. The controls will likely fail during the next storm event. The Contractor is not responsive to requests for corrective action. Corrective actions begin after five working days, if at all. Grading and related operations will be shut down by the MDTA.

(e) Rating F. Some controls have been installed. Installation and stabilization requirements are not in conformance with the Contract Documents. Controls are not maintained. The Contractor does not respond to requests for corrective action. There could easily be a major failure during the next storm event. The entire project will be shut down immediately.

308.03.07 Shutdowns. When the first grade of ‘C’ is given to a project, the Contractor shall make every effort to have all deficiencies corrected within a maximum of five working days. The project will be re-inspected at the end of this period. If it is found that the deficiencies have not been satisfactory corrected, a grade of ‘D’ will be given and all grading operations will be shut down until the project receives a ‘B’ rating.

If consecutive 'C' rating is given for other deficiencies that arise and the original deficiencies were corrected, the Contractor will be alerted that their overall effort is marginal and a grading shut down is imminent if erosion and sediment control efforts do not substantially improve within five working days.

A third consecutive ‘C’ rating will result in a shutdown of grading activities until the project receives a “B’ rating.

When a disregard for correcting these deficiencies is evident, a rating of ‘F’ will be given and the entire project will be shut down until the project receives a rating of ‘B’.

308.03.08 Noncompliance Damages. When a ‘D’ or ‘F’ is given to the project by the independent Quality Assurance Inspector, the liquidated damages amount in GP-8.09, in addition to a shutdown, will be assessed for each day the project is in noncompliance. A rating of ‘B’ is required to suspend the daily monetary damages assessment and shutdown.

In extreme cases, where degradation to a resource could occur, or if the Contractor is unresponsive to direction to take corrective action, the MDTA may elect to have these corrective actions taken by another contractor or by MDTA maintenance staff. All costs associated with this work will paid for using withheld retainage funds (in addition to the noncompliance damages assessment).

145 08-01-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 6 of 16 308.03.09 Severe Weather Event. Maintain, repair, or replace any damaged erosion and sediment control devices within 72 hours of a severe weather event occurrence.

308.03.10 Preconstruction Conference. Present a general overview at the Preconstruction Conference of how erosion and sediment control measures will be implemented on the project.

308.03.11 Initial Controls. Install all perimeter controls, such as silt fence, super silt fence, earth dikes, sediment traps, and sediment basins, prior to grubbing operations.

If it is determined that the clearing area has been disturbed and a potential for sediment runoff or erosion exists, install the controls at that time as directed.

308.03.12 Maintenance. Always maintain ESC measures throughout the life of the Contract, whether active or inactive. Maintain access to all ESC measures until they are removed. Lack of this maintenance will affect the Quality Assurance Rating.

Inspect ESC measures immediately after storm events. Clean out as necessary and repair or replace all damaged ESC measures as the first order of business after the storm event.

308.03.13 Stabilization Requirements. Following initial soil disturbance, complete permanent or temporary stabilization within the following:

(a) Three calendar days for the surface of all perimeter dikes, swales, ditches, perimeter slopes, and all slopes steeper than 3 horizontal to 1 vertical (3:1); and

(b) Seven calendar days as to all other disturbed or graded areas on the project site not under active grading.

(c) Areas between temporary berms, except median areas, need not be stabilized during incremental stabilization.

(d) Track slopes within two days of establishment according to 701.03.

308.03.14 Waste Areas. From the appropriate authority and while coordinating with the Engineer, obtain approval for off-site waste areas not delineated in the Contract Documents. Protect waste areas and stockpile areas with ESC measures per 308.03.13 (a) and (b).

308.03.15 MDE Inspections. Work is subject to field inspections by MDE. If non-compliance is determined, the MDE Water Management Administration (WMA) inspector will immediately notify the Engineer of needed corrective actions. Corrective actions may require a shutdown of construction activities until the non-compliance is satisfactorily corrected. Focus all efforts on correcting ESC deficiencies found during MDE inspections.

308.03.16 Stabilized Construction Entrance. Construct stabilized construction entrances (SCEs) as specified.

146 08-01-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 7 of 16 Rehabilitate SCEs with periodic top dressing using additional aggregate, replacing the drainage pipe beneath the SCE if one was installed, or making other repairs to the SCE and sediment trapping devices.

When necessary, place wash racks to prevent tracking of mud and sediment from disturbed areas onto roadways or other areas.

308.03.17 Side or Berm Ditches and Culverts. Construct side ditches in fill areas and berm ditches in cuts, including lining. Protect these linings from sediment deposits. Place silt fence along the banks of existing streams as shown in the Contract Documents prior to placing any culverts. To avoid sedimentation during construction, divert the streams around the location of the culvert until the proposed culvert and channel are stabilized.

308.03.18 Erosion and Sediment Control Original Excavation. Excavate, construct embankments, grade, and backfill for sediment traps, sediment basins, and other sediment measures.

Ensure that excavation and embankments meet the dimensions for each sediment control measure as specified. Stockpile excavated material and use for backfill when the sediment control measures are removed.

308.03.19 Erosion and Sediment Control Cleanout Excavation. Remove accumulated sediment from sediment control measures or other areas during routine maintenance of sediment controls, or as directed.

Clean out sediment traps as necessary to ensure that at least 50 percent of the wet storage capacity is always available. Ensure that riprap outlet sediment traps have at least 75 percent of the wet storage capacity always available. Remove sediment from silt fence and super silt fence when sediment reaches 50 percent of the height of the fence and from stone check dams when sediment reaches 50 percent of the height of the dams. Remove sediment from stone outlet structures when sediment is within 6 in. of the weir crest.

Place removed sediment in an approved waste site. Material stored on-site may be reused once it is dried and if it meets embankment requirements unless otherwise specified.

308.03.20 Heavy Use Areas. Locate and size heavy use areas used for activities such as staging and storage. From the appropriate authority and while coordinating with the Engineer, obtain approval for off-site heavy use areas not delineated in the Contract Documents. Obtain any necessary permits or modifications for non-specified heavy use areas.

308.03.05 Stockpile Areas. Locate and size stockpile areas. From the appropriate authority and while coordinating with the Engineer, obtain approval for off-site stockpile areas not delineated in the Contract Documents. Obtain any necessary permits or modifications for non-specified stockpile areas.

308.03.21 Earth Dike. Do not use sod as stabilization unless specifically approved. 147 08-01-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 8 of 16 308.03.22 Temporary Swale. Do not use sod as stabilization unless specifically approved.

308.03.23 Perimeter Dike Swale. Do not use sod as stabilization unless specifically approved.

308.03.24 Pipe Slope Drain. When slope drains are placed on grade, construct interceptor berms to direct flow into the flared end section.

308.03.25 Stone Check Dam. Construct using Class 0 riprap.

308.03.26 Riprap Inflow Protection. Construct per Section 312.

308.03.27 Gabion Inflow Protection. Construct according to Section 313.

308.03.28 Rock Outlet Protection. Construct according to Section 312.

308.03.29 Gabion Outlet Protection. Construct according to Section 313.

308.03.30 Plunge Pool. Construct according to Section 312.

308.03.31 Super Silt Fence. Construct as specified with the following exception:

• Run a 7-gage top tension wire continuously between posts.

308.03.32 Filter Berms. Construct berms of wood chips and up to 50 percent Compost.

308.03.33 Filter Log. Use Compost for the filter media. Install Filter logs parallel to contours and perpendicular to sheet flow from disturbed areas.

Where a connection is needed, there are two options based on whether the sock is being filled on or offsite. Overlap prefilled socks by 1-ft minimum and staked where they connect. Sleeve socks that are filled onsite. After one log section is filled and tied off (knotted), pull the second log section over the first (2-ft) and “sleeve,” creating an overlap.

Remove sediment when it has accumulated to a depth of half the exposed height of the sock. Replace the filter sock if torn or damaged. Reinstall the filter sock if undermining or dislodging occurs.

Drive stakes perpendicular to water flow at a maximum of 8 ft. intervals. Do not permit traffic to cross filter socks. Upon stabilization of the area tributary to the sock and approval, remove stakes. The sock may be left in place and vegetated or removed. In the former case, cut the mesh open, remove all non-biodegradable material, spread the compost as a soil supplement, and seed as specified.

308.03.34 Filter Bag. Determine the bag dimensions necessary to provide the required storage volume. Determine pump and hose sizes.

148 08-01-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 9 of 16

308.03.35 Straw Bales for Sediment Control. Embed the bales to a depth of at least 4 in., and anchor in place with two (2) No. 4 reinforcement bars, steel pickets, or 2 x 2 in. wood stakes, 36 in. length. Locate the anchoring devices at approximate third points along the longitudinal center line of each bale, driven through the bale and into the ground to a depth of 12 to 18 in.

308.03.36 Stone Outlet Structure. Stabilize the area immediately after removal of the structure.

308.03.37 Temporary Gabion Outlet Structure. As specified in Section 313. Grade and stabilize the area beneath the structure, immediately upon removal.

308.03.38 Portable Sediment Tank. Determine the dimensions necessary to provide the required storage volume.

308.03.39 Dewatering. Dewater only when conditions allow. Ensure that dewatering activities do not cause any visible change to stream clarity. If a sediment plume is visible, immediately cease the dewatering activity. Direct any pumping activity, including dewatering sediment traps and basins, through an approved dewatering device.

308.03.40 Sediment Traps. Excavate sediment traps to the specified length, width, and depth.

At sites where filtration or infiltration devices are used for the control of storm water, prevent runoff from unstabilized areas from entering the infiltration devices. Ensure that bottom elevations of sediment control devices are at least 2 ft. higher than the finish grade bottom elevation of the filtration or infiltration device.

When converting a sediment trap to a permanent stormwater facility, remove and dispose of all accumulated sediment prior to final grading of the device.

When grading and paving operations are complete and vegetation is established on the slopes and channels to the satisfaction of the Engineer, refill the sediment traps with suitable materials, and shape and treat them as specified.

308.03.41 Stone for Sediment Control. Place No. 57 stone, 3/4 to 1-1/2 in. stone, 2 to 3 in. stone, 4 to 7 in. stone, and riprap for sediment control as specified.

308.03.42 Maintenance of Stream Flow. Maintain the continuous flow of waterways during operations as specified or directed.

(a) Implement the approved plan included in the Contract Documents. Any changes to the approved plan require approval from the appropriate regulatory authorities.

(b) A different plan for maintenance of stream flow may be submitted, but approval from the Engineer and the appropriate approval authority will be required.

149 08-01-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 10 of 16

(c) If the stream diversion system as shown is not capable of blocking the flow of water through the soil beneath the system, design and provide an effective means of diverting the water away from the designated areas.

(d) Ensure that all excavation performed within the diverted stream is performed in a dewatered condition, which may require additional pumps, sheeting, shoring, cofferdams, etc.

(e) If the proposed system does not perform satisfactorily or additional material and equipment is required to dewater the site and excavated areas, adjust the stream diversion system and obtain approvals.

(f) Securely anchor the stream diversion system in place to prevent movement during high water events. Submit the proposed method of anchoring for approval. Do not install anchors beyond the limits of disturbance or infringe on the channel area available for stream flow.

(g) Upon completion of construction and when temporary drainage devices are no longer necessary, with approval of the MDE Inspector and the Engineer, remove and dispose of the devices in an acceptable manner.

308.03.43 Removal of Controls. Do not remove erosion and sediment control measures until all previously disturbed areas are vegetated with at least a 3 in. growth of grass, and the removal has been approved. Immediately stabilize those areas where ESC measures are removed as specified and as directed.

308.04 MEASUREMENT AND PAYMENT. The payment will be full compensation for all material, labor, equipment, tools, and incidentals necessary to complete the work. The maintenance, repair, removal and resetting, and final removal of ESC measures will not be measured, but the cost will be incidental to the Contract price to construct the device unless otherwise specified.

308.04.01 Erosion and sediment control manager will not be measured but the cost will be incidental to ESC items.

308.04.02 Implementation of the ESC Plan will not be measured but the cost will be incidental to the ESC items.

308.04.03 No claims against the MDTA will be considered due to a shutdown of the grading operations or the entire project. When corrective actions are performed by another contractor or by the Administration, all costs associated with the work will be billed to the original Contractor.

308.04.04 Noncompliance Penalty. The Contract Documents will specify the amounts of noncompliance penalties that apply if applicable.

150 08-01-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 11 of 16 308.04.05 Replacement of ESC measures that are damaged and replaced as a result of a Severe Weather Event will be measured and paid for at the Contract unit prices provided that a Quality Assurance Rating of “B” or better was obtained in the previous rating. Restabilization of damaged areas will be measured and paid for at the Contract unit prices.

308.04.06 Stabilized Construction Entrance will be measured and paid for per each and includes all excavation, geotextile, aggregate, pipe, rehabilitation, relocation and incidentals to complete the work.

308.04.07 Wash Racks for Stabilized Construction Entrance will be measured and paid for per each and includes racks, excavation, wash water and incidentals to complete the work.

308.04.08 Erosion and Sediment Control Original Excavation will be measured and paid for at the Contract unit price per cubic yard. The payment will include excavation, backfill, grading and disposal.

308.04.09 Erosion and Sediment Control Cleanout Excavation will be measured and paid for at the Contract unit price per cubic yard. The payment will also include excavation and disposal.

308.04.10 Temporary Mulch will be measured and paid for as specified in 704.04.01.

308.04.11 Temporary Seed will be measured and paid for as specified in 704.04.02.

308.04.12 Turfgrass Sod will be measured and paid for as specified in 708.04.01.

308.04.13 Soil Stabilization Matting will be measured and paid for as specified in 709.04.

308.04.14 Temporary earth berms and interceptor berms for incremental stabilization will not be measured, but the cost will be incidental to the excavation items specified in the Contract Documents.

308.04.15 Heavy Use Areas will not be measured but will be incidental to the pertinent items.

308.04.16 Stockpile Areas will not be measured but will be incidental to the pertinent items.

308.04.17 Earth Dikes will be measured and paid for at the Contract unit price per linear foot. 4 to 7 in. stone, temporary seeding, and soil stabilization will be measured and paid for as specified in 308.04.58, 704.04, and 709.04, respectively.

308.04.18 Temporary Swales will be measured and paid for at the Contract unit price per linear foot. 4 to 7 in. stone, temporary seeding, and soil stabilization matting will be measured and paid for as specified in 308.04.58, 704.04, and 709.04, respectively.

151 08-01-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 12 of 16 308.04.19 Perimeter Dike/Swales will be measured and paid for at the Contract unit price per linear foot. Temporary seeding and soil stabilization matting will be measured and paid for as specified in 704.04 and 709.04, respectively.

308.04.20 Temporary storm drain diversions will be measured and paid for at the Contract unit price per linear foot of the size specified and will include all grading, pipe, connections and any incidentals necessary to complete the work.

308.04.21 Temporary Asphalt Berm will be measured and paid for at the Contract unit price per linear foot. The removal of the temporary asphalt berm will not be measured but the cost will be incidental to the Contract price.

308.04.22 Clear Water Diversions will be measured and paid for at the Contract unit price per linear foot of the size specified and will include all pipe, connections, anchors, sandbags, sheeting, dewatering and any incidentals necessary to complete the work.

308.04.23 Temporary Barrier Diversions will be measured and paid for at the Contract unit price per linear foot and will include all barrier, sandbags, sheeting, dewatering and any incidentals necessary to complete the work.

308.04.24 Mountable Berms will be measured and paid for at the Contract unit price per each and will include all earthwork, stone, geotextile, and any incidentals necessary to complete the work.

308.04.25 Diversion Fence will be measured and paid for at the Contract unit price per linear foot.

308.04.26 Pipe Slope Drain will be measured and paid for at the Contract unit price per linear foot. The payment will also include excavation, backfill, flared end section, geotextile, anchors, coupling bands, and pipe elbows.

308.04.27 Stone Check Dam will be measured and paid for as specified in 308.04.58.

308.04.28 Riprap Inflow Protection will be measured and paid for as specified in 308.04.58.

308.04.29 Gabion Inflow Protection will be measured and paid for as specified in 313.04.

308.04.30 Rock Outlet Protection will be measured and paid for at the Contract unit price per square yard of Riprap Slope and Channel Protection.

308.04.31 Plunge Pool will be measured and paid for at the Contract unit price per square yard of Riprap Slope and Channel Protection.

308.04.32 Silt Fence will be measured and paid for at the Contract unit price per linear foot.

308.04.33 Silt Fence on Pavement will be measured and paid for at the Contract unit price per linear foot of Silt Fence.

152 08-01-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 13 of 16 308.04.34 Super Silt Fence will be measured and paid for at the Contract unit price per linear foot.

308.04.35 Clear Water Pipes through Silt Fence or Super Silt Fence will not be measured but will be incidental to the pipe and silt fence items.

308.04.36 Filter Berms will be measured and paid for at the Contract unit price per linear foot.

308.04.37 Filter Logs will be measured and paid for at the Contract unit price per linear foot for the size specified.

308.04.38 Temporary Stone Outlet Structures will be measured and paid for as specified in 308.04.58. The baffle board and stakes will not be measured but the cost will be incidental to the Contract price.

308.04.39 Temporary Gabion Outlet Structures will be measured and paid for at the Contract unit price per each.

308.04.40 Standard Inlet Protection will be measured and paid for at the Contract unit price per each for Inlet Protection.

308.04.41 At Grade Inlet Protection will be measured and paid for at the Contract unit price per each for Inlet Protection.

308.04.42 Curb Inlet Protection will be measured and paid for at the Contract unit per each for Inlet Protection.

308.04.43 Median Inlet Protection will be measured and paid for at the Contract unit per each for Inlet Protection.

308.04.44 Median Sump Inlet Protection will be measured and paid for at the Contract unit per each for Inlet Protection.

308.04.45 Combination Inlet Protection will be measured and paid for at the Contract unit per each for Inlet Protection.

308.04.46 Gabion Inlet Protection will be measured and paid for at the Contract unit per each for Inlet Protection.

308.04.47 Catch Basin Insert will be measured and paid for at the Contract unit price per each for Inlet Protection.

308.04.48 Removable Pumping Station will be measured and paid for at the Contract unit price per each. The payment will also include excavation, pipe, geotextile, wire mesh, steel plate, hose, pump, and connections.

153 08-01-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 14 of 16 Stone will be measured and paid for as specified in 308.04.58.

308.04.49 Sump Pit will be measured and paid for at the Contract unit price per each. The payment will also include excavation, pipe, geotextile, wire mesh, steel plate, hose, pump, and connections.

Stone will be measured and paid for as specified in 308.04.58.

308.04.50 Portable Sediment Tank will not be measured, but will be included in the lump sum price for Dewatering for Erosion and Sediment Control per Section 308.04.61. The payment will also include pipe, geotextile, wire mesh, steel plate, hose, pump, and connections. No adjustments will be made for resizing or relocating portable sediment tanks to meet stream clarity discharge requirements.

308.04.51 Filter Bags will not be measured, but will be included in the lump sum price for the Dewatering for Erosion and Sediment Control per Section 308.04.61. The payment will include pump, hoses, connections, straw bales, sizing, locating, relocating, disposal and any other incidentals necessary. No adjustments will be made for resizing or relocating to meet Permit conditions or turbidity requirements.

308.04.52 Sediment traps will be measured and paid for at the Contract unit price for one or more of the items listed below:

(a) Erosion and Sediment Control Original Excavation as specified in 308.04.08.

(b) Pipe as specified in 303.04.

(c) Stone as specified in 308.04.58.

(d) Inflow protection as specified in 308.04.28 and 308.04.29.

(e) Baffle board and stakes will not be measured but the cost will be incidental to the other items.

(f) Temporary risers will be measured and paid for at the Contract unit price per each.

(g) Anti-seep collars will be measured and paid for at the Contract unit price per each.

(h) Geotextile will not be measured but the cost will be incidental to the stone.

308.04.53 Sediment Basins will be measured and paid for at the Contract unit price for one or more of the following items:

(a) Earthwork as specified in 201.04.

(b) Pipe as specified in 303.04.

154 08-01-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 15 of 16 (c) Stone as specified in 308.04.58.

(d) Baffle board and stakes will not be measured but the cost will be incidental to the other items.

(e) Temporary risers will be measured and paid for at the Contract unit price per each and include trash racks, draw down devices, concrete bases, projection collars, riser connectors and any other incidentals.

(f) Modifying Stormwater Management Riser Structures and installing dewatering pipe systems will be measured and paid for at the Contract unit price per each for Convert Stormwater Management Riser for Sediment Control. Converting the risers back to their permanent state will be incidental to pipe.

(g) Anti-seep collars will be measured and paid for at the Contract unit price per each.

(h) Geotextile will not be measured but the cost will be incidental to the stone.

308.04.54 Temporary Access Bridge will be measured and paid for at the Contract Lump Sum price.

308.04.55 Temporary Access Culvert will be measured and paid for at the Contract unit price per linear foot.

308.04.56 Onsite Concrete Washout Structures will not be measured but will be incidental to the various concrete mixes.

308.04.57 Restabilization will not be measured when permanently stabilized areas are disturbed by grading operations or other activities not specifically approved.

308.04.58 Stone for sediment control will be measured and paid for at the Contract unit price per ton for the pertinent Stone for Sediment Control item. Geotextile, excavation, and backfill will not be measured but the cost will be incidental to the Contract price.

308.04.59 Straw Bales will be measured and paid for at the Contract unit price per linear foot measured along the approximate center line of the row of bales. Excavation and anchoring the straw bales will not be measured but the cost will be incidental to the Contract price.

308.04.60 Maintenance of Stream Flow will not be measured but will be paid for at the Contract lump sum price. The payment includes design, redesign providing diversion structures regardless of the type required to satisfactorily divert the stream flow, anchoring of the system, excavation, backfill, dewatering the site and excavation within the stream diversion area, maintenance of the diversion system, sandbags, polyethylene sheeting, diversion pipes, pumps, hoses, connections, portable sediment tanks and obtaining any necessary permits. Payment will not be adjusted for alternative stream diversion systems regardless of any changes in quantities from that shown in the Contract Documents. The provisions of GP-4.05 will not apply to this work.

155 08-01-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 16 of 16 308.04.61 Dewatering for Erosion and Sediment Control will not be measured but paid for at the Contract lump sum price. The payment will also include designing, acquiring all necessary permits, and providing dewatering systems regardless of the type and quality necessary to satisfactorily meet requirements throughout the duration of the contract, maintenance of the diversion systems, pumps, hoses, connections, sump pits, portable sediment tanks, and filtration systems (Rain for Rent© or approved equal).

308.04.62 When sandbags are specified for use other than where incidental to 308.04.22, 308.04.23, or 308.04.60, or otherwise specified as incidental, sandbags will be measured and paid for per cubic yard.

156 08-01-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 1

CATEGORY 600 SHOULDERS SECTION 606 - PERMANENT TRAFFIC BARRIER END TREATMENTS

606.04 MEASUREMENT AND PAYMENT

INSERT: At the end of the section.

606.04.10 Traffic Barrier W Beam Anchorage with Rub Rail to Safety Shape and Traffic Barrier W Beam Anchorage to Concrete Traffic Barrier shall be measured and paid for at the Contract unit price for Each.

157 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 1

CATEGORY 800 TRAFFIC SECTION 800.01 - CABLE AND WIRE LABELING

800.01.01 DESCRIPTION. All cables, devices and wires installed in this contract shall have labels installed with circuit designators and other pertinent information as directed by the Engineer.

800.01.02 MATERIALS. Underground labels shall be constructed of type 304 stainless steel. Underground shall be any location within manholes, handholes, splice cases, or other enclosure that is below finished grade and in an exterior location. Above ground labels may be constructed of stainless steel or aluminum. Wire ties shall be UV resistant, black.

800.01.03 CONSTRUCTION. Labels shall be constructed from a metal tape with text applied by metal tape embosser. Text shall be applied by a 0.188” minimum character wheel. All labels shall be ½” tall. Length shall be determined by the user based on the label text length. A manufacturer tool shall be used to cut ends and create wire-tie slot using a cable tie slot punch built into the tool. Sample photo:

800.01.04 MEASUREMENT AND PAYMENT.

This work will not be measured or paid separately but shall be considered incidental to the pertinent furnish and install cable and wire items in the Contract.

158 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 1

CATEGORY 800 TRAFFIC SECTION 800.02 - DISCONNECT, PULLBACK AND REROUTE EXISTING CABLE

800.02.01 DESCRIPTION. Disconnect existing cable(s) from traffic control device(s), pullback and reroute through new or existing conduit systems, handholes, span wires, mast arms and/or structures for reconnecting the traffic control device(s) as specified in the contract documents, or as directed by the Engineer.

800.02.02 MATERIALS. Not Applicable

800.02.03 CONSTRUCTION. Notify the Engineer and Traffic Operations Division representatives at least 5 working days before intended work is to be completed. Plan the work to minimize interference and/or down time of any existing traffic control device.

Disconnect specified cable(s) from the traffic control device and pullback to the point noted or as directed, reroute the cables through the specified raceway(s) and back to the device specified.

800.02.04 MEASUREMENT AND PAYMENT. Disconnect, Pullback & Reroute Cable will be measured and paid for at the contract price per linear foot and shall apply for one or as many cables as are disconnected from a specified device and rerouted back to a device (not per cable). The payment will be full compensation for all materials, labor, equipment, tools, and incidentals necessary to complete the work.

159 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 1

CATEGORY 800 TRAFFIC SECTION 800.03 - ITS CABINET IDENTIFICATION NUMBER LABEL

800.03.01 DESCRIPTION. This work shall consist of furnishing and installing an ITS Cabinet Identification Number Label on all MDTA owned ITS cabinets proposed as part of this project within the limits of the project. This work also consists of furnishing and installing identification number labels on equipment housings and supporting equipment cabinets. The contractor shall contact the MDTA’s Inspection Manager to coordinate identification numbers for each ITS cabinet that is owned and maintained by the Maryland Transportation Authority as detailed on the plans.

800.03.02 MATERIALS. ITS Cabinet Number Labels shall be fabricated of the same sheeting material specified for other signs in the contract as specified on Drawing No. SN-1. Reflective Sheeting shall meet the requirements of Section 950.03. The cabinet labels will meet details provided in ITS plans.

800.03.03 CONSTRUCTION. The Structure Identification Number Label shall be installed on the traffic side of the cabinet in a way that it does not prevent normal operation of cabinet handles, doors, locks, etc. The sheeting only shall be directly applied to the cabinet as per the manufacturer’s specifications. The contractor shall prepare the structure surface as required by the sheeting manufacturer’s specifications.

800.03.04 MEASUREMENT AND PAYMENT. ITS Cabinet Identification Number Labels will not be measured but the cost will be incidental to the appropriate ITS Control Cabinet item in the Contract. For existing structures, the costs will be incidental to other pertinent items in the contract. The payment will be full compensation for all materials, labor, equipment, tools and incidentals necessary to complete the work.

160 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 2

CATEGORY 800 TRAFFIC SECTION 800.04 - REMOVE, SALVAGE, DISPOSE AND DELIVERY OF EXISTING ITS AND LIGHTING EQUIPMENT 800.04.01 DESCRIPTION. This work shall consist of the removal, salvaging, disposal and/or delivery of various existing ITS devices and lighting equipment to MDTA as noted on the plans and as directed by the Engineer. The types of existing ITS devices are as follows:

• CCTV or LPR Cameras • Lane Use Control Signals • Equipment Control Cabinets and Components • Other ITS and lighting equipment not specifically listed herein

The contractor shall also remove all associated sensors, cabling, structure attachment hardware, steel poles, junction/pull boxes, manholes, vaults, cabinets and control equipment, structure mounted or exposed conduits, risers, electrical control and distribution equipment, electrical transformers, concrete foundations, maintenance service platforms, signs, other elements attached to ITS structures, and retaining structures as specified in the Contract Documents or as directed by the Engineer.

This work shall also consist of removing existing electrical and communication cables and abandoning existing conduits in place as specified in the Contract Documents and as directed by the Engineer.

800.04.02 MATERIALS. Not applicable

800.04.03 CONSTRUCTION. Concrete foundations shall be removed as specified in 207.03.01 and at least 12 inches below final grade. All holes caused by this removal shall be backfilled, compacted and restored to surrounding conditions.

Manholes, vaults and other in ground junctions for electrical power and communications shall be removed 12 inches below final grade. All holes caused by this removal shall be backfilled, compacted and restored to surrounding conditions.

MDTA shall have the first right of refusal for all existing ITS and lighting devices and equipment removed on the project. The contractor shall salvage all equipment that MDTA wishes to retain and deliver it to a location specified by MDTA. The Contractor coordinate with the Engineer and MDTA to schedule the removal and/or delivery of all salvaged equipment.

The Contractor shall be responsible for the removal, transportation and disposal of all material not salvaged.

The Contractor shall plan all removal work to minimize interference with any other existing traffic control devices, ITS devices, signs, and roadway or sign lighting.

161 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 2 of 2 Existing cable(s) shall be removed from buried ITS or lighting conduits designated to be abandoned. If the cables cannot be removed, they shall be cut where they enter the conduit and abandoned in place with the cut portion being removed and disposed of.

800.04.04 MEASUREMENT AND PAYMENT. Remove, Salvage, Dispose and Delivery of Existing ITS and Lighting Equipment will not be measured but will be paid for at the Contract Lump Sum price. The payment will be full compensation for all material, labor, equipment, tools, and incidentals necessary to remove, salvage, dispose, and deliver all existing ITS or lighting equipment as specified in the Contract Documents and as directed by the Engineer.

162 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 8

CATEGORY 800 TRAFFIC SECTION 800.05 – CCTV CAMERA

800.05.01 DESCRIPTION. This work consists of furnishing, installing, and testing Closed-Circuit Television (CCTV) color/black-and-white (color/BW) camera assemblies as specified in the Contract Documents, or as directed by the Engineer.

800.05.02 MATERIALS

All materials shall be new and approved by the Engineer. All equipment shall be the latest revision or product version under production by the equipment supplier. Obsolete, no-longer-supported, or no- longer-produced equipment will not be acceptable.

Color/BW camera assemblies, cabinets, and all component parts shall meet the latest edition of the National Electrical Manufactures Association (NEMA) Standards, Underwriters’ Laboratory (UL), and Military Standards (MIL) as applicable. The advertising date of this Contract shall be used to determine the date of the applicable standards.

Camera shall be a high-def (HD) 1080p, H.264, PTZ, pressurized outdoor rated camera that supports the NTCIP 1205 v1.08 standard. The camera shall utilize PoE. The Contractor shall furnish a separate power supply (PoE injector), designed to work with the camera and the camera lowering system cable where required, and install it in the CCTV cabinet. CCTV Camera assemblies shall be Cohu Rise 4220HD Series with Command Core, or MDTA approved equal. PoE injectors shall be Cohu Rise High Temperature 75W PoE++ Supply or MDTA approved equal.

The contractor shall provide, with the equipment submittal, proof that the selected camera complies with SHA’s latest NTCIP CCTV v1205 v1.08 exerciser program.

Each CCTV Camera Assembly shall consist of the following:

• Integrated Camera Assembly, including DSP Color/BW camera, zoom lens, and pressurized dome.

• Camera mounting hardware, including wires, connectors and adapters to connect to the lowering system, where required.

• Power service distribution and conditioning equipment, including surge suppression.

• All cables between the camera and the field equipment cabinet.

163 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 2 of 8

• An adjustable pole or truss chord mountable bracket arm that provides rotation and tilting for camera aiming and elevates the camera above the attachment structure. The bracket arm shall be a gooseneck type. Any adapters and all mounting hardware to facilitate installation shall also be provided. The bracket arm and accessories shall be of cast aluminum or stainless steel construction.

800.05.03 CONSTRUCTION

The Contractor shall furnish and install all hardware, tools, equipment, materials, supplies, and manufactured articles. The Contractor shall also perform all operations and equipment integration necessary to construct fully operational CCTV color/BW camera assemblies that meet the features, functions, and parameters as shown in Tables 1 through 3. Serial numbers and model numbers, if available, shall be permanently engraved on all removable components and hardware. All conductor- wire runs shall be continuous with no splices. Note that the CCTV camera, PT unit, and pressurized dome shall be supplied as an integrated unit. The specifications of the dome are provided in a separate table for clarity.

Table 1. CCTV Camera Requirements REQ’T NUMBER FEATURE SPECIFICATION The Contractor shall furnish, install, and test the proper quantity of cameras as 1. Quantity required by the project scope. 2. Zoom Ratio The zoom ratio shall be 30x Optical, 2x Digital, 60x Total Zoom 3. DSP The camera shall be a DSP type camera. 4. Auto Focus The camera shall have an auto focus with a manual override capability. 5. Focus Speeds The camera shall have variable focus speeds, less than 1.8 seconds end to end. 6. Lens Aperture The lens maximum aperture shall be F1.4. The camera shall support variable zoom speeds, from 0 to 200 degree/second. 7. Zoom Speeds Tele to wide in 3.9 seconds. On-Screen Direction The Contractor shall program sectors for N, S, E, or W direction based on the 8. Indicator direction of traffic flow. The camera shall support a minimum of 16 sectors (or zones or areas) with the Privacy Zones/ 9. ability to blank the video in any sector. Additionally, the camera shall support Sectors/Areas two sizeable privacy masks that relate to the PTZ position. The camera shall support a minimum of 20 characters for on-screen camera, On-Screen Zones/ 10. preset, sector, or alarm titles. The camera shall have an on-screen/video Sectors/Areas compass display. The compass shall be settable to indicate North. The camera shall support text for the camera name, preset name, and sector 11. On-Screen Text name (alarms and zoom level are not required). The titles shall be capable of being located in different positions on the screen image. 12. On-Screen Logo MDTA specified. The camera PT unit shall support a variable speed tilt capability with a 13. Variable Speed Tilt minimum of 110° per second at the highest rate. The camera PT unit shall support a variable speed pan capability with a 14. Variable Speed Pan minimum of 300° per second at the highest rate. Adjusted Pan/Tilt The camera PT unit shall support a proportional speed Pan/Tilt capability, 15. Speed where the speed decreases automatically as the zoom level increases. The camera PT unit shall provide a 360° continuous pan capability, without 16. Pan Range cable interference or tangling.

164 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 REQ’T NUMBER FEATURE SPECIFICATION 17. Tilt Range The camera PT unit shall provide a –2.5° to 92.5° tilt capability. Number of The camera shall support a minimum of 79 presets. The movement to the preset 18. Presets/Performance shall occur within one second (maximum) and with 0.3 degrees accuracy. The camera shall support a capability to label each preset, with a minimum of 19. Preset Labels 20 characters per preset label. Contractor Specified. Note that tours at camera level are optional, tours at the 20. Patterns/Tours switch level are more important. A minimum of eight tours with 32 steps per tour is required. Additionally, there shall be two auto-tours. 21. Number of Pixels The camera shall support a minimum of 1920H x 1080V pixels. 22. Imager/Sensor Size The camera shall provide an imager/sensor size of ¼". 23. Imager Area Contractor specified. 24. Lens Size The camera shall have a ¼" lens. 25. Lens Focal Length The camera shall have a 4.4 mm to 132 mm minimal lens focal length. The camera shall have a Color/BW capability with an automatic and manual selection. The camera shall transition automatically to a BW mode (when in 26. Color-Auto BW automatic mode) when the luminance reaches a predefined threshold (used during nighttime or low luminance condition). The camera sensitivity shall vary between day and night, by reverting to quasi- 27. Lens Sensitivity monochrome operation at night. At all times, the camera shall provide 30 FPS output. Long-term integration is not acceptable. 28. Auto IRIS The camera shall provide an auto iris mode with a manual override. The camera dome housing shall be provided by the camera manufacturer as an 29. Dome Housing integrated product; The pressurized camera/dome assembly shall accommodate mounting onto a lowering device or bracket arm. The camera shall come equipped with a pipe adapter (1 ½ inch male NPT pipe) that integrates with the lowering system’s camera connection box or the bracket arm. For lowering devices, the camera must be designed to work with the Construction Contractor’s lowering system 30. Dome Mount (the Contractor should recognize that more than one type of lowering system may be used and should plan accordingly). The camera shall connect to the lowering system using a lowering system camera connection box (with weights) provided by the lowering system vendor. The camera shall interface snug to the camera connection box such that all camera electrical/signal wires are passed through, and that the seal is weather tight. 31. Power Input The power input to the camera/dome shall support PoE++. 32. AGC The camera shall be equipped with an AGC circuit with a 30 dB range. 33. Alarms No alarm contacts shall be wired. External Operating -34ºC to 74ºC in accordance with NEMA 2.1.5.1 STD2. Up to 100% relative 34. Temperature Range humidity. The camera/dome assembly shall sustain normal operations when subject to transient voltages, surges, and sags normally experienced on commercial power 35. Surges lines and continual operation at line voltages between 95 volts and 135 volts AC, 50/60 Hz. 36. Alarms No alarm contacts shall be wired. External Operating -34ºC to 74ºC in accordance with NEMA 2.1.5.1 STD2. Up to 100% relative 37. Temperature Range humidity. The camera/dome assembly shall sustain normal operations when subject to transient voltages, surges, and sags normally experienced on commercial power 38. Surges lines and continual operation at line voltages between 95 volts and 135 volts AC, 50/60 Hz.

165 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 REQ’T NUMBER FEATURE SPECIFICATION The camera must support multiple protocols, including: • The camera must support v1.08a of the NTCIP Camera protocol and be compliant with the NTCIP 1205 standard entitled – “National Transportation Communications for ITS Protocol Object Definitions for Closed Circuit Television (CCTV) Camera Control, dated November 2004” and also 35. Protocol “NTCIP 1205 Amendment 1 v08, CCTV Camera Control, amendment version v08a, November 2004”. • IPv4/IPv6, HTTP, HTTPS, RTSP/RTP, RTCP, DNS client, FTP, SMTP, PPPoE, UPnP, TCP, DHCP, UDP, NTP, DDNS, IGMP, ICMP, ARP, SNMP (v3), TSL, SSL, QoS, 802.1X The camera manufacturer must provide Electronic Image Stabilization (EIS) 36. EIS firmware that can suppress vibrations at 5 Hz and 10 Hz (or 16 Hz) center frequency. The camera must be able to interface to either (1) a camera-vendor multi-user CCTV GUI software package, or (2) a third-party multi-user CCTV GUI software package. The cameras must also have a means to allow the MDTA or SHA CHART CCTV software to control them without any software protocol 37. PC Software changes (see protocol section above). The Contractor’s vendor must provide a fully functional maintenance, testing and diagnostics software package, which may be used to (1) test all features and functions of the camera assembly and (2) configure all options and properties that are supported by the camera assembly firmware. The camera manufacturer shall have demonstrated experience in having a Camera Vendor 38. minimum of 12 outdoor CCTV camera/dome assemblies installed for ITS Qualifications applications, which are operational for at least six (6) months. The Contractor shall have systems integration with ITS experience (including Contractor software, hardware, 100MB Ethernet communications). The Contractor shall 39. Qualifications have installed at least two (2) similar CCTV systems with 12 or more cameras, operational for at least six (6) months. The camera/dome assembly must have a three-year minimum warranty from the date of installation with two one-year extensions (total 5 year warranty). 40. Vendor Warranty Technical support must be made available M-F during normal business hours on a 1-800 number. Technical support shall be included in the Warranty and be available for the entire duration of the Warranty at no additional cost. The Contractor shall supply a one-year warranty commencing after the 41. Contractor Warranty Acceptance period and after the 90-day Observation Period expires.

166 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 5 of 8 Table 2. CCTV Dome Requirements REQ’T NUMBER FEATURE SPECIFICATION The Contractor shall furnish, install, and test the quantity of camera domes 1. Quantity required by the project scope. 2. Dome Size The dome size shall be a maximum of 13" diameter. External Operating Unless otherwise specified, the equipment inside the dome shall remain 3. Temperature Range functional with outside temperatures ranging from -30 °C to 55 °C. Unless otherwise specified, the equipment inside the dome shall remain 4. Humidity functional with an outside relative humidity from 0-100%. 5. Heater The dome enclosure shall have 2 DC resistive heaters. 6. Wind Loading The camera/dome must withstand 150 MPH winds. The maximum total weight for the combined camera/dome assembly shall be 15 7. Weight lbs or less. The dome shall have a Pressure Release Valve for safety and be pressurized by 8. Pressurization the Contractor with Nitrogen to a minimum of 5 PSI. The dome shall have a standard size Schraeder valve (for nitrogen charging) that 9. Pressure Valve is easily located and accessed by a technician. 10. Pressure Sealant Type The pressure sealant type shall be O-ring. 11. Enclosure Protection The unit shall be sealed and have a minimum rating of an IP68. 12. Outer Dome Cover The outer dome shall be constructed of rust-free components. 13. Sunshield The dome shall have a UV light resistant outer sunshield. The lower dome cover shall be distortion free, cell-cast acrylic plastic or free 14. Lower Dome Cover blown, UV Coated, with no fastening holes (to avoid cracking). The camera/dome assembly shall provide a single RJ45 pigtail containing Cat6E Ethernet to carry the video, PTZ signals, and PoE necessary for camera power, 15. Cables heater power, and ground, as required.

The cabling shall come with the necessary IP67 couplers. Pendant Mount 16. The pendant mount connector type shall be a 1.5" NPT male thread. Connector Type There shall be surge protection within the dome enclosure for the video and 17. Surge Protection power. This surge protection is in addition to the surge protection specified for use in the base cabinet. 18. Power Input The power input to the camera/dome shall support POE++. Radio Frequency 19. The camera/dome assembly shall be FCC Class A compliant. Emission Rating The dome manufacturer shall have a minimum of 12 installed units of outdoor Dome Vendor 20. dome CCTV for ITS applications, which are operational for at least six (6) Qualifications months. The camera/dome assembly must have a three-year minimum warranty from the date of installation with two one-year extensions (total 5 year warranty). 21. Vendor Warranty Technical support must be made available M-F during normal business hours on a 1-800 number. Technical support shall be included in the Warranty and be available for the entire duration of the Warranty at no additional cost. The Contractor shall supply a one-year warranty commencing after the 22. Contractor Warranty Acceptance period and after the 90-day Observation Period expires.

167 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 6 of 8 Table 3. CCTV Cabinet REQ’T NUMBER FEATURE SPECIFICATION 1. Cabinet Type Refer to ITS Controller Cabinet Specification The Contractor shall provide the following. The cabinet shall house a PoE++ injector. The Contractor will install all necessary cables to enable a fully functional CCTV system, including all Ethernet cables between the camera, PoE injector, surge 2. protector, and network Ethernet switch. The installation shall allow the cameras, Cabinet Equipment when commanded through the CHART or MDTA software, to receive the PTZ commands over a multi-drop circuit. The Contractor shall be responsible for ensuring the CCTV camera site is fully operational, that all video is jitter-free at the AOC, and that PTZ commands properly and reliably traverse the network. The cabinet equipment must have a three-year minimum warranty from the date of installation with two one-year extensions (total 5 year warranty). Technical 3. Vendor Warranty support must be made available M-F during normal business hours on a 1-800 number. Technical support shall be included in the Warranty and be available for the entire duration of the Warranty at no additional cost. The Contractor shall supply a one-year warranty commencing after Acceptance 4. Contractor Warranty and after the 90-day Observation Period expires. In addition to the above items, the Contractor shall provide the following services and deliverables:

Assembly. All camera components shall be assembled and factory tested prior to delivery to the site.

Installation. The camera assemblies shall be delivered to the site as complete units and installed as specified in the Contract Documents.

1. The camera/dome assembly shall be mounted in accordance with the Engineer’s direction and to provide a maximum field of view of the mainline or bridge, and the ramp interchanges. Each camera/dome assembly shall be connected to hardware enclosed in a field equipment cabinet, as specified in these specifications.

2. The Contractor shall be responsible for any necessary pole-mounting adapters, brackets, and mounting hardware, including extensions, cable entry to the pole, and special anti-vibration brackets for bridge mounts

Testing. The Contractor shall conduct field tests to verify compliance with the Contract Documents and all requirements. The Contractor shall provide a requirement-traceability matrix for each test. The matrix shall clearly identify what functionality is being tested and the applicable section(s) in the specifications. All equipment furnished by the Contractor shall be subject to monitoring and testing to determine conformance with all applicable requirements and to ensure the proper operation of the equipment and system. Below are the requirements for testing:

1. The Contractor shall supply all equipment required for conducting the tests.

2. No separate payment will be made for the monitoring, testing, test equipment, and documentation of test results. These costs shall be included in the bid amount for this pay item.

168 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 7 of 8 3. If any component or material used in the construction of the system is defective or otherwise unsuitable, or the workmanship does not conform to the accepted standards, the Contractor shall replace such defective parts and materials at no cost to the MDTA.

4. Each camera assembly furnished and installed by the Contractor shall be tested once installed in the field in a standalone fashion. All equipment for conducting the test shall be supplied by the Contractor. No separate payment will be made for the monitoring, testing, test equipment, and documentation of test results. These costs shall be included in the bid amount for this pay item. The tests shall be conducted at the field equipment cabinets, and shall include the following as a minimum:

i. Verification of the installation of the specified cables and connections between the camera/dome assembly, network switch, and power supply.

ii. Local operation of all CCTV equipment, including exercising the pan, tilt, zoom, focus, iris opening, and power on/off functions while the video picture on a portable monitor is being observed.

iii. Demonstration of the camera sensitivity at low light levels to meet the specified requirements and the transition to and from the Color and BW modes.

iv. Demonstration of the pan/tilt speed and the extent of the camera movement to meet the specified requirements.

v. Test to verify proper camera enclosure pressurization.

vi. Setup, selection, and demonstration of pre-programmed or preset positions for each camera.

Technical Assistance. The equipment supplier shall provide the Contractor with an authorized manufacturer’s representative or qualified technical personnel (acceptable to the MDTA) to assist the Contractor with the installation of all equipment at each site.

Documentation. The Contractor shall provide three (3) sets of operating manuals, service manuals, and maintenance instructions for all components of the system.

Warranty. The Contractor and Vendor shall provide warranties and warranty extensions as described herein.

Maintenance. During the one-year Contractor warranty, the Contractor shall perform preventative maintenance activities (e.g., check and re-pressurize each dome as required, at least twice during the one-year maintenance). Verification of the completion of these activities shall be required. All preventative maintenance work conducted by the Contractor shall be documented and reported in writing to the MDTA.

169 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 8 of 8 800.05.04 MEASUREMENT AND PAYMENT

CCTV Camera Assemblies will be measured and paid for per each type of unit furnished, installed, and tested by the Contractor, and accepted by the MDTA. All equipment, PoE injectors, surge protectors, mounting hardware, and installation costs associated with installing the equipment at a site will be incidental to the CCTV Camera Assembly bid item.

Power, video, control and communication cables between the CCTV Camera dome, network switch, PoE injector, and power supply shall be incidental to the CCTV Camera Assembly bid item. Bracket arms shall be incidental to the CCTV Camera Assembly bid item.

This payment includes, but is not limited to, all materials, labor, equipment, tools and incidentals as may be needed to furnish, install, test, and perform warranty and any other work necessary to make the installation complete, operational, and acceptable.

90% of the CCTV Camera Assembly bid items will be paid after the contractor has furnished, installed and demonstrated that CCTV signals are present at the cabinet and pan/tilt/zoom functions of the CCTV camera can be performed locally at the cabinet. 10% of the CCTV Camera Assembly bid item will be paid after the contractor has demonstrated that the CCTV can be monitored, viewed, and controlled remotely.

170 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 17

CATEGORY 800 TRAFFIC SECTION 800.06 – LED DYNAMIC MESSAGE SIGNS (DMS) 800.06.01 DESCRIPTION

This work involves the furnishing, delivering, installing, commissioning, and testing of the Dynamic Message Signs (DMS) and Enhanced Lane Use Signs (ELUS) designed to display full graphic messages or alphanumeric characters with LED. The complete system consists of sign housing, display modules, driving electronics, photosensor control, associated cables and wiring, sign controller unit (SCU), and diagnostic maintenance software for the laptop. All DMS requirements within this specification shall apply to ELUS unless otherwise noted.

All DMS equipment components, modular assemblies, and other materials located in the DMS housing shall be removable, transportable, and capable of being installed by a single technician utilizing front access doors on the DMS. Structural members and components, except the beams that connect DMS with the overhead structure, thereof are not included in this requirement.

All components furnished under this functional specification shall be current production equipment and of recent manufacture. To ensure overall system compatibility, all DMSs shall be from the same manufacturer. The DMS design shall not change without approval from the MDTA.

800.06.02 MATERIALS

DMS models shall be provided as detailed on the Plans: a. Daktronics VF-2420-96x160-20-RGB or MDTA approved equal.

ELUS shall be: a. Daktronics VX-2428-64x64-20-RGB or MDTA approved equal.

800.06.02.01 Sign Supports and Hardware. See MDSHA Standard Specifications for Construction and Materials Section 909 – Metals.

All materials furnished and or installed shall be new, corrosion resistant, and approved by the MDTA’s Engineer. All signs shall be full matrix

Daktronics VF-2420-96x160-20-RGB Character Capacity:

1. 3 lines of 8 characters using 18 inch character height.

2. 4 lines of 12 characters using 12 inch character height.

3. 5 lines of 16 characters using 9 inch character height.

171 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 2 of 17 4. 9 lines of 26 characters using 6 inch character height.

Daktronics VX-2428-64x64-20-RGB Character Capacity:

1. Full matrix variable text and graphics.

800.06.02.02 Text. The LED DMS shall enable the display of a text string consisting of alphanumeric characters over one or more lines. Each character module shall be composed from a luminous, non- continuous dot matrix system formed from individual LED pixels. The matrix shall consist of 35 pixels over 5 columns and 7 rows. Each pixel shall be composed of a grouping of LED’s. For determining the number of lines and the number of characters per line the following font characteristics shall be used at all times, except where noted otherwise:

VX-2428-64x64-20-RGB

Each LED module shall contain a minimum of 256 LED pixels configured in a two-dimensional array. The pixel array shall be a minimum of sixteen (16) pixels high by sixteen (16) pixels wide. A through E below may or may not apply to VX-2428. a. The font shall be a 5 pixel wide by 7 pixel high fixed font. (i.e.: Every character is exactly 5 pixels wide and 7 pixels high) b. The inter character spacing (the space between characters) shall be 2 pixels for 12 and 18 inch text and 1 pixel for 9 inch text. c. The interline spacing (the number of blank lines on a full matrix sign between rows) shall be 6 for 18 inch text, 4 for 12 inch text, and 3 for 9 inch text. d. On a full matrix sign, the number of horizontal pixels across is related to the number of characters by the formula: Characters = (Horizontal Pixels + 2) / 7 (rounded down to the nearest integer) e. On a full matrix sign, the number of lines is related to the number of vertical pixels by the formula: Lines = (Vertical Pixels + 3) / 10.

800.06.02.03 Light Emitting Diodes. LEDs shall be Aluminum Gallium Indium Phosphide type. a. The LED shall be rated for 100,000 hours of continuous operation with less than 30% lumen depreciation. b. Each LED shall have a 30 degree cone of vision, except where noted otherwise. c. All LEDs used in the pixel clusters shall have dominant wavelengths between 585 and 595 NM, and all LED pixels in a sign shall have the same dominant wavelength.

172 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 3 of 17 d. All LEDs shall have a nominal viewing cone of 30 degrees with a half-power angle of 15 degrees measured from the longitudinal axis of the LED. Viewing cone tolerances shall be as specified in the LED manufacturer’s product specifications and shall not exceed +/- 5 degrees. e. Each display pixel shall be composed of red, green and blue LEDs. f. Red LEDs shall be Aluminum Gallium Indium Phosphide type with a peak wavelength of 618- 630nm. g. Green LEDs shall be Indium Gallium Nitride type with a peak wavelength of 519-539nm. h. Blue LEDs shall be Indium Gallium Nitride type with a peak wavelength of 460-480nm.

800.06.02.04 Pixels. Each pixel shall contain the quantity of discrete red, green, and blue LEDs needed to output a minimum luminous intensity of 12,400 candelas per square meter for white light and 7,440 candelas per square meter for amber light when measured using a photometric meter through the front face panel assembly.

The distance from the center of one pixel to the center of all adjacent pixels, both horizontally and vertically, shall be .81-inches (approximately 20mm).

All pixels shall contain an equal quantity of discreet LEDs.

800.06.02.05 Front Panel. The LED modules shall be protected by an aluminum mask over polycarbonate faceplate. The polycarbonate shall contain UV inhibitors that protect the LED display matrix from the effects of ultraviolet light exposure and prevent premature aging of the polycarbonate itself. The Panel shall absorb greater than 80% of UVA and UVB.

800.06.02.06 Miscellaneous. Furnish and install all tools, harnesses, wires, fittings, panels, and materials necessary to provide a complete DMS assembly that is fully functional and compatible with the central sign control software.

800.06.03 CONSTRUCTION

All DMS and equipment cabinets shall be 100% solid-state, except for the DMS cabinet’s environmental control fans and thermostat. The entire DMS Site, including all DMS units, and wiring that make up a completely operational site shall be UL listed. All high-voltage electrical components (exceeding 24 VDC) used in the DMS equipment cabinet and the DMS controller shall be UL listed and shall meet all local NEC codes applicable to DMS applications.

800.06.03.01 Housing. The sign housing shall be a front access type, except as specified otherwise in the Contract Documents.

The DMS Housing shall be provided with two lifting eyes to be used when placing the housing on the sign structure. The fully assembled sign shall be lifted into place using both lifting eyes. 173 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 4 of 17

The Contractor shall protect the sign housings and sign faces during transportation and installation so as not to damage the exterior or the interior elements.

The LED panel shall protect LED modules from rain, ice, dust, and corrosion in accordance with NEMA enclosure Type 3R standards, as described in NEMA Standards Publication 250, Enclosures for Electrical Equipment (1000 Volts Maximum).

The DMS shall contain small weep holes for draining water that may accumulate due to condensation. Weep holes shall be screened to prevent the entrance of insects and small animals.

800.06.03.02 Sign Face.

The sign face shall have an active area of: a. 4’4” x 4’4” for model VF-2428-64x64-20-RGB or MDTA approved equal. b. 6’6” x 10’10” for model VF-2420-96x160-20-RGB or MDTA approved equal.

The character modules shall be surrounded by a matte black border. a. This border shall be contained within the dimensions of the sign housing (internal border). b. The border shall be 4 inches at the top, bottom and sides of the sign face for model VF-2428- 64x64-20-RGB or MDTA approved equal. c. The border shall be 2 5/8 inches at the top, bottom and sides of the sign face for model VF-2420- 96x160-20-RGB or MDTA approved equal. d. The DMS vendor shall not place any company logo on the front of the sign in accordance to Maryland State law. A single two-inch logo on the back of the sign is permitted.

In the presence of wind, the DMS front face shall not distort in a manner that adversely affects LED message legibility.

800.06.03.03 Faceplate. The faceplate mounting system shall not permit moisture or other contaminants to enter the enclosure, nor shall it obstruct the motorists view of the sign modules. The faceplate mounting system shall be designed so that the faceplate can be opened on hinged doors for easy access from the front of the enclosure with door stops at 90 degrees open.

To prevent open doors from blowing in wind, they shall each have a retaining latch mechanism to hold the door open at a 90-degree angle.

174 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 5 of 17 Each door shall contain a minimum of two (2) captive-type latches to lock them in a closed position. These latches shall be captive to prevent them from falling. They shall pull the door tight and compress a gasket located around the perimeter of each door. They shall also be capable of providing leverage to easily release the gasket seal when opening the doors. The gasket shall prevent water from entering the cabinet around the doors.

800.06.03.04 Component Access. Inspection and sign maintenance shall be from in front of the enclosure.

800.06.03.05 Module Separation. For this specification, Full Matrix shall be defined as a type of DMS without fixed lines, columns or characters and the entire display area contains equally spaced pixels. The DMS and controller shall have the ability to display characters using proportional spacing on the full matrix configuration. Further, when proposing a full matrix sign, any graphic, symbol, character or font can be placed in any location within the display area of the DMS without regard to lines or columns.

800.06.03.06 Display. The signs shall be able to display each of the following characters: a. All upper case and lower case letters. b. All digits from 0 to 9. c. Up to 32 user-defined graphics characters. d. All standard ASCII punctuation symbols. e. Upper case alphanumeric characters over the complete height of the matrix. f. Customized font based on the 7x5 font using variable width or proportional spacing. g. Modifying the space character to achieve 3 pixels width. h. Modifying the intercharacter spacing to get 2 pixels between characters and the interline spacing to get 3 pixels between lines within the font itself. i. All standard Manual on Uniform Traffic Control Devices (MUTCD) traffic symbols and icons.

VX-2428-64x64-20-RGB: a. The Letters “A” through “Z” in both uppercase and lowercase. b. Decimal digits “0” through “9”. c. A blank space. d. Eight (8) directional arrows. 175 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 6 of 17 e. Punctuation marks, such as: . , ! ? – ‘ “ :; f. Special Characters, such as: # & * + / () [] <> @ g. Preinstalled fonts – See table in Procurement Specification.

All Character fonts shall be submitted to the Engineer for approval.

800.06.03.07 Matrices. The matrices shall be rectangular and shall consist of uniformly shaped and sized pixels with identical vertical and horizontal edge to edge spacing between pixels. 6” characters shall be clearly visible and legible from 300 feet minimum, along the optical axis, under all normal weather and lighting conditions by an observer with 20/20 vision.

800.06.03.08 Sign Message. The sign shall be able to display: a. A static message. b. A flashing message. c. Two alternated messages formed by two static or flashing messages. d. Flashing messages by separately varying the flashing and cycling frequency between 5 and 10 seconds in 30-second intervals. e. An E-ZPass Logo. f. Multiple-Page Message: A message contains 2 different pages of information. Each page’s display time is user-programmable from 0.1 seconds to 25.5 seconds and is adjustable in increments of 0.1 seconds.

800.06.03.09 Current Controller. The controller shall isolate the LEDs from line voltage and control the current to the LEDs. a. The maximum current supplied to any LED shall not exceed 30 mA under any circumstances. b. The current controlling dimming circuitry shall automatically compensate for variations in the AC line voltage to maintain the light output constant at the selected brightness level.

800.06.03.10 Dimming. Luminous output shall be controlled using a photocell on the front of the sign and the back of the sign. The sign shall have the ability to have the intensity controlled manually or automatically. The manual control shall allow the user to select one of at least 100 intensity levels, which will be communicated to the LED drivers in the DMS. The automatic intensity control mode will monitor the ambient light sensors of the DMS and will use a mathematical algorithm to automatically select one of the more than 100 intensity levels. The intensity level shall then be transmitted to the LED drivers in the DMS. A 176 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 7 of 17 a. The photocells shall be mounted so that they may be serviced from outside the sign enclosure. b. A brightness override shall be possible.

VX-2428-64x64-20-RGB

The automatic intensity control mode will monitor the ambient light sensors of the DMS and will use a mathematical algorithm to automatically select one of the more than 245 intensity levels. The intensity level shall then be transmitted to the LED drivers in the DMS.

800.06.03.11 Equipment Ground. Unless otherwise required by the sign Vendor, a suitable earth ground shall be provided at the sign location using a minimum of three ground rods. a. The ground rods shall be a minimum of 6 feet apart, and each rod shall be a minimum of 10 feet in length. b. One ground rod shall be within 5 feet of the point where the structure meets the ground. c. Suitable bonding shall be provided from the ground rods to the sign support structure, sign enclosure, and field controller cabinet using not less than #2 AWG stranded copper wire exothermically welded to ground bar.

800.06.03.12 Control Wiring. Cables between the sign and the sign control cabinet shall be provided for operation of the sign. a. The control cables shall have sufficient electrical capacity to permit mounting the controller cabinet up to 250 feet in front of the DMS structure without excessive voltage drop or signal loss. The DMS Vendor shall provide sufficient length of control cable for each individual DMS based on the location. Provide 10 feet of cable slack neatly tied, coiled and positioned in the DMS Housing for future DMS location adjustments on the structure. b. The cables shall terminate on screw-indexed terminal blocks at both ends. c. The fiber optic cable shall meet the following requirements:

i. The fiber optic cable shall be a duplex 62.5/125µm cable and shall meet the specifications of Corning OM1 fiber type multimode at a minimum. The duplex fiber optic cable shall have a nominal fiber OD of 2 x 4 mm and shall be orange in color; a maximum attenuation of 3.75 dB/km @ 850 nm and 1.5 dB/km @ 1300 nm; a minimum gigabit Ethernet capability of 220 meters @ 850 nm and 550 meters @ 1300 nm; and a maximum tensile load capability of 48 lb-ft short term and 15 lb-ft long term with a minimum installed bend radius of 2.5 cm (1 inch). Maximum insertion loss shall be less than 0.4 dB with a maximum back reflection of less than -25 dB.

177 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 8 of 17

ii. The duplex fiber optic cable shall be provided with “ST” connectors on all ends. The “ST” connectors shall be Corning Glass Insert Connectors (GIC) Anaerobic (95-101-52 SP multimode 62.5/125 um) or equal.

VX-2428-64x64-20-RGB:

With the DMS controller located in a DMS cabinet, the communication signals from the DMS controller in the DMS cabinet to the LED panels shall use fiber-optic cable. The fiber-optic cable shall conform to the following specifications: a. 50.5/125 µM diameter. b. LC-style connectors. c. Rated for indoor/outdoor use. d. UL-rated e. PVC outer jacket f. Tight buffer inner jacket g. Operating temperature range: -40°F to + 185° F (-40° C to +85° C)

A minimum of 4 fibers up to a maximum of 6 shall be provided, depending on the number of DMS required. For each DMS, 2 fiber shall be used for the controller’s transmit circuit and 2 fiber shall be used for the controller’s receive circuit.

800.06.03.13 Design. The equipment design and construction shall utilize the latest available techniques, with a minimum number of different parts, sub-assemblies, circuits, cards, and modules to maximize standardization and commonality. a. The equipment shall be designed for ease of maintenance. b. All component parts shall be readily accessible from in the doors of the front access enclosure for inspection and maintenance. c. Test points shall be provided for checking essential voltages. d. All circuit boards containing exposed copper traces shall be conformal coated to resist fungus growth and moisture deterioration. This includes all circuit boards in the controller cabinet and the sign enclosure.

178 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 9 of 17

800.06.03.14 Environmental. The signs shall be capable of operating without any decrease in performance over an ambient temperature range of -30 degrees F to +165 degrees F (-34 degrees C to +74 degrees C) and up to 99 percent relative humidity (internal to the sign housing and control cabinet), without the necessity of automatic fans or heaters. Fans and heaters shall be used in an auxiliary capacity.

The DMS housing shall be NEMA 3R rated.

800.06.03.15 Fasteners. All screws, nuts, and lock washers shall be stainless steel. a. No self-tapping screws shall be used unless specifically approved by the MDTA’s Engineer. b. All parts shall be made of corrosion resistant materials, such as plastic, stainless steel, aluminum, or brass. c. All materials used in the construction of the sign shall be resistant to fungus and corrosion. d. An inert dielectric material shall be used and supplied to separate dissimilar metals. e. Nyloc nuts shall be used for attachment of the visor if is not welded down. Nyloc nuts shall be able to stay in place if minor vibrations occur at the DMS locations.

800.06.03.16 Control Cabinet. See ITS Control Cabinets Special Provision for additional details.

VX-2428-64x64-20-RGB:

800.06.03.17 Power Supply. A bank of power supplies shall be arranged in a redundant configuration within the DMS equipment cabinet. If a single power supply fails, the power supply system shall be rated to operate 1 system (up to 8 DMS) with 100% of the pixels on at 100% brightness when the internal air temperature is +140 F (+60° C). Each power supply shall receive 120 VAC power from separate circuits on separate circuit breakers, so that a single tripped breaker will not disconnect power from each supply. The power supplies shall be sufficient to maintain the appropriate LED display intensity throughout the entire operating input voltage range. The output of each power supply shall be connected to multiple circuits that provide power to the DMS. Each output circuit shall not exceed 15 amps and shall be fused using a breaker. Each power supply shall be monitored by a microprocessor-controlled circuit. This circuit shall monitor the voltage of each power supply and its output voltage. The power supply voltages shall be reported via a CAN communication network to the DMS controller upon request. The power supplies used to power the LED pixel modules must be identical and interchangeable. The power supplies used to power the LED pixel modules shall have an application of environmental protection and must be UL listed. The output of the power supply system shall consist of multiple circuit breakers and multiple DC ground terminals. The rating of each circuit breaker shall not exceed 15 amps. The electrical terminals of the circuit breakers and ground terminals shall be suitable for field termination of the DC power supply wires used to supply DC power to the DMS(s).

179 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 10 of 17

The regulated DC power supplies shall conform to the following specifications: a. Nominal output voltage shall be 24 VDC ± 10%. b. Nominal maximum output power rating shall be 65 watts. c. Operating input voltage range shall be a minimum of 90 to 260 VAC. d. Operating temperature range shall be a minimum of -30° F to +165°F (-34°C to +74°C). e. Maximum output power rating shall be maintained over a minimum temperature range of -30° F to +165°F (-34°C to +74°C). f. Power supply efficiency shall be a minimum of 85%. g. Power factor rating shall be a minimum of 0.95. h. Shall perform an automatic output shutdown and restart if the power supply overheats or if one of the following output faults occur: over-voltage, short circuit, or over-current. i. Power supplies shall be UL listed or recognized.

800.06.03.18 I/O Panel. The DMS controller cabinet shall be equipped with an input/output relay panel that interfaces with the SCU. The number of input and output relays shall be as required to meet the control requirements of the supplemental control equipment installed in the control cabinet. The input and output relays shall be rated for a voltage and current compatible with the supplemental control equipment.

800.06.03.19 DC Power Distribution Rail with DC Surge. Applies to VX-2428-64x64-20-RGB only. The DMS shall be wired with low voltage DC power provided by the ground equipment cabinet. The DMS equipment cabinet shall be located no further than 350 feet from each DMS. The DMS shall be equipped with electrical terminals suitable for field termination of the DC power supply wires used to supply DC power from the DMS equipment cabinet.

The DC powered equipment in the DMS shall be protected by a parallel-connection surge protective device located within the DMS. The devices shall conform to the following requirements: a. Nominal operating voltage of 24 Vdc. b. Nominal discharge current 10 kA, 8/20 us waveform. c. Less than 5 nanosecond response time. d. All MOV’s protected with thermal fuse or thermal disconnect.

180 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 11 of 17 e. Temperature range of -40° F to +185° F (-40° C to +85° C). Contains visual indicator to indicate device failure.

800.06.03.20 Technical Assistance. The sign Vendor shall provide technical personnel to assist at each sign installation site and to assist with the installation of the central control equipment. The Contractor representative shall provide assistance in the following areas: a. Sign to structure installation. b. Computer control cabinet installation. c. Sign to Controller cabling. d. Certify equipment is safely installed to allow sign to be powered up

800.06.03.21 Training. Operational and Maintenance training for the entire system shall be provided to designated MDTA’s personnel through the means of practical demonstrations, seminars, and other related technical teaching procedures. A minimum of 24 hours of instruction shall be provided. The training shall include the following: a. "Hands on" operation of all sign control system hardware. b. Explanation of the complete repertoire of system commands. c. Instruction on the insertion of data. d. Instruction on required preventative maintenance procedures and servicing procedures.

800.06.03.22 Documentation. The sign system supplier shall provide three (3) sets of operating manuals, service manuals, and maintenance instructions for all components of the sign system, in both paper and electronic formats.

800.06.03.23 Powering Up. During the construction phase and before commissioning, the sign(s) shall not be powered up without the permission of the factory representative.

800.06.03.24 Controller and Communications Protocols. All DMS furnished and installed shall be 100 percent compatible with the traffic management system software currently in use at the MDTA 's Operations Center South (AOC South) called On-Time. The controller for the DMS shall fully support the NTCIP Version 2.35 standard. The controller for the DMS shall be able to successfully pass SHA’s CHART NTCIP DMS Compliance tester program R18.0.0.16 or later. The controller and the CHART system control protocols may be obtained by contacting Rick Dye, the CHART Systems Administrator at 410-582-5619.

800.06.03.25 Equipment Approval. Prior to the delivery of the sign package, the sign Vendor shall demonstrate the ability of the DMS to operate within the MDTA control system environment.

181 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 12 of 17 a. The demonstration for the Maryland Transportation Authority (MDTA) shall take place at 300 Authority Drive, Baltimore, Maryland. b. The test shall involve the control of at least three LED modules by the MDTA computers.

800.06.03.26 DMS and Controller Submittals. The DMS Contractor shall provide a full set of submittals for each type of DMS unit to be provided under this Contract. Each submittal package for each type of DMS shall have a full set of drawings, specifications, and cut sheets for approval by the MDTA. Each DMS to be provided under this contract shall have a full complete set of mechanical drawings, electrical drawings, schematics and layout drawings supplied as a part of the submittal package for all modules, assemblies, sub-assemblies and components, schematics and/or wiring diagrams for all DC wiring, AC wiring, lights/lighting, all beacons, all sensors and all power supplies. Drawings which show leaders to parts with Vendor part numbers shall also have a descriptive part name associated with the part number on the drawing. All documentation which has a reference to another document shall have the referenced document included as part of the submittal package.

The sign Vendor shall provide detailed DMS specifications in an item by item format to show their signs meet or exceed the MDTA’s specifications. If the signs do not meet some of the items from these specifications, the sign Vendor shall indicate that in the submittal and get approval from the MDTA’s Engineer or designated representative. If the difference is not indicted and signs manufactured, the sign Vendor shall be fully responsible of any change of the MDTA’s specification not indicated and approved by the MDTA’s Engineer or designated representative. If this happens, the sign Vendor shall fix any omissions at their expense.

In addition, the DMS Vendor shall provide all calculations for the DMS AC Load factors with recommended size of the DMS main breakers and associated wiring for the unit as well as design calculations of the structural verification of the cabinet assembly following TC-4.01. The DMS Vendor shall not start assembly or manufacture of the DMS unit until the complete submittal package is received “Approved”.

At a minimum, Submittal requirements shall be in accordance with TC-4.01.

800.06.03.27 Equipment Testing. The following three-page message shall be used for sign testing after installation: a. Page One: Standard diagnostic display (2's and 5's) b. Page Two: BLANK c. Page Three: (center line) SIGN UNDER TEST

The "SIGN UNDER TEST" message shall be included in every other iteration of the test sequence without exception.

182 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 13 of 17

800.06.03.28 DMS Delivery

The DMS Contractor shall order DMS directly from the vendor and deliver directly to the DMS site or to the Contractors storage yard. The DMS delivery and storage are included in the DMS price. DMS shall be free of any damages before installation. MDTA will provide a representative at the time of DMS installation to inspect the sign. If damages were noticed, the DMS Contractor will be responsible for any labor, equipment, and materials necessary to repair the signs before installed. MDTA will provide the DMS inspection checklist to the Contractor in advance.

800.06.03.29 Unload/Load DMS. The DMS Contractor shall be able to provide a hydraulic crane and a flatbed trailer truck for Dynamic Message Sign (DMS) transportation from the delivery site to the installation site as needed on a daily rate. The crane shall be furnished with a complete tool set for any work to lift DMS from and to a flatbed trailer truck. The crane shall be capable of lifting the sign up to 20 feet above ground if necessary. The DMS Contractor shall also provide personnel that are certified to use hydraulic crane in a safe manner. The crane shall be performing in accordance with USACE Safety Manual, ANSI standard, Maryland SHA Standard and Original Equipment Manufacturer (OEM) instructions.

The truck shall be furnished with a complete tool set and any necessary items to transport DMS sign from unspecified location to another as needed. The DMS Contractor shall check any transportation restrictions and instructions with the DMS vendor. Any damages made to the DMS from negligence of the Contractor will be the Contractor’s responsibility. The DMS Contractor shall provide tractor trailer truck operator that possesses a CDL license in the state of Maryland. The vehicle shall comply with the State of Maryland standards and regulations.

800.06.03.30 DMS Commissioning

The DMS Vendor shall provide a list of recommended items required for commissioning the DMS unit provided under this contract. The list shall be in a checklist format and submitted to the MDTA’s Engineer or designated representative for review at least thirty (30) days before the first scheduled DMS commissioning. The commissioning checklist shall be approved by the MDTA before the first DMS commissioning. In addition to the Contractor-provided check list, the following shall apply to all DMS units, unless an exception is provided by the MDTA’s Engineer or designated representative prior to delivery of the unit. a. The DMS shall be commissioned within fourteen (14) days after notification from the MDTA that the installation has been accepted and all requirements necessary for commissioning are met. b. The DMS Contractor shall be responsible for providing all necessary equipment and personnel needed to perform the DMS commissioning. c. The DMS Vendor shall have a factory trained representative on site for the commissioning, and the representative shall be responsible for initial turn on of the DMS, as well as connection of power and communications between the controller and the DMS.

183 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 14 of 17 d. The DMS Contractor shall provide the required Maintenance of Traffic (MOT) (up to shoulder closure) and truck-mounted attenuators (TMA) for the site where the DMS is to be commissioned (all this is included in the DMS price). If more than a shoulder closure is required to perform DMS commissioning, then the Contractor is responsible to provide the MOT (the MOT in this case will be paid as a separate pay item). However, the MDTA reserves the right to perform MOT that requires more than a shoulder closure. MDTA or the MDTA’s designated representative will provide a list of required closures at each DMS site. e. The DMS Vendor shall ensure that all modules and components for the DMS, and the DMS Controller, communications and power are fully operational and acceptable to the MDTA at the time of commissioning. f. Fiber optic cables shall be tested, and the results shall be recorded during commissioning (if applicable). g. The commissioning crew shall have an ample set of spare parts and tools to correct and repair any problems found during the commissioning. If the Contractor does not have enough spare parts at the time of commissioning, it is the Contractor’s responsibility to return to the site to complete the commissioning as many times as necessary at the Contractor’s expense, which in this case would include labor, equipment, DMS parts, and any type of MOT required at the DMS site. h. Refer to the Equipment Commissioning, Testing, and Integration Support Special Provision for additional contractor responsibilities.

800.06.03.31 Miscellaneous a. All materials, equipment, and services necessary for the complete installation of the LED DMS as indicated in the contract documents, shall be as prescribed by the DMS Contractor furnishing the sign. b. The DMS Contractor shall be responsible for any adapters necessary to mount the DMS on their respective overhead truss as shown on the Plans. Once mounted, the back of the DMS must clear the truss splice plates without requiring modification of the truss splice plates. c. Sign Controller Unit (SCU) – The SCU shall be located in a separate cabinet located outside of the DMS housing. It shall be equipped with either one Ethernet or/and RS-232 interface to connect a maintenance laptop computer and a main power on/off switch. A minimum of 200 messages shall be stored in a Random Access Memory (RAM). The RAM shall be backed up by a long-life battery allowing power outages of a minimum of 12 months without loss of data. d. The SCU shall have the ability to control and monitor up to eight (8) DMS signs in a single system. All sign units do not need to be the same model sign.

184 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 15 of 17 e. The SCU shall be programmed to receive commands from the central computer, the auxiliary field controller, or a maintenance laptop computer. The SCU shall monitor sign performance and alert operators if faults occur. The communications between the SCU and central computer shall be via Ethernet. The interface protocol shall be NTCIP 1203 Version 2.35 (See Category 800). f. The maximum power consumption of the DMS system with full graphic display and with multiple fan system, comprised of the DMS, the SCU and the auxiliary field controller, shall not exceed 2,318 watts for VF-2420-96x160-20-RGB or 1,029 watts for (1) VX-2428-64x64-20-RGB when all electrical components (all LED's operating at maximum drive current, the SCU, the utility outlet circuit, all ventilation fans and the defogging system are activated. g. The DMS Vendor shall be responsible for all repairs of the DMS unit (includes repairs indicated on the delivery checklist and not completed before commissioning took place) after delivery and until the DMS is installed and commissioned. Once delivery is made to a site that is acceptable to the MDTA’s Engineer, the Contractor shall ensure that there are no major problems with the DMS unit. Should any repairs be required, the DMS Contractor shall make such repairs within ten (10) working days of the delivery date. Minor repairs may be made during commissioning, as long as such repairs do not delay or impede the commissioning of the DMS unit on the scheduled date. Any delays due to repair issues of the commissioning will cause the DMS Contractor to be responsible for payment of the complete MOT and permitting when the DMS unit is finally repaired and commissioned. h. Provide a 5 year Product Assurance Warranty with parts coverage and safeguard of all display components, including power supplies. Warranty repairs shall be the responsibility of the DMS Vendor until the initial DMS warranty expires. The DMS Contractor is responsible for providing the MOT during warranty repairs. A proper permit application shall be submitted to the MDTA for emergency MOT forty-eight (48) hours prior the scheduled repair. A non-emergency repair requires the DMS Contractor to submit the proper permit application for MOT two (2) weeks prior to the scheduled repair. i. If the DMS sign has damages or missing items at the time of commissioning and these damages/missing items were not registered on the delivery checklist signed by the MDTA representative and the DMS Vendor, then the MDTA’s DMS installation Contractor is responsible for repairing the sign and/or replenishing the missing items.

800.06.03.32 DMS Test Fixture. The DMS Vendor shall build the DMS test bench that would allow the MDTA to test all DMS components. The DMS Vendor shall provide a list of the components that can be tested and a shop drawing for the MDTA’s approval prior to . The MDTA reserves the right to add/remove components as it sees fit.

800.06.03.33 Software and License Requirements. The Contractor shall provide to MDTA two (2) copies of the latest version of the Daktronics Vanguard Professional software and Software Developers Kit (SDK). Each copy shall contain the software, software media, licenses, and documentation. 185 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 16 of 17

The licenses provided shall provide access to the Vanguard Professional software and Software Developers Kit for a total 5 year timeframe and include all updates and maintenance for the entire period. The software and licenses shall be provided to MDTA when the equipment for MDTA testing is provided to MDTA, see Section 800.14 – Equipment Commissioning, Testing, and Integration Support. 800.06.04 MEASUREMENT AND PAYMENT LED DMS will be measured and paid for at the contract unit price per each type, which shall include the sign, beams with associated hardware to attach the sign to the overhead structure, hardware to attach signs to the overhead structure, controller with the appropriate software/firmware, commissioning, control and power cable and installation, network cables, furnish, installation, loading/unloading at the factory, and delivery to site, final connections, testing electrical work, and all other incidentals necessary to install the sign on the sign structure. The payment shall be full compensation for all materials, labor, equipment and all other incidentals necessary to complete this work. The MDTA will make payment for the following items only upon completion of installation and commissioning of the sign and acceptance by the MDTA. The Contractor may receive payment for stored materials in accordance with section TC-7.02.

Unloading DMS at a Maryland site will not be measured and paid for but will be incidental to the pertinent DMS item in the Contract. The DMS item shall include a crane with the operator and all necessary incidentals to unload DMS from the truck to the Maryland site.

Loading DMS at a Maryland site and moving to another site to unload will not be measured and paid for but will be incidental to the pertinent DMS item in the Contract. The DMS item shall include a crane with the operator, a truck (flatbed) with the operator, and all necessary incidentals to upload DMS from one Maryland location, transport to another location and unload at a different Maryland site.

The DMS Test Fixture will not be measured and paid for but will be incidental to the pertinent DMS item in the Contract. The DMS item shall include the DMS test fixture, all test components with appropriate software/firmware, control cable and installation, furnish and delivery to site, final connections, testing, and all other incidentals necessary for operation of the DMS test fixture (test bench).

The DMS Vanguard Professional Software, Software Developers Kit, licenses, and associated incidentals will not be measured and paid for but will be incidental to the pertinent DMS items in the contract.

The bid prices are considered valid for any quantity of items ordered through this contract. No price adjustments will be made for any variance in quantities.

186 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 17 of 17

Pay Items will be established for signs based on pixel spacing, rows and columns of pixels, and color type.

LED DYNAMIC MESSAGE SIGN (20 MM, 64 ROWS X 64 COLUMNS, RGB) EACH

LED DYNAMIC MESSAGE SIGN (20 MM, 96 ROWS X 160 COLUMNS, RGB)EACH

187 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 7

CATEGORY 800 TRAFFIC SECTION 800.07 – HARDENED ETHERNET SWITCH 800.07.01 DESCRIPTION

The Contractor shall supply a hardened Ethernet switch. The switch shall be installed in ITS Controller Cabinets or other locations as noted in the contract documents.

800.07.02 MATERIALS

Hardened Ethernet Switch. The Contractor shall use Hirschmann RS20-0800S2S2EDAE, RS20- 2400S2S2EDAE, or an MDTA approved equal product. The switch shall be compatible with existing system equipment and CHART protocols.

The unit shall have the following features:

• Ethernet port managed software Layer 2 switch with six 10/100 Base TX, RJ45 ports.

• The switch shall have two 100Base-FX, SM-SC ports uplink ports.

• The Ethernet Switch shall support the Ethernet data IEEE 802.3 protocol using Auto-negotiating.

• The Ethernet Switch shall support the following network protocols, at a minimum, IGMP snooping, VLAN (IEEE 802.1Q), port prioritization, shared LAN learning, broadcast limiter, fast aging, SNMP and STP/RSTP.

• The Ethernet Switch shall require no in-field electrical or optical adjustments or in-line attenuators to ease installation.

• The Ethernet Switch shall provide power, link speed, and fiber port status indicating LED’s for monitoring proper system operation.

• The Ethernet Switch shall provide a contact closure for an over-temperature alarm.

• The Ethernet Switch shall be capable of generating alarms upon port activation.

• The Ethernet Switch shall have redundant power supply connections to minimize single-point failures.

• The Ethernet Switch shall include a life-time warranty that is offered from Belden to the MDTA. It is the responsibility of the Contractor to repair/replace any switch failures during the duration of the contract warranty period, at no cost to the MDTA.

• Hardened Ethernet Switch shall be provisioned with Layer 2 LAN licensing by the manufacturer. 188 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 2 of 7 Data Specifications

• Data Interface: Ethernet IEEE802.3

• Data Rate: 10 and 100

• Data Inputs: 8 or 24

• Operation Mode: Duplex

Electrical Specifications

• Power: 12/24V / 48 VDC (9.6-60V) and 24 VAC (18-30 V)

• Consumption at 24 V DC: 321 mA

• Consumption at 48 V DC: 161 mA

Environmental Specifications

• MTBF: > 45 Years

• Operating Temp: –40 ˚C to +85 ˚C

• Storage Temp: -40 ˚C to + 85 ˚C

• Relative Humidity: 10% to 95% (non-condensing). If the product is installed under condensation conditions, the unit shall have conformal coating applied to the printed circuit board.

Regulatory Agencies/Approvals and Listing

• Underwriters Laboratory (UL) Listing Number: I.T.E. 6D16

• Underwriters Laboratory Canada (ULC) Listing Number: I.T.E. 6D16

• UL 94-flame rated PCB board: 94VO

Other

Rack-Mounted Module (19” Rack) − The unit shall be DIN rail mounted in a standard EIA 19” (482.6 mm) rack or wall standoff bracket adequate for the size and weight of the rack-mounted unit. The placement of the unit shall allow provision for cable installation and maintenance as indicated on the approved detail drawings and in compliance with the manufacturer’s installation manual.

189 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 3 of 7

Optical Fibers − The optical link shall be tested with either a power meter, at a minimum, or OTDR to ensure the link budget (overall path loss) plus an added 3 dB of optical safety margin does not exceed the optical power budget.

I. All optical connectors on the cable shall be cleaned in compliance to the optical connector manufacturer’s specifications and covered with dust caps until connection to the fiber optic module.

II. All optical connectors shall be covered with dust caps and remain on the module until installing the cable connectors to module.

Ethernet System Power Supply. Ethernet Power Supply shall be Hirschmann RPS 80 EEC or approved equal. The power supply shall be a 24VDC DIN rail mounted power supply unit.

Configuration Adapter. Configuration adapter shall be Hirschmann ACA21-USB-EEC or approved equal.

Fiber Optic Patch Cable. Refer to Section 840 for fiber optic patch cord requirements.

800.07.03 CONSTRUCTION. The Contractor shall deliver the hardened Ethernet switch to MDTA for configuration prior to installation in the device cabinet. All unused ports shall be provided with dust covers.

The Contractor shall remove existing hardened Ethernet switches from existing cabinets to be removed and return the switch to MDTA for their use or for reconfiguration prior to re-installation of the existing switch in a new ITS controller cabinet. The contractor shall re-install existing switches in new ITS controller cabinets as outlined herein and in accordance with the contract documents.

The Contractor shall contact the MDTA’s Project Engineer and coordinate monthly configuration control meetings with the MDTA’s networking staff prior to installation of networking equipment and throughout the duration of installation and configuration efforts. These meetings will be consolidated with the Monthly Progress meetings, which will be attended by MDTA’s network staff. The Contractor shall be responsible for configuring the equipment as directed by the MDTA’s Project Engineer. This shall include all configuration settings required (including SNMP management settings, port activation alarms, etc.). Meetings shall begin at least one (1) month prior to the start of installation of this equipment and shall continue through at least one (1) month past the conclusion of testing and acceptance of installed equipment.

The Contractor shall install and secure the unit in each ITS controller cabinet. Standard CAT 5E cables shall be used for each connection, as required.

All cables shall meet or exceed the latest version of, and all addenda to, ANSI/TIA/EIA-568-A, ISO/IEC 11801 and TIA draft SP-4195-A for Category 5e Cable.

190 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 4 of 7

Patch cables shall be defined as cables connecting a device to a patch panel, wall outlet, or another device. The patch panel provides a connection to permanently installed cabling generally.

Ethernet Switch Testing

• Contractor shall submit a network testing plan to MDTA including boot-up/diagnostics, pinging, etc. for approval. Contract shall test network switches in accordance with the network testing plan.

• Outdoor Cat 5e cables shall be cables installed outdoors for serial data communications among various pieces of outdoor equipment.

• Distribution cables shall be cables installed between patch panels, or from a patch panel to a wall outlet, a floor outlet, or an outlet of other types.

• All Category 5e cables shall be Color coded as follows:

Pair 1 = White/Blue – Blue

Pair 2 = White/Orange – Orange

Pair 3 = White/Green – Green

Pair 4 = White/Brown – Brown

CAT 5E PATCH CABLE

• CAT 5e patch cables shall meet the following requirements:

a. Patch cables: 4-pair cables

b. Conductor: 24 AWG (stranded tinned copper – 7 strands)

c. Nominal Capacitance: 14 pF/ft

d. Characteristic Impedance: 100 ohms +/-15%

e. Maximum DC Resistance: 9.4 ohms/100 m

f. Velocity of Propagation: 71% (minimum)

• All CAT 5e cables shall be of Unshielded Twisted Pair (UTP) type unless otherwise specified.

191 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 5 of 7 • Patch cables shall be factory pre-assembled, terminated, and tested to assure a high level of quality control. Terminations shall be rated for CAT 5e use and shall be RJ-45 type. Patch cables shall have stranded wires for improved flexibility and resistance to breakage due to frequent movement.

• Each CAT 5e Patch Cable shall be factory transmission tested using laboratory-grade network analyzers to ensure assembly exceeds Category 5e channel performance and a copy of the test results shall be included. Performance test shall meet or exceed the proposed SP-4195-A Category 5e specifications. Factory terminated and tested CAT 5e Patch Cables shall be required to achieve consistent Category 5e compatibility. Field termination of plug ends will not be accepted.

• The jacket color for CAT 5e patch cables shall be as defined below.

1. Red: Cross-over cables only.

2. Yellow: Connection of workstations, personal computers, and similar devices to a wall outlet or from a patch panel to a router, a switch, or another networking device.

3. Green: inter-connection of network-critical devices such as routers, switches, hubs, transceivers, etc.

4. Black: Connection of video-over-network devices such as encoders, decoders, codecs. CCTV switches, terminal servers, electronic toll collection equipment, traffic management devices, etc.

5. Blue: Connection of auxiliary, non-critical, management devices and network monitoring devices, such as UPS management consoles, SNMP management consoles, test and diagnostic equipment, etc.

• The Contractor shall supply CAT 5e patch cables in sufficient lengths and appropriate jacket colors. If the Contractor desires any clarification on the color of specific cables, please contact the Engineer.

• All CAT 5e patch cables installed indoors or on cable tray shall be plenum rated.

• CAT 5e Connectors − CAT 5e Patch Cable’s modular plugs shall exceed FCC CFR 47 part 68 subpart F and IEC 6060603-7 specifications and have 50 micro inches minimum of gold plating over nickel.

CAT 5e DISTRIBUTION CABLE

• CAT 5e Distribution cable shall be 4 pair or 24 pair cable as required by the application and as directed by the Engineer and shall comply with the following requirements:

a. Conductor: 24 AWG (solid bare copper)

192 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 6 of 7 b. Nominal Capacitance: 14 pF/ft

c. Characteristic Impedance: 100 ohms +/-15%

d. Maximum DC Resistance: 9.4 ohms/100m

e. Velocity of Propagation: 71% (minimum)

Note that 24-pair cable may be appropriate for applications such as patch panel-to-patch panel connections; two (2) 24-pair cables will complete the connection between the panels where twelve (12) 4-pair cables would be required. The Contractor may choose between the 4-pair or the 24-pair cables based on a application and submit the proposed choice to the Engineer for final approval.

• CAT 5e Distribution cables installed in indoor equipment racks or on cable trays shall be plenum rated.

OUTDOOR CAT5e CABLE

Outdoor CAT5e cables shall be an Unshielded Twisted Pair cable rated for outdoor use and suitable for aerial installation. This type of cables shall be used for serial data transmission and shall meet all the material requirements specified under “952.03 CAT 5e Distribution Cable”. The cable shall be rated by the manufacturer for use in EIA-485 serial communication applications. Connectors shall be provided which are water-tight and outdoor rated. Cable shall meet specification of ANSI/ICEA 5- 56-434.

800.07.04 MEASUREMENT AND PAYMENT

All pay items shall include all materials, labor, and equipment necessary to furnish and install a complete, operational, and acceptable system as specified herein. The payment of items shall include all testing and guarantee required by the specifications and special provisions. Any requirements of the specifications, or special provisions not specifically detailed or mentioned in a pay item shall be considered incidental to the pay item(s) to be listed in this Section.

In addition, the following services/work shall be incidental to the listed pay items:

• The Contractor’s quality assurance and quality control responsibilities

• Testing as specified in the Special Provisions and Specifications

The relocation of existing Hardened Ethernet Switches from existing cabinets to proposed ITS controller cabinets or other specified locations will not be measured and paid for, but shall be incidental to the ITS Controller Cabinet pay item. Existing switches damaged by the contractor shall be replaced at the contractor’s expense to the satisfaction of the Engineer.

193 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 7 of 7

The pay item(s) for this Section includes:

Each Hardened Ethernet Switch shall be measured and paid per each complete switch, with any necessary cables, DIN rail, power supply, SFP fiber optic transceiver, optical attenuators as necessary, configuration adapter, CAT5e cables, furnished, installed, and tested by the Contractor, and accepted by the MDTA. This item will include all installation costs for this equipment.

• The payment under these items will include all materials and labor as may be needed to perform the furnishing and installation, warranty, and any other work necessary to make the installation complete, operational, and acceptable.

90% of the Hardened Ethernet Switch bid item will be paid after the contractor has furnished, installed and tested the switch locally. 10% of the Hardened Ethernet Switch bid item will be paid after the contractor has demonstrated that the connected devices can be monitored, viewed, and controlled remotely.

194 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 3 CATEGORY 800 TRAFFIC SECTION 800.08 – ELECTRICAL VAULT 800.08.01 DESCRIPTION.

This work consists of furnishing and installing electrical vaults in accordance with these specifications and as shown on the plans.

800.08.02 MATERIALS.

The contractor shall submit material, detail and instruction sheets for all pre-manufactured (off-the- shelf) materials described herein in accordance with TC-4.01. The submittal shall include data substantiating that proposed materials comply with requirements specified herein. The required elevation of each vault shall be determined and submitted as part of the shop drawing data.

Vaults shall be reinforced concrete with minimum inside dimensions as indicated on the plans for each vault and an entrance opening of 36-inch diameter (minimum). The vault, cover, and collar shall be capable of supporting truck loads on the cover and all other loads imposed by dry or wet earth. Provide engineering computations “sealed” by a Professional Engineer registered in the State of Maryland as part of the shop drawing submittals for each size of vault to substantiate that the vault design accommodates the following, or equivalent criteria:

• Dead Load:

o Concrete at 150 PCF. o Earth cover at 120 PCF. o Lateral Earth Pressure on Walls: o Equivalent fluid pressure above the water table at 42 PSF per foot of depth. o Equivalent fluid pressure below the water table at 83 PSF per foot of depth. o Surcharge on walls equal two feet of dry earth.

• Live Load:

o AASHTO H20 truck loading rear wheel load of 16,000 tons + 30% impact (20,800 lbs. total).

• Ground Water:

o The vault design shall be such that a factor of safety of 1.1 is realized. o Design shall assume a ground water table elevation to the top of the vault.

Vaults shall be custom designed to provide openings for the duct banks of the proper size and location as shown on the drawings. Rubber or PVC waterstops shall be provided around all four sides of the ductbank openings. Vaults shall be provided with a sump pit as indicated. A nonmetallic grill type sump frame and cover shall be installed over the vault sump. Vaults shall be as manufactured by: Penn Cast, Easi Set, A.C. Miller Products, Inc., Oldcastle Precast, or approved equal. 195 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 2 of 3

Vault Cover and Rim: Frames and covers for vaults shall have inscription, “HIGH VOLTAGE ELECTRIC” as applicable. Frames and covers for vaults shall be rated for AASHTO H20 wheel loads. Covers shall be solid, except for openings to enable placing and removing the cover, and shall be designed to meet standard US Government designs for underground electric or telephone construction. Covers and rims shall be as manufactured by NEENAH Foundry Company, or Equivalent. A minimum of three vault cover lifting hooks shall be provided to the Department.

Ground rods shall be 3/4-inch (19 mm) in diameter, 10 feet (3 m) long (minimum) and shall be constructed of copper-clad steel. Below-grade connections to ground rods shall be by exothermic weld. Above-grade connections shall be by suitable bolted ground connectors.

Cable Racks: Racks shall be manufactured of a polycarbonate material. Vertical racks shall be capable of supporting Rack Arms 10 inches long at approximately 3” centers. The racks shall be capable of supporting 120 lbs. per arm without the support bracket and 400 lbs. with the support arm. Racks shall be Standard Duty Underground Device Racks by Underground Devices, or equivalent.

Miscellaneous Accessories: Pulling-in irons shall be Line Material Industries, Cat. No. DU 2T3, or Chance Cat. No. 8120, or equivalent. Pulling-in irons shall be installed on each wall of the vault opposite the respective ductbank entrances and on the underside of the top slab, or as indicated. Bell- ends of the same manufacture as the duct banks shall be provided on the ends of all ducts entering the vaults. Vault ladders shall be fabricated from aluminum and shall have 2-1/2”x3/8” flat bar stringers and shall be manufactured by Washington Aluminum Company or Reliance Steel Products, Inc., or equal. Safety cages shall be provided for ladders as required by OSHA. Ladder Material shall be alloy 6061-T6 except rungs, which may be 6063-T6.

800.08.03 CONSTRUCTION.

Provide vaults and handholes as indicated. The minimum depth of cover above the top surface of the vault shall be 18 inches, and where grass or plants are to be grown in the covering material it shall be a high grade of topsoil. The contractor shall be responsible for the structural integrity of each vault and handhole as installed – including its associated components such as: bearing capacity of the soil or fill supporting it, cast iron cover and rim, masonry collar, vault and openings through vault surfaces. The contractor shall repair any damage to associated items resulting from settling of a vault or handhole after its placement at no cost to the owner.

Installation:

A. Provide a grounding rod in each vault. The rod shall protrude 6 inches above the floor of the vault and shall extend into the unexcavated earth below. At least 8 feet of rod shall be in unexcavated earth. The ground rod penetration shall be sealed to prevent the entrance of water into the vault.

B. Raceways penetrating vaults and handholes shall be sealed in place and vault surfaces repaired to prevent the entrance of water into the vault and handholes.

196 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 3 of 3 C. Provide a hard gravel (No. 57 Coarse Aggregate in accordance with section 901.01 of the standard specifications) filled drain field (one cubic yard minimum) under each vault.

D. Provide a collar between the top surface of the vaults and handholes and the cast iron cover rim such that the top of the cast iron cover shall be flush with the surrounding surface in paved areas and extend one inch above grade in seeded areas at final grade elevations with the area graded to drain away from the vault. The collar shall be constructed of brick and shall be at least 8 inches thick.

E. Provide vertical cable or wire rack to run from the top to the bottom surface of the vault. Vertical racks shall be mounted at 2’ intervals around the entire interior of the vault. Provide rack arms, as required, for cable installation.

Provide vertical cable or wire rack to run from the top to the bottom surface of the vault. Vertical racks shall be mounted at 2’ intervals around the entire interior of the vault. Provide rack arms, as required, for cable installation.

800.08.04 MEASUREMENT AND PAYMENT.

Electrical Vault will be measured and paid for at the contract unit price per each. The payment will be full compensation for the electrical vault, cast iron cover and rim, lifting hooks, brick collar, grounding equipment and connections, pulling irons, ladders, support members for wire and cable, sumps and grates, sealing of vault penetrations, gravel drains, excavation, embankment, regrading, shop drawings and submittals; and for all material, labor, equipment, tools, and incidentals necessary to complete the work.

197 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 6 CATEGORY 800 TRAFFIC SECTION 800.09 – ILLUMINATED PAVEMENT MARKERS 800.09.01 DESCRIPTION.

This work consists of furnishing, installing, and testing a solid, encapsulated, light emitting diode (LED) in-pavement illuminated pavement marker (IPM) system and the supporting master controller cabinets. This work shall also include warranties, documentation, and training for the IPM system.

Installation of handholes, manholes, conduits, saw cutting, electrical wiring from the controller to IPMs, and the shelter supporting the IPM system are covered under other items in the Contract.

800.09.02 MATERIALS.

All materials shall be new and approved by the Engineer. All equipment shall be the latest revision or product version under production by the equipment supplier. Obsolete, no-longer-supported, or no- longer-produced equipment will not be acceptable.

The system materials consist of the solid, encapsulated, light emitting diode (LED) in-pavement IPM and master controller cabinets.

800.09.02.01 Illuminated Pavement Marker. The linear induction powered and connected, solid, encapsulate white or yellow LED IPM shall consist of the following materials and meet the following requirements:

1. LEDline® lamps, or MDTA approved equal, complete with embedded LED diodes and precision optics as manufactured by HIL-Tech, Ltd., 2119 Devon Road, Oakville, Ontario L6J 5L9. Phone: 905-849-6134. Fax: 905-842-7418. Email: Nick Hutchins [email protected].

2. The LEDlineSunDVTM, or MDTA approved equal, semi-directional linear units, shall be a series of 12 x LED lamps encapsulated within a solid plastic matrix to form an integrated solid luminous unit that is powered using an induction connection. The units shall be flush mounted and installed in-pavement with their aluminum mounting plate and IP69K connector.

a. White – LL-DVS12-ICW0

b. Yellow – LL-DVS12-ICY0

3. IP69K rated connectors, both for the lamps and induction power pickups.

4. Aluminum mounting plate (LED unit housing) for mounting LED unit in-pavement.

5. The (Light Emitting Diodes (LED) light unit is completely solid, is fully submersible, and has a quick disconnect connector rated to IP69K standards.

198 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 2 of 6 6. Each lamp will have 12 embedded LEDs and precision optics fully embedded.

7. Rated -55C o (-67o Fahrenheit) to +65C o (+149o Fahrenheit), the solid lighting component shall have been tested to 89,000 lbs. direct loading without effecting the fixture.

8. The lighting fixture shall have a fitted linear aluminum mounting plate ready to be in-pavement mounted, flush with the road surface.

9. Whilst the induction power supply wire can be deeper, the fixture installation will be no more than 50 mm deep.

10. Materials shall conform to the applicable requirements of the National Electrical Code and shall be a type currently recommended and approved by the UL or CSA.

11. The linear visual aids will be of sufficient intensity to be sunlight visible, when flush mounted.

800.09.02.02 IPM Master Controller Cabinet. The master controller cabinet shall consist of the following materials and meet the following requirements:

1. Outdoor rated master controller induction power supply cabinets housing a sufficient number of induction power modules operating at 5000Hz.

2. All necessary fuse blocks, dimmer controls, input terminal blocks, input breakers, output breakers, and schematics to provide a turn-key system for powering the LEDs.

3. The master controller cabinet shall be fitted with CT pick-ups or power modules that sense whether a power module is disabled or enabled and outputting power to the connected run of IPMs, thereby indicating the status of the IPMs. The current from the CT pick-up or power module shall be passed through a relay that provides a DC output that are compatible with the other systems monitoring the IPM status and that are landed on a terminal board so that IPM run status information can be passed to the other systems. This status output configuration shall be provided for each individual power module.

800.09.02.03 Sealant. See Section 911.06 SEALER FOR LOOP DETECTOR.

800.09.03 SUBMITTALS.

A minimum of three separate submittals shall be made as follows. Fabrication and delivery of the LEDline® system, or MDTA approved equal, may take up to 4 months. The contractor shall be responsible for procuring the equipment in an appropriate time to not delay the project.

Equipment/Material/Experience submittal, to include but not be limited to:

1. Catalog cuts of LEDline® unit and all associated components.

199 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 3 of 6 2. Shop drawings for outdoor rated master controller induction power supply cabinets and associated components. Shop drawings shall include wiring diagrams showing all connections between components.

3. Experience of Contractor or sub-Contractor performing the IPM system installation including recent projects and experience of personnel performing the work. Indicate whether HIL-Tech certifies the Contractor/sub-Contractor to install such systems, or whether a HIL-Tech supplied supervisor will be on site during the installation.

Testing submittal, to include but not be limited to:

1. Testing procedures.

2. Testing equipment.

3. Test result documentation templates.

4. See Testing section herein for additional details.

Training submittal, to included but not be limited to:

1. See Training and Documentation section herein for details.

800.09.04 CONSTRUCTION.

The Contractor shall furnish and install all illuminated pavement marker system hardware, tools, equipment, materials, supplies, and manufactured articles, and shall perform all operation and equipment integration necessary to construct a fully operational illuminated pavement marker system that meet the features, functions, and parameters described herein and as shown on the plans. The construction of the IPM system shall follow the manufacturer’s current recommended procedures. Details are provided on the plans for reference; however, it is the responsibility of the contractor to verify the latest guidelines and details for use with installation with the manufacturer. The construction shall include, but not be limited to, the following:

1. Provide all necessary saw cuts in pavement, conduit, and hand hole and manhole installation prior to the installation of the LEDline® units, associated wiring and connections.

2. Install and connect all power supplies to the main electric distribution.

3. Install all wiring and LEDline® units and their induction connections.

4. Perform all necessary finishing procedures such as filling and sealing saw cuts and LEDline® units and their induction connections. At each IPM, the IPM wiring shall be installed in the saw cut and sealed, followed by installation of the IPM and sealing.

200 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 4 of 6 5. The Contractor shall be aware of temperature, atmospheric conditions, and precipitation when installing IPM wiring and IPMs to avoid contraction/expansion of materials and bonding/setting of adhesives and sealants. All materials shall be installed in accordance with the manufacturer’s recommendations.

6. Arrange to have on site for as long as necessary, a HIL-Tech representative to provide:

a. Manufacturer’s guidance to Contractor for the correct installation procedures of the LEDline system, such that the manufacturer can provide the Limited Warranties for the products.

b. Make all necessary power connections from the induction power supplies to the power source.

7. Provide a photocell mounted on the exterior of the shelter housing the master controller cabinets and remotely operated relay switch to switch the IPM brightness intensity so that the unit are visible both during the day and at night.

800.09.05 TESTING.

The Contractor shall conduct field tests to verify compliance with the Contract Documents, plans, and all requirements. All equipment furnished by the Contractor shall be subject to testing to determine conformance with all applicable requirements and to ensure proper operation of the equipment and system. The requirements for testing shall include, but not be limited to, the following:

1) The Contractor shall supply all equipment required for conducting the tests.

2) No separate payment will be made for the monitoring, testing, test equipment, and documentation of the test results. These costs shall be incidental to the Illuminated Pavement Marker pay item.

3) The illuminated pavement marker system furnished and installed by the Contractor shall be tested once it is installed in the field. All equipment for conducting the test shall be supplied by the Contractor. No separate payment will be made for the testing, test equipment, and documentation of test results, but shall be incidental to the Illuminated Pavement Marker pay item. The tests shall be conducted in the field and shall include the following as a minimum:

i) Verification of the installation of the specified cables and connections between the LEDline® lamps and the master controller with induction power supplies cabinet.

ii) Local operation of all illuminated pavement marker system equipment.

800.09.06 TRAINING AND DOCUMENTATION.

The Contractor shall provide an 8-hour training course for up to 10 maintenance and operations personnel from the MDTA for the IPM system. The training shall be conducted in person at the Bay Bridge Facility after the system is installed and operational and shall include how to operate, maintain, trouble shoot, and replace all components of the system. Training may be partially inside at a site

201 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 5 of 6 arranged by MdTA and partially outside at the project site. All training materials shall provide detailed step-by-step instructions for trainees. Tailored step-by-step procedures and exercises must be provided during training to place emphasis on those features that will be utilized by MDTA. The training must be specific to the MDTA’s configuration.

A training submittal shall be submitted for approval 30 days prior to performing any training. The MDTA must approve the training material in advance of the training. Copies of all approved training materials must be provided by the Contractor to all trainees.

Documentation shall include 5 printed copies of manufacturer’s documentation for all equipment to be supplied as part of the project. This documentation shall include all user/operator manuals and maintenance manuals available from the manufacturer and related suppliers, test procedures, and training materials. It shall also include 5 printed copies of written documentation with all initial settings for all equipment provided by the manufacturer. All documentation is due at the time of the training course.

800.09.07 WARRANTY.

A manufacturer’s warranty covering defective components and material shall be provided beginning at the time of acceptance of the illuminated pavement marker system by MDTA. A warranty period of 5 years shall be provided.

For confirmation of the HIL-Tech manufacturer’s product Limited Warranty, a successful installation must be certified. If the contractor does not have the prior LEDline® installation experience, or the HIL-Tech approval to install LEDline®, then a HIL-Tech supplied supervisor shall be on site during the installation to certify a proper installation.

800.09.08 MEASUREMENT AND PAYMENT.

Illuminated Pavement Marker will be measured in units of Each and will be paid for at the Contract unit price per Each. Payment shall include the LED unit, aluminum mounting plate, connectors, and all materials, equipment, labor and tools as may be needed to furnish, install, test, document, train, perform warranty, and any other work and incidentals necessary to make the installation complete, operational, and acceptable.

IPM Master Controller Cabinet will be measured in units of Each and will be paid for at the Contract unit price per Each. Payment shall include the outdoor rated cabinet, power modules, all necessary fuse blocks, dimmer controls, terminal blocks, breakers, status output CT pick-ups, and all materials, equipment, labor and tools as may be needed to furnish, install, test, document, train, perform warranty, and any other work and incidentals necessary to make the installation complete, operational, and acceptable.

202 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 6 of 6

Any requirements of the specifications, special provisions, or plans not specifically detailed or mentioned in a payment item shall be considered incidental to the Illuminated Pavement Marker pay item.

203 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 8 CATEGORY 800 TRAFFIC SECTION 800.10 – HORIZONTAL SWING GATE 800.10.01 DESCRIPTION

This work shall consist of furnishing and installing new remotely controlled Horizontal Swing Gates, Gate Power and Communications Enclosure Cabinets, and Roadway Gate Control Backplate Assemblies as detailed on the Contract Plans, in accordance with the requirements of these Special Provisions and as directed by the Engineer.

800.10.02 MATERIALS

Horizontal Swing Gates shall consist of a warning gate with several components that are a part of the swing gate or swing gate system. Horizontal Swing Gates shall be Versilis Inc. HSG-40CW, or an MDTA approved equal.

Electrical/electronic equipment, cabinets, and all component parts shall meet the requirements as specified in the standard specifications, and as set forth in these Special Provisions.

Conduit 805

Electrical Cable 810

Junction Boxes 811

Fiber Optic Cable 840

Fiber Optic Cable Terminations and Splicing 841

ITS Controller Cabinets 800.11

Structural Tubing ASTM B221 / ASTM B241

Structural Shapes and Plates 909.02

High Strength Bolts 909.07

Anchor Bolts 909.08

Welding Materials AASHTO/AWS D1.5

Media Converters SerialComm, or MDTA approved equal

Power Supplies Phoenix Power or MDTA approved equal

All steel tubing, shapes and plates shall be galvanized in accordance with A123. 204 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 2 of 8

The gate shall be successfully crash tested according to the requirements of the National Cooperative Highway Research Program (NCHRP) Report 350 and 2016 MASH. The gate shall be designed to AASHTO 2013 Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic Signals, and all interim revisions and errata.

Catalog Cuts and/or Working Drawings of all materials shall be provided in accordance with Section TC-4.01. The submittal shall also include an anchorage design and calculations sealed and signed by a Professional Engineer registered in the State of Maryland. The anchorage design shall be in accordance with AASHTO 2013 Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic Signals and all interim revisions and errata and shall address at a minimum the bolt diameter, bolt circle, bolt strength, bolt embedment, and any other element requested by the Engineer for review of the anchorage design.

Arm Assembly:

The warning gate arm will vary in length according to the plans. The arm shall be constructed of aluminum tubing and high-density polyethylene arrow shaped posts and aluminum sections with quick-connect junctions. Guy wires shall be furnished as appropriate for the gate arm length. The front side of the gate arm, facing traffic, shall be covered with either Type 4 high intensity retroreflective sheeting alternating red and white at 16-inch intervals and angled at a 45 degree angle, or as specified in the project plans. The reflective sheeting surface shall cover a minimum of 120 in2 per linear foot. Each gate arm will have a chevron panel installed at the end of the gate arm. The chevron will be at least 1000 in2 in area, be made of flexible polycarbonate, and be covered with Type 4 high intensity reflecting sheeting on the front side (facing traffic). The panel shall consist of a white arrow with a red panel. The chevron panel shall include a flashing LED arrow that is configurable in intensity and flashing pattern.

Housing:

The housing shall be 24.5” wide by 41.5” long and consist of a galvanized steel structure with removable aluminum panels. The housing shall include a built-in anchoring plate that is pre-drilled for anchor bolts.

Gate Mechanism:

The warning gate shall be driven by a permanent magnet 12V DC electrical motor in an IP65 enclosure with a worm type gearbox with self-locking integrated brake. Speed reduction and overload protection with variable frequency electronic drive. A hand crank manual override shall be provided to allow for manual operation in case of emergencies.

205 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 3 of 8

Gate Power and Communications Enclosure Cabinets:

The Power and Communications Enclosure Cabinet shall be installed with the Horizontal Swing Gate as shown on the plans. The cabinet dimensions shall be manufactured to the dimensions shown on the plans, or within the tolerances approved by the Engineer. Any cabinets that have dimensions that are not compliant by the Engineer’s specifications will need verification before installation and use. Cabinet components shall be installed as shown in the plans. The cabinet shall meet the following requirements:

1. UL 508A.

2. NEMA Type 4X and IEC 60529, IP66.

3. Molded fiberglass polyester enclosure with matching cover in gray finish that is easily punched, cut, or drilled with enhanced UV inhibitors protect against outdoor weathering.

4. Stainless steel draw type "snap latch" door fasteners including provisions for padlocking.

5. Continuous stainless steel door hinge.

6. Captive oil resistant gasket.

7. Stainless steel mounting brackets and hardware.

8. Operating temperatures between 130°C and -40°C (266°F to -40°F).

9. Impact index of 6.78J (5 ft/lb.).

The power section of the Power and Communication Enclosure Cabinet shall contain a main breaker, surge protection device, and an AC to DC converter. The converter shall convert the incoming source voltage and phase as specified on the plans to 12V DC for operation of the gate.

The communication section of the Power and Communication Enclosure Cabinet shall include a fiber patch panel and two fiber optic to RS-232/RS-485 converters. Two converters shall be used as repeater to provide a daisy chain connection through a single pair of fibers.

Control Unit:

Each Gate Power and Communications Enclosure Cabinet shall be equipped with a Control Unit. The Control Unit shall be equipped with a battery charger, actuator controller, light control device and a communication port all specifically designed for the Horizontal Swing Gate.

The battery charger shall be capable of being connected to a solar panel or a DC power supply. The battery charger input shall be 12V DC. Power consumption shall be limited to 1A at 120V AC.

206 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 4 of 8

The actuator controller shall deploy or retract the actuator while looking at the limit switch to stop the action. The actuator controller shall provide a security to limit the actuator activation time if limit switches are not reached due to malfunction or obstacle. A slip clutch shall be part of the actuator in place to prevent damage.

The light control device shall be able to control up to 2 sets of lights (L1 and L2). The light controller shall be able to synchronize the lights with those of other modules and turn them on all at the same time or sequence them with a delay. The selectable lighting patterns shall be the following:

• L1 ON, L1 OFF, L1 50%ON-50%OFF

• L2 ON, L2 OFF, L2 50%ON-50%OFF

• Alternate L1-L2 (50%L1-50%L2)

• Alternate L1-L2 (25%L1-25%L2)

The communication port shall be used to communicate with the Horizontal Swing Gate and LED Sign Control Units. The communication port shall be an RS-232 interface which shall be connected to a fiber optic or RS-485 converter. The gate control unit shall also provide power for the converter. Power to the control unit will be supplied by the battery.

Roadway Gate Control Backplate Assemblies:

Commander Unit(s) shall be installed to control and operate groups of Horizontal Swing Gates. Commander Unit(s) shall be installed on back-plate mount panel(s) and shall include the necessary media converters for gate commander communications to the gates. Each back plate(s) shall have 6 pushbuttons for local operation of the gates. The buttons shall initiate deploying and retracting each group of gates. A pushbutton shall be provided for emergency stopping of the gates. A switch shall be included to alternate between local (pushbutton) and remote (traffic management center) control of the gates. Provide all necessary power supplies to power the equipment. The back plate(s) with commander unit(s) shall be installed as shown in the contract documents.

The commander unit shall be equipped with a sequencer, an Ethernet port, 8 digital inputs, 8 outputs, an SD card slot and a communication port. The Commander Unit shall be able to control a maximum of 31 Horizontal Swing Gates which can be separated in 3 groups. The sequencer shall control and monitor these groups. The sequencer shall utilize the communication port to control and monitor the Horizontal Swing Gates. The sequencer shall be able to deploy/retract a group of gates simultaneously or progressively. Each group shall be capable of being configured independently.

The Ethernet port shall be used as an interface port for software applications. The commander unit shall be able to communicate through two protocols:

207 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 5 of 8

• HTTP protocol for Web user interface

• SNMPv1 protocol for NTCIP interface

The 8 inputs shall facilitate control commands to the commander unit. The 8 outputs shall facilitate feedback to other devices or control of other devices.

The SD card shall function to log events and provide a Firmware or Configuration update.

The communication port shall be used to send commands to the Horizontal Swing Gates. The communication port shall be an RS-232 interface and shall be interfaced with a fiber optic or RS-485 converter to provide a wired solution.

800.10.03 CONSTRUCTION

Installation:

The furnishing and installation of the Horizontal Swing Gate and associated components shall be in accordance with the requirements of these Special Provisions, the Contract Plans, and the manufacturer’s recommendations.

All Horizontal Swing Gate assemblies and components shall be staked out to verify dimensions and arrangement before installation of any single gate assembly and to verify there are no conflicts present. If the location of any gate equipment or utility is required to be adjusted or moved, it shall be relocated or adjusted only when written authorization is provided by the Engineer.

Prior to drilling of holes for the new anchors, the Contractor shall confirm the presence, location, type and status of any existing utilities and conduits at each proposed Horizontal Swing Gate location. Existing utilities or conduits that are to remain shall not be damaged by the Contractor’s operations and may require temporary or permanent relocation of the utilities to avoid conflict or damage. Any damage to the existing utilities or conduits to remain because of the Contractor’s operations will be borne by the Contractor and repaired to the satisfaction of the Engineer all at no cost to the MDTA.

All gate components shall be installed and all conduit, electrical and communications connections made. Note that conduit, junction box, manhole, and electrical and communications cable connections between each gate assembly and the gate commander are provided through other contract items. Conduit and wiring connections between the Gate Power and Communications Cabinet and Gate Enclosure and internal to these components shall be provided per manufacturer’s recommendations and included with the Horizontal Swing Gate item.

The Horizontal Swing Gate and its components shall be installed at the locations shown on the plans and shall be installed such that exposure of the gate enclosure and the gate power and communications cabinet is minimized when the gate is in the retracted position.

208 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 6 of 8

Holes for new anchors shall not be drilled until the compressive strength of the concrete has reached its minimum strength. Holes for anchors shall be drilled to a depth required to provide the minimum anchor embedment required by the anchorage design. Shims may be used as needed to ensure the gate assembly is installed as level as possible. The contractor shall verify the overall anchor length so that it provides the proper embedment depth and accommodates shims, the anchor plate, washers and nuts, but does not protrude so much as to interfere with the gate movement. Protruding anchors that affect the ability of the gate to swing without obstruction shall be cut after tightening.

Warranty:

A 2 year manufacturer’s warranty covering defective material, components, and workmanship shall be provided beginning after acceptance of the gate system by MDTA. Replacement parts shall be provided within 21 calendar days of notification during the warranty period.

800.10.04 TESTING

Testing of all equipment furnished and installed under this Contract shall be conducted by and be the responsibility of the Contractor. The MDTA reserves the right to perform any inspections and test deemed necessary to assure that the equipment conforms to the requirements specified in this document.

The Contractor shall submit a detailed testing procedure to the MDTA for approval prior to beginning any tests and shall plan for the witnessing of tests as required or requested by the MDTA. Full documentation of test results including problems experienced shall be prepared by the Contractor and submitted to the MDTA. Any equipment failing the tests shall be replaced or repaired and re-tested at the Contractor’s expense.

Failure to conform to the requirements of any test and these specifications shall be counted as a complete failure, and the equipment shall be rejected. Rejected equipment/tests may be retested after all deviations have been corrected, and the MDTA has been notified in writing of all problem resolutions and requested retest dates.

The tests shall demonstrate the following at a minimum:

1. Quality workmanship and installation

2. Successful communications between the gate commander and individual gate location.

3. Successful power between the power source and each individual gate location.

4. The ability of the battery to charge, hold charge, recharge and operate a gate.

5. Successful communications between the commander and the traffic management center via MDTA’s network.

209 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 7 of 8

6. The ability of the gates to be operated locally through the gate commander and pushbutton assembly and remotely through the traffic management center.

7. A high level of workmanship and the ability of a technician to access all gate equipment and control equipment within their respective enclosure cabinets.

8. Successfully test all gate-related interlock logic.

9. Any other tests deemed necessary by MDTA or a designated representative.

The Contractor shall provide a written test report upon completion of each test, detailing all test results and a proposed course of action for resolving any anomalies.

In the event of a requirement deficiency requiring repair or replacement of a component, the MDTA will require a full test to be repeated.

800.10.05 TRAINING

Operational and Maintenance training for the entire system shall be provided to the MDTA’s personnel through the means of practical demonstrations, seminars, and other related technical teaching procedures. A minimum of 24 hours of instructional training shall be provided. The training shall include the following:

1. "Hands on" operation of all gate control system hardware.

2. Explanation of the complete repertoire of system commands.

3. Instruction on the configuration of commander and control components.

4. Instruction on required preventative maintenance procedures and servicing procedures.

5. Training on all interlock logic, hardware, and override capabilities.

800.10.06 MEASUREMENT AND PAYMENT

The Horizontal Swing Gate will be measured and paid for at the contract unit price per Each for the Horizontal Swing Gate item specified in the Contract. The payment will be full compensation for furnishing, installing and testing the new Horizontal Swing Gates and Horizontal Swing Gate components at the designated locations as indicated on the plans, warranties and for all hardware, material, labor, equipment, tools, and incidentals necessary to complete the work as specified herein and on the Plans.

The Horizontal Swing Gate components shall include each Controller Unit, and associated equipment located within the Gate Power and Communications Enclosure Cabinet, each Power and

210 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 8 of 8

Communication Enclosure Cabinet and its associated equipment, cable and conduit necessary for installation and operation.

Roadway Gate Control Backplate Assemblies will be measured and paid for under the Gate and IPM Control Shelter Gate Control Equipment Rack pay item. The payment will be full compensation for furnishing, installing and testing Roadway Gate Control Backplate Assemblies with all components at the designated locations as indicated on the plans, warranties and for all hardware, material, labor, equipment, tools, and incidentals necessary to complete the work as specified herein and on the Plans.

211 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 19 CATEGORY 800 TRAFFIC

SECTION 800.11 – ITS CONTROL CABINETS 800.11.01 DESCRIPTION. This work shall consist of furnishing and installing equipment control cabinets for various Intelligent Transportation Systems (ITS) equipment. The control cabinets shall be designed to house communication and power equipment to operate Dynamic Message Signs (DMS), CCTV Cameras, Two-Way Traffic Control Flashers, and other ITS equipment as specified in the Contract Documents.

All components furnished under this specification shall be current production equipment and of recent manufacture. To ensure overall system compatibility, all field equipment cabinets shall be from the same manufacturer.

ITS Control Cabinet assemblies shall meet the requirements for the latest edition of Traffic Signal Control Equipment Specifications and Transportation Electrical Equipment Specifications (TEES) published by CalTrans, except as specified in these Special Provisions. The manufacturer of the cabinet assemblies shall be listed on the CalTrans QPL at the time of the project award. ITS Control Cabinets shall consist of:

1. Type 332, NEMA 3X, 67”H x 24”W x 30”D, configured as shown in the Contract Documents.

This work shall also consist of:

1. Furnishing and installing Fiber Optic Cable Distribution Centers and Fiber Optic Cable Patch Panels.

2. Furnishing and installing pre-assembled fiber optic patch cables (hereinafter referred to as patch cables). Patch cables are used for final connection between equipment and the fiber optic cable distribution centers.

3. Installing other ITS control, communication, electrical or power supply equipment furnished with and incidental to other items within the ITS Control Cabinet. Examples include but are not limited to power supplies, controllers, relocated equipment, hardened Ethernet switches, media converters, relays, and other equipment necessary for the operation of each system.

4. The Contractor shall be responsible for furnishing and delivering to MDTA ITS Control Cabinets for MDTA’s use with testing, system software development, and integration. Refer to Equipment Commissioning, Testing, and Integration Support special provision for additional details.

212 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 2 of 19

800.11.02 MATERIALS

800.11.02.01 ITS Control Cabinets. All materials and equipment forming Type 332 cabinets shall be new and approved by the Engineer. Electrical/electronic equipment, cabinets, and all component parts shall meet the requirements as specified in Section 820.02 and the standards as set forth in these special provisions. The following features and components shall be provided with ITS Control Cabinets:

1. Cabinet housing and doors.

2. Pull-out drawer.

3. Anchor bolts/bolts/nuts/washers.

4. Internal equipment mounting hardware.

5. External cabinet mounting hardware.

6. Conduits.

7. Power service conditioning, surge suppression and distribution equipment.

8. Metal-encased load center and/or service panel.

9. Electrical wires, harnesses and connectors.

10. Ground fault current interrupters outlets.

11. Equipment outlets.

12. Universal copper ground bar.

13. Power supplies.

14. Environmental control equipment.

15. Overhead LED cabinet lighting.

16. Bolt-in rack assembly.

17. Fiber optic cable connections via modem and fiber cable.

18. Communications equipment via dial up cellular modem for temporary operation and fiber optic modem or multi drop modem. All interface protocol shall be NTCIP compliant.

19. Phone line with modems and surge suppression.

213 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 3 of 19 20. Fiber optic patch panels.

21. Patch cables.

22. Cabinet identification numbers.

23. Uninterruptible Power Supplies (UPS).

24. Flasher Control equipment.

25. Enhanced Lane Use Control Sign (ELUS) Control Equipment.

26. Dynamic Message Sign (DMS) control equipment.

27. CCTV Control equipment.

28. Installation of control, electrical, communications, media converters, and/or relay equipment furnished under other items or relocated into new ITS control cabinets.

29. Arc flash protection UV rated sticker.

30. Cabinet base adapters.

800.11.02.02 Patch Panels.

All Fiber Optic Distribution Panels (Patch Panels) shall be Corning CCH-02U or MDTA approved equal. Additional patch panels for DMS fiber optic distribution, where required, shall meet DMS manufacturers requirements.

Patch panels are to be designed for 19” racks. Patch panel shall be equipped with strain relief for all cables terminated at panel.

800.11.02.03 Pre-assembled Fiber Optic Patch Cables.

1. Pre-assembled Fiber Optic Patch Cables shall meet the requirements of Section 840 – Fiber Optic Cables.

2. Pre-assembled fiber optic patch cables shall be purchased from the manufacturers completely assembled in standard lengths.

3. The fiber patch cords shall be either multimode or single mode as required to match the trunk cable or equipment being served.

4. Patch cables shall be a minimum of 2 meters in length unless specified otherwise on the plans.

214 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 4 of 19

5. The outside jacket shall be color-coded: Yellow for single mode fiber, Orange for multimode fiber.

6. Pre-assembled fiber optic patch cables shall be labeled at each end, within six (6) inches of the termination. The label shall be identical at each end of the cable. Each cable shall have a unique label. Labels may be field applied.

7. Unless a different connector is required for compatibility with existing or proposed active components, all fiber optic connectors shall be ST/ST compatible. The ST connector shall be ceramic ferrule, with the fiber permanently secured within the ferrule by epoxy (heat set), chemically cured or a hot-melt adhesive in accordance with the connector and/or the epoxy manufacturer. When connectors are installed outside of a controlled-environment location, the connector minimum operating temperature range shall be -40° F to +158° F. For those applications within a controlled-environment location, the minimum operating temperature shall be -4° F to +140° F. The procedure for the termination of connectors used in this project shall meet that set out in the connector manufacturer's standard operating procedure for field installation. This procedure shall be submitted to the Engineer for approval.

8. Unless recommended otherwise by the connector manufacturer, each fiber shall be cleaved, cleaned and shall be polished with increasingly finer grit polishing pads.

9. The average loss for mated pairs of connectors shall not exceed 0.4 dB for both single and multimode fibers.

800.11.02.04 Dynamic Message Sign (DMS) / Enhanced Lane Control Signal (ELUS) Control Equipment.

Refer to the LED Dynamic Message Signs Special Provision for the DMS sign control unit (SCU) requirements. Where specified in the contract documents, ITS Control Cabinets shall include DMS/ LCS SCUs and all associated power supplies, power distribution, surge protection, and interface equipment.

800.11.02.05 Flasher Control.

Where specified, ITS Control Cabinets shall include Eberle Design Inc Model 810 dual circuit solid state flasher controller(s), or MDTA approved equal, with mounting brackets or panels, wiring, and terminals.

Where specified, ITS Control Cabinets shall include a HW Group HWg-ER02b IP relay switch, or MDTA approved equal, to relay control signals over IP to the flasher controllers.

215 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 5 of 19

800.11.02.06 CCTV Equipment.

Refer to Section 800.05 - Closed-Circuit Television Camera Assemblies.

Where specified, ITS Control Cabinets shall include CCTV Equipment as detailed in the Contract Documents.

800.11.02.07 Ethernet Switch and Power Supply.

Refer to Section 800.07 – Hardened Ethernet Switch.

Where specified, ITS Control Cabinets shall include a Hardened Ethernet Switch with Power Supply as detailed in the Contract Documents.

800.11.02.08 Uninterruptible Power Supplies (UPS).

Where specified, ITS Control Cabinets shall include Uninterruptible Power Supply. Refer to Uninterruptible Power Supply Special Provision.

800.11.03 CONSTRUCTION.

800.11.03.01 Submittals.

ITS Control Cabinet Submittals shall be made following Section TC-4.01 to MDTA for approval prior to ordering any of the cabinets or equipment and shall include the following:

1. Cabinet dimension drawings.

2. Cabinet riser drawings to scale showing the arrangement of all materials within the cabinet including controllers, power-supply, communications device(s), receptacles, panel board, surge and spike protection, AC power filter, and any other equipment that may be necessary.

3. Material catalog cuts including, but not limited to, controllers, media converters, power supplies, cabling, electrical surge and spike protection, electrical power filter, receptacles, power panel, circuit breakers, and other devices as required.

4. Cabinet wiring diagrams for all electrical and communications wiring.

5. Cabinet mounting hardware details.

The following shall accompany all electrical and mechanical components supplied for the project when delivered and handed over to MDTA:

1. Instruction manuals.

216 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 6 of 19 2. Maintenance manuals.

3. Descriptive parts list with industry standard part numbers where applicable.

4. Three complete sets of wiring and diagrams for each cabinet configuration. Schematics shall include a list of tests points with the following information provided for each point:

i. Nominal operating voltage.

ii. Wave form and all pertinent information regarding the wave form at each test point.

iii. Integrated circuit schematics.

iv. Connection and I/O diagrams.

800.11.03.02 Cabinet Housing and General Construction.

1. The housing shall be rainproof with the top of the enclosure crowned to prevent standing water. It shall have single front and rear doors, each equipped with a 3-point latching system.

2. The components described in Chapter 6 Section 4 of the Traffic Signal Control Equipment Specifications are not required, nor are police panels.

3. Sunshields on the all sides and top. They are not required on the side facing an adjacent cabinet on the same foundation. The sunshields shall be made of 0.125 in. thick, 5052-H32 aluminum. The Contractor shall provide a list of sunshields which shall indicate which sides of each cabinet will get sunshields.

4. Snow shields shall cover all ventilation vents on the cabinet or cabinet doors. The snow shield shall be made of 0.125 in. thick, 5052-H32 aluminum and shall be mounted with standoffs to not block the ventilation of the cabinet.

5. Circuit breaker panel for incoming power, equipped with enough breakers to supply all the equipment powered from the cabinet. No breaker shall be smaller than 10 amps. There shall be separate breakers for the circuits powering the controllers and other electronic components as well as the cabinet fan(s), lights and convenience outlets.

6. The circuit breaker panels shall be mounted so that the switches for the breakers are easily accessible without having to reach around any other equipment in the cabinet. The breakers shall face the front door of the cabinet unless otherwise shown.

7. The circuit breaker panels for 120/240V systems shall be single phase, 3 wire, and each shall be equipped with a solid neutral and a main circuit breaker, or main with lugs. Circuit breaker panels shall be UL listed, comply with NEMA standards, and conform to Federal Specification W-P-115A.

217 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 7 of 19

8. The neutral bars and main busses shall be equipped with solderless lugs suitable for copper conductors and of such rating and size as to accommodate the required ampacities and conductors. The circuit breaker panels shall be mounted in a NEMA Type 1 enclosure.

9. The main and branch circuit breakers for circuit breaker panels shall be molded case units with quick- make, quick-break, and trip-free mechanism, unless otherwise specified and with a minimum interrupting capacity of 10,000A (RMS Symmetrical). Circuit breakers shall be UL listed, comply with NEMA standards and conform to federal Specification W-C-375B.

10. The circuit breakers shall be of fixed trip type.

11. Duplex ground fault convenience outlet rated at 15 amps.

12. Removable, clear Plexiglas shield over all exposed terminal blocks carrying 60V or more.

13. Six (6) outlet power strip with surge suppression and pull out LED lighting. Door switches shall control the LED lighting such that when either door is open, the light is on.

14. All bolts, nuts, washers, screws (size 8 or larger), hinges and hinge pins shall be stainless steel unless otherwise specified.

15. The enclosure, doors, lifting eyes, gasket channels, and all supports welded to the enclosure and doors shall be fabricated of 0.125 in. minimum thickness 5052-H32 sheet aluminum sheet.

a. Bolted on supports shall be the same material and thickness as the enclosure, or 0.105 in. minimum steel.

b. The input and power panels, and air filter shell shall be fabricated of 0.080 in. minimum thickness aluminum sheet.

16. All cabinets shall meet or exceed the requirements of a NEMA 3X rating and shall be UL listed.

17. Serial numbers and model numbers, if available, shall be permanently engraved on all removable components and hardware.

18. All internal mounting hardware and cabinet bracing shall also be made from aluminum.

19. All external welds shall be made using the Tungsten Inert Gas (TIG) welding method, shall be continuously welded, smooth, neatly formed and free of cracks, blow holes and other irregularities.

20. All edges shall be filed to a radius of 0.03125 in. minimum. Procedures, welders and welding operators shall conform to the requirements and practices in AWS B3.0 and C5.6 for aluminum. ER5356 aluminum alloy bare welding electrodes conforming to AWS A5.10 requirements shall be used for welding on aluminum.

218 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 8 of 19 21. The cabinet shall be free of sharp edges and burrs both inside and out and shall be free of dents, scratches weld burns and abrasions.

22. All outside surfaces shall have a smooth, uniform, natural aluminum finish per federal specification QQA-250/8.

23. All other conductors shall be identified by any color not previously specified.

24. All conductors, terminals, and parts which could be hazardous to maintenance personnel shall be protected with suitable insulating material.

25. All bolts used for electrical connections shall be fabricated from stainless steel.

26. All hardware used for electrical connections and terminal facilities shall be fabricated using cadmium-plated brass.

27. All fuse holders shall be of the encased type. All fuses, circuit breakers, switches (except Fan Fuse) and indicators shall be readily visible and accessible when the cabinet front door is open.

28. All switches shall be encased, environmentally sealed, and rated for one hundred and twenty-five percent of capacity. Switches and thermostats shall break the “hot” side of the line. The neutral and ground shall remain connected at all times. Under appropriate circumstances, the neutral may be ‘switched’ in conjunction with the hot wire(s). Refer to the national electrical code for additional requirements.

29. All cabinets shall have a sloped top surface to:

a. Prevent the accumulation of water on the top of the cabinet.

b. Provide space above the door for a ventilation fan and vent.

30. The cabinet shall be equipped with “C” or equal type mounting channels/brackets on both sides of the cabinet.

31. The enclosure door frames shall be double flanged out on all four sides and shall have strikers to hold tension on and form a firm seal between the door gasketing and the frame. The dimension between the door edge and the enclosure external surface when the door is closed and locked shall be 0.156 (+/-0.08) in.

32. Gasketing shall be provided on all door openings and shall be dust tight.

a. Gaskets shall be 0.25 in. minimum thickness closed cell neoprene or silicone and shall be permanently bonded to the metal. The gasket shall conform to the physical properties listing in UL508 Table 21.2 and shall form a weather tight seal.

219 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 9 of 19 b. If neoprene is used the mating surface of the gasketing shall be covered with a silicone lubricant to prevent sticking to the mating metal surface. A Gasket Top Channel shall be provided to support the top gasket on the door.

33. Rack bottom support mounting angles shall be provided on either side, level with the bottom edge of the door opening, for horizontal support and bolt attachment.

a. In addition, side rack supports shall be provided for the upper rack bolt attachments.

b. Spacer brackets between the side rack supports and the rack shall be a minimum thickness of either 0.188 in. aluminum or 0.059 in. stainless steel.

34. The housing shall be provided with two lifting eyes for placing the cabinet on its foundation. Each eye opening shall have a minimum diameter of 0.75 inch. Each eye shall be able to support a weight load of 1,000 lbs.

a. All exterior bolt heads shall be tamper proof type.

b. The housing shall not have a police door.

c. The housing shall be equipped with metal hooks to hang a plastic envelope as specified herein.

35. Door lock handles shall have provisions for padlocking in the closed position.

a. Each handle shall be 0.75 inch minimum diameter stainless steel with a minimum 0.5 in. shank.

b. The padlocking attachment shall be placed at 4.0 inches from the handle shank center to clear the lock and key. An additional 4.0 inches minimum gripping length shall be provided.

36. The latching mechanism shall be a three-point draw roller type. The pushrods shall be turned edgewise at the outward supports and have a cross section of 0.25-inch thick by 0.75-inch wide, minimum.

37. When the door is closed and latched, the door shall be locked.

a. For single cabinet installations, the locks and handles shall be on the right side of the front door and the left side of the rear door.

b. For side-by-side double cabinet installations, the locks and handles shall on the side of the cabinet closest to the adjacent cabinet, i.e. to the middle of the double cabinet installation. This applies for both front and back sides of the cabinet assembly.

c. The lock and lock support shall be rigidly mounted on the door.

d. In the locked position, the bolt throw shall extend a minimum of 0.25 +/-0.03125 inch into the cam area. 220 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 10 of 19 e. A seal shall be provided to prevent dust or water entry through the lock opening.

38. The locks shall be compatible with MDTA’s existing dead bolt tumbler lock and key hole cover and be keyed for a number 2 key.

a. One key shall be supplied with each lock.

b. The keys shall be removable in the locked position only.

c. The locks shall have rectangular, spring loaded bolts. The bolts shall have a 0.375-inch thick (tolerance: +/-0.035 inch).

39. The center latch cam shall be fabricated of a minimum thickness 0.1875-inch steel or aluminum.

a. The bolt surface shall horizontally cover the cam thickness.

b. The cam shall be structured to only allow the door to open when the handle is moved toward the center of the door.

40. Rollers shall have a minimum diameter of 0.875-inch with nylon wheels and steel ball bearings.

41. The housing ventilation including intake, exhaust, filtration, fan assembly and environmental control are as follows:

a. The front and rear doors shall be provided with screened louvered vents. The louvered vent depth shall be a maximum of 0.25-inch

b. A removable and reusable air filter shall be housed behind the door vents.

i. The filter shall be 16-inch wide by 12-inch high by 1-inch thick.

ii. The filter area shall cover the vent opening area.

c. A filter shell shall be provided that fits over the filter providing mechanical support for the filter.

i. The shell shall be louvered to direct the incoming air downward.

ii. The shell sides and top shall be bent over a minimum of 0.25 inch to house the filter.

iii. The filter in its shell shall be held firmly in place with a bottom bracket and a spring loaded upper clamp.

iv. No incoming air shall bypass the filter.

v. The bottom filter bracket shall be formed into a water-proof sump with drain holes to the outside housing. 221 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 11 of 19 d. The intake (including filter with shell) and exhaust areas shall pass a minimum of 60 cubic feet of air per minute for the Type 334 Cabinet.

e. The housing shall be equipped with an electric fan with ball or roller bearings and a capacity of at least 100 cubic feet of free air delivery per minute. The fan shall be mounted within the housing with a finger guard and vented.

f. The fan shall be thermostatically controlled and shall be manually adjustable to turn on between 33 degrees C and 65 degrees C with a differential of not more than 6 degrees C between automatic turn on and off.

i. The fan circuit shall be protected at 125 percent of the fan motor ampacity.

ii. The manual adjustment shall be graded in 10 degrees C increment scale.

42. Hinges and Door Catches - Two-bolt per leave hinges shall be provided to bolt the enclosure to the door.

a. Hinges shall be of a single, continuous design utilizing a fixed hinge pin.

b. The pin ends shall be welded to the hinge and ground smooth.

c. The pins and bolts shall be covered by the door edge and not accessible when the door is closed.

d. The door shall be hinged with a continuous 0.93” thick hinge with 0.25” stainless steel hinge pin.

e. All hinging shall be bolted to the cabinet and door utilizing ¼ 20 stainless steel carriage bolts and nylon lock nuts.

43. Front and rear doors shall be provided with catches to hold the door open at both 90 degrees and 180 degrees, +/-10 degrees.

a. The catch minimum diameter shall be either 0.375-inch for plated steel or aluminum rods or 0.25- inch for stainless steel.

b. The catches shall be capable of holding the door open at 90 degrees in a 60 mph wind acting at an angle perpendicular to the plane of the door.

44. Each cabinet shall be supplied with a heavy-duty plastic envelope to store site plans, wiring diagrams, schematics, etc.

a. This envelope shall have metal grommets so that it hangs from the door hooks.

b. The envelope shall have minimum dimensions of 10 inch x 15 inch.

222 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 12 of 19

45. The following equipment shall be completely removable from the cabinet without removing any other equipment and using only a slotted or Phillips screw driver:

a. Service panel.

46. All equipment in the cabinet shall be clearly and permanently labeled.

a. The marker strips shall be made of material that can be easily and legibly written using a pencil or ballpoint pen/marker.

b. Marker strips shall be located immediately below the item they are to identify and be clearly visible with the items installed.

47. Install an arc-flash protection UV-rated sticker on the outside lower right of the front door of the cabinet. The sticker to be compliant with ANSI Z535.4 and NFPA 70 section 110.16

48. Marker strips shall be located immediately below the item they are to identify and be clearly visible with the items installed.

800.11.03.03 Power Distribution. Cabinets shall be equipped with a power distribution system as shown on the plans. The panel shall be located as shown in the plans, MDTA’s standard details, or as approved by the Engineer.

1. Disconnect – An external 100 amp rated NEMA 4X stainless steel disconnect, fused appropriately shall be provided if the circuit breaker feeding the cabinet is out of sight or more than 50 feet from the cabinet.

2. Transformers – Cabinets with equipment that requires 120/240 volts with an input power of 480 volts shall be provided with a 480-240/120 volt power transformer if other provisions for current transformers are not provided. The Contractor shall be required to perform and or reconfirm the necessary calculations to determine the required kVA size of the power transformer.

3. Main Breakers – The main breakers shall be multi-pole type, so that an overload on either phase will disconnect the entire cabinet from the line. Main breakers shall be sized to match the size of the branch circuit breaker for the feeder circuit powering the cabinet, provided the circuit is the same voltage and number of phases. Otherwise, size the main breaker for proper secondary protection of the transformer.

4. Branch Circuit Breakers – All branch circuit breakers shall be installed as shown on the plans or as required to provide operation of the cabinet equipment.

5. GFCI – One convenience Ground Fault Current Interrupter dual electrical outlet shall be provided as shown on the plan details. Circuit interruption shall occur on 6 ma of ground-fault current and shall not occur on less than 4 ma of ground-fault current. Equipment shall not be powered through GFCI protected outlets. 223 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 13 of 19 6. Main Power Surge Suppression – Cabinets shall be provided with main input power surge suppression. Refer to Surge Suppression Special Provision.

800.11.03.04 Mounting Panels Assemblies.

1. All panels shall be fabricated from 0.125-inch thick 5052-H32 sheet aluminum.

2. All panels shall be drilled and tapped, as necessary, to mount the terminal blocks, outlets, and other devices described herein, as well as to mount the panels to the required locations inside the cabinet.

3. Sharp edges or burrs caused by the cutting or drilling process shall be removed.

4. Details for all panels shall be submitted with the cabinet catalog cuts, showing the locations of all devices to be mounted.

5. All assemblies and panels shall allow air circulation through the top and bottom unless otherwise specified.

6. All assemblies and panels shall be mounted on the rack mounting rails.

800.11.03.05 Wiring.

1. Use terminal blocks for all power conductors entering or exiting the cabinet. The blocks shall be the barrier type with a sealed back. They shall be rated for 600 VAC and an ampacity safe for use with the circuit. The terminal screws shall be nickel-plated brass, 0.3” long, with screw inserts of the same material. Each terminal shall be clearly and permanently labeled on a contiguous surface using silk screening or other approved method. The equipment and terminal blocks shall be so arranged within the cabinet that they do not interfere with the entrance, tracing and connection of conductors or communication cable. All conductors and communication cables shall be neatly arranged in the cabinet and bundled in groups with cable ties or spiral wrap.

2. All conductors used in cabinet wiring shall terminate with properly sized non-insulated or clear insulated spring-spade type terminals except when soldered for a specific application.

3. All conductors, except those which can be readily traced, shall be labeled. Labels attached to each end of the conductor shall identify the destination of the other end of the conductor.

4. All conductors shall conform to the following color-code requirements:

a. The neutral conductors of AC circuits shall be identified by a continuous white or gray color.

b. The equipment grounding conductors shall be identified by a solid green color.

c. The ungrounded AC+ conductors shall be identified by a solid black wire.

5. All wiring harnesses shall be neat, firm, and routed to minimize crosstalk and electrical interference. 224 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 14 of 19 a. Cabling shall be routed to prevent conductors from being in contact with metal edges.

b. Cabling shall be arranged so that any removable assembly may be removed without disturbing conductors not associated with that assembly.

c. Adhesive-type cable clamps shall not be accepted.

d. All cable assemblies consisting of three (3) or more wires/cables shall be wire wrapped.

e. Cabling shall be run in straight sections with no bends.

800.11.03.06 Rack Assembly.

1. A standard EIA 19-inch rack assembly shall be installed inside the housing for mounting of controller units and other cabinet equipment. The EIA portion of the rack shall consist of 2 pairs of continuous, adjustable equipment mounting angles.

2. The angle nominal thickness shall be either 0.1345 in. plated steel or 0.105 stainless steel.

3. The angles shall be tapped with 10-32 threads with EIA universal spacing.

4. The angles shall comply with Standard EIA RS-310-B and shall be supported at the top and bottom by either welded or bolted support angles to form a rigid framework.

5. Clearance between the rack rails for mounting assemblies shall be 17.75 inches.

6. Two steel supporting angles extending from the front to the back rails shall be supplied to support controller units.

a. The angles shall be designed to support a minimum of 50 lbs. each.

b. The horizontal side of each angle shall be a minimum of 3 inches

c. The angles shall be vertically adjustable.

7. The rack assembly shall be bolted to the cabinet at 4 points, via the housing guide frame supports and associated spacer brackets, 2 at the top and 2 at the bottom of the rails.

8. The rack frame shall be centered within the cabinet.

9. Include required DIN rails.

10. Each cabinet rack shall be equipped with one drawer that also functions as a shelf that is the full width of the rack and 12 inches deep.

225 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 15 of 19

a. Shelves shall be constructed of 0.125-inch aluminum (minimum) with a 1-inch lip turned up along the back of the shelves.

b. The shelves shall attach to the rack assembly by using four (4) Phillips head screws to the front of the rack.

c. The shelves shall be designed to support a minimum of 50 lbs.

800.11.03.07 Base Adapter. Side-by-side double cabinets mounted on a concrete foundation require base adapters.

1. The base adapter shall be a hollow aluminum box, 12 inches high, 30 inches wide, and 30.25 inches deep (the same depth as the equipment cabinet).

2. The base adapter shall have a cutout opening centered in the top, 15 inches wide and 21 inches deep matching the opening in the bottom of the equipment cabinet. It shall have a similar cutout on the bottom, directly below the top cutout.

3. The base adapter shall have four punched holes around the top cutout that match the anchor bolt holes in the equipment cabinet. The contractor shall provide bolts, nuts, washers, and lock washers to bolt the equipment cabinet to the base adapter through these holes. Four punched holes shall also be provided around the bottom cut out that matches the anchor bolt holes in the equipment cabinet.

4. The base adapter shall be constructed so that it does not sag under the weight of the fully loaded equipment cabinet.

5. The base adapter shall be of the same material used for the equipment cabinet and have a matching finish.

6. All seams shall be continuously welded and ground smooth.

7. The contractor shall provide two close nipple four-inch galvanized rigid metallic conduit fittings and four sealing lock washers for the fittings for each pair of base adapters.

800.11.03.08 Installation.

1. Mounting – All cabinets shall be supplied with mounting hardware as necessary to attach and set the cabinet plumb on the structures as applicable and as indicated on the Plans. Structures may include, but are not limited to, concrete foundations, retaining walls, interior building walls, sign structures, mast arm poles, bridge mounted cabinet supports, and other traffic control device structures. The Contractor shall securely fasten the cabinets at locations shown on the plans or as directed by the Engineer.

226 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 16 of 19

a. Bolted stainless steel connections shall be provided with lock washers, locking nuts, or other approved means to prevent the connection nuts from loosening.

b. Dissimilar materials shall be isolated from one another by stainless steel fittings.

2. Power Connections – The Contractor shall make all power connections to the cabinet.

a. The neutral bus shall be isolated from the cabinet and equipment ground.

b. The bus shall terminate at the neutral lug ultimately attached to the meter pedestal.

3. Equipment Connections – The Contractor shall make all equipment connections within the cabinet to provide the required operation.

4. Document drawer – The Contractor shall provide an aluminum document drawer with hinged top cover and roller bearing slides as shown in the MDTA standard details provided.

5. The Contractor shall install the new base or pole mounted cabinets as shown on the Plans. If an alternate mounting arrangement is required for mounting the new field equipment cabinet, the Contractor shall design and implement an alternative mounting arrangement. Shop drawings detailing the alternative mounting arrangement shall be submitted by the Contractor to MDTA for approval prior to the installation of the field equipment cabinet.

800.11.03.09 Universal Copper Ground Bar. The power/communications cabinet and the DMS/flasher cabinet shall be provided with a universal copper ground bar. The ground bar shall be 2”x6”x1/4”, 8-position, supporting (3) #12 wires per position, including ground lug, #8 to #1/0 AWG, copper.

800.11.03.10 Heater. Each cabinet shall be provided with a heater with thermostat control as shown on the plans.

800.11.03.11 Pre-assembled Fiber Optic Patch Cables.

At no time shall the bending radius requirement specified by the manufacturer of a cable, nor those specified herein, be violated. In addition to manufacturer requirements:

1. During installation, the cable shall not be bent to a radius less than 20 times the diameter of the cable.

2. Upon completion of installation, the cable may not be bent to a radius less than 10 times the cable diameter.

3. No cable, regardless of cable diameter, may be bent to a radius less than 30mm.

227 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 17 of 19

4. At no time shall the pulling (tensile) strength of the cable be exceeded during installation. The contractor must take appropriate precautions to assure that the installation does not damage the cables.

800.11.04 TESTING AND TEST EQUIPMENT. Refer to Section 800.14 – Equipment Commissioning, Testing, and Integration Support.

1. Resistance. Prior to connecting the lead-in cable of each existing loop, a series resistance test and resistance to ground test shall be performed on each loop/lead-in circuit by the Contractor.

a. The series resistance of each circuit shall be less than 5 ohms.

b. The insulation resistance of loop conductors to ground, and between adjacent loops/lead-in circuits shall be infinity as measured with a 500 V megger test meter.

c. The Contractor shall notify the Engineer of any loop/lead-in circuit that does not meet the above requirements.

2. Field Test. After the equipment specified in the Contract Documents has been installed, and all connecting cabling has been installed, a field test shall be conducted for each piece of equipment.

a. The test is designed to demonstrate that all hardware, cable, and connections furnished and installed by the Contractor operate correctly and that all functions are in conformance with the Specifications.

b. The field test will begin within 48 hours after the Engineer is advised by the Contractor that he is ready to begin the test.

c. The test may begin when the Engineer is satisfied that all work has been completed at each cabinet location. After the cabinet and equipment has been placed in operation, the Contractor shall demonstrate that all equipment furnished and installed operates as specified herein.

d. The Contractor shall prepare a detailed checklist of items required for full and proper installation and operation of the field cabinet. This checklist shall be submitted to MDTA for approval in advance of the Field Cabinet Tests. The checklist shall be reviewed and verified on-site with the Contractor as part of the Field Cabinet Tests.

3. Test Period. Each cabinet and its associated equipment shall be tested for proper operation for 30 consecutive days.

a. During the testing period, all Contractor-provided equipment in the cabinet shall operate without failures of any type.

228 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 18 of 19

b. If any component malfunctions or fails to provide the capabilities specified herein, during the 30- day test period, the Contractor shall replace or repair the defective equipment within 48 hours or notification by the Engineer.

c. The cost of correcting component malfunctions shall be borne by the Contractor.

d. After the component malfunction has been corrected to the satisfaction of the Engineer, a new 30-day test period shall be started.

i) The 30-day test applies only to Contractor-furnished hardware.

ii) In the event of a failure of hardware furnished by others that prevents the 30-day test from continuing, the test shall be suspended until the non-Contractor furnished hardware has been repaired or replaced, at which time the test will resume.

800.11.05 DOCUMENTATION. The Contractor shall provide three sets of all approved instruction manuals, maintenance manuals, operating manuals, shop drawings, catalog cuts, parts lists, wiring diagrams, schematic diagrams, and configuration settings, for all components of the system to MDTA.

800.11.06 MEASUREMENT AND PAYMENT.

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

The Contractor’s quality assurance and quality control responsibilities shall be incidental to the pay items below. Construction stake out and coordination shall be incidental to the items listed below. Testing as specified in this Specification and the Special Provisions shall be incidental to the pay items listed below.

800.11.06.01 ITS Control Cabinets.

ITS Control Cabinets shall be paid per each type of the pay items listed below, complete, furnished and installed and accepted by the MDTA. Payment under these items will include payment for the ITS control cabinet, patch panels, pre-assembled fiber optic patch cables, controllers and supporting equipment, flasher control units, cabinet base adapters, all equipment and materials specified above, conduits, fittings to provide a raceway between the cabinet and the pole or other support, mounting hardware, all tolls, materials, labor, warranty, and any other work necessary to make the installation complete, operational, and acceptable.

229 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 19 of 19 ITS CONTROL CABINET Each

ITS DMS/ELUS CONTROL CABINET Each

ITS DMS/FLASHER CONTROL CABINET Each

800.11.06.02 Dynamic Message Sign (DMS) Sign Control Units and Control Equipment.

Dynamic Message Sign (DMS) Sign Control Units and Control Equipment will be measured and paid for under the pertinent DMS items in the Contract.

800.11.06.03 CCTV Control Equipment.

CCTV Control Equipment will be measured and paid for under the pertinent CCTV Camera Assembly item in the Contract.

800.11.06.04 Ethernet Switch and Power Supply.

Ethernet Switch and Power Supply will be measured and paid for under the pertinent Hardened Ethernet Switch item in the Contract.

800.11.06.05 Uninterruptible Power Supply.

Uninterruptible Power Supplies will be measured and paid for under the pertinent Uninterruptible Power Supply item in the Contract.

230 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 5 CATEGORY 800 TRAFFIC

SECTION 800.12 – SURGE SUPPRESSION 800.12.01 DESCRIPTION. This work shall consist of furnishing and installing power and telecommunications line surge suppression and transient noise reduction equipment in field equipment cabinets, as specified in the Contract Documents or as directed by the Engineer. This work shall include all necessary hardware and electrical connections.

800.12.02 MATERIALS. All component parts shall be designed, manufactured, tested, and installed in compliance with the following codes and standards:

(a) National Electrical Manufacturers Association (NEMA LS-1, 1992).

(b) National Fire Protection Association (NFPA 20, 70, 75, & 780).

(c) Underwriters Laboratories (UL 1283 and UL 1449).

(d) International Standards Organization (ISO) - The manufacturer must be certified ISO 9001 for manufacturing design and service.

(e) Institute of Electrical and Electronic Engineers (ANSI/IEEE C62.11, C62.41, and C62.45).

800.12.03 CONSTRUCTION. Transient noise reduction and surge suppression filters shall be:

(a) Mounted on the back of single-door cabinets, on either side of front & rear door cabinets (depending upon the point of power entry), adjacent to the load center. Units shall be mounted inside the cabinet, as specified herein.

(b) Wired between the main disconnect and the power panel or load center to protect all equipment inside the cabinet.

(c) Contained within a single enclosure and designed by one manufacturer as a single unit. Combination units will not be accepted.

Pole Mounted, Base Mounted, Field Equipment Cabinets.

Series-wired, active-tracking technology transient voltage surge suppressors with integral remote alarm capability and telecommunications circuit protection shall be mounted on the inside back or side of the cabinets and wired after the cabinet disconnect switch to protect all equipment inside the cabinet.

231 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 2 of 5

(a) General.

(1) Single-phase services (P-N-G): One unit shall be used.

Split-Phase services (P-N-G-P): Two units shall be used.

(2) Continuous capacities:

(a) Current: 60 amperes.

(b) Voltage: 150 volts AC

(3) All components used in the unit(s) shall be listed under UL 1449, 2nd Edition, UL 1283, and Telecommunications circuit UL 497

(4) A clear plastic shield on 1-in. non-conductive standoff posts shall be provided as a part of the unit to protect against electric shock.

(5) The filters shall be housed in compact UL94-5VA rated enclosures, with approximate dimensions of 7.25 in. (including mounting flange) L X 4.6 in. H X 4 in. D (including plastic shield)

(6) All portions of the suppression and filter network shall be electrochemically encapsulated in a single enclosure.

(7) ISO 9001:1994 Quality System Certification BSI FM 30833

(8) 10 year standard warranty, providing for the unlimited replacement of damaged units.

(b) Electrical.

(1) Protection Modes. Discrete, dedicated, individual, independent, multi-stage protection circuitry for all possible AC power protection modes: line-to-neutral, line-to-ground, and neutral-to-ground.

(2) Transient Reduction. Noise attenuation shall be 40 dB in the normal mode, and 41 dB in the common mode.

(3) Surge Protection. Electrochemically-encapsulated, rated for at least 65 kAmps of surge current, based on the standard 8 x 20 microsecond waveform.

(4) Unit Status Indicator. A green indicator shall indicate the operating status of each unit.

232 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 3 of 5

(5) Surge Suppression. Units shall meet the following test specifications, based on ANSI/IEEE C62.41-1991 Measured Limiting Voltage Tests, Dynamic (d) or Static (s), with a peak surge current of 65 kA:

(6) Telecom Protection. Telecommunications protection shall be integrated into the AC filter/surge suppressor and shall utilize the same surge reference ground as the AC filter/surge suppression system. The unit will provide:

(a) Integral modular jacks for either RJ11 (1 pair) or RJ14(2 pair).

(b) Compatible with standard voice grade lines including ISDN.

(c) Operating voltage of 127 Vpk, tip-to-ring, tip-to- ground, and ring-to-ground.

(d) Protection Modes: All Mode: Normal/Transverse - tip to ring, Common/Longitudinal – tip to ring & ring to ground.

(e) Data Rate (throughput): T1 (1.544 mbps) minimum

(f) Response Time: < 1.0 nanosecond

(g) Series Resistance: Approx. 10 ohms.

(h) Continuous Current Rating: 100 ma min.

(c) Miscellaneous.

(1) Operating frequency range: US standard power frequencies of 50 to 60 Hertz.

(2) Full-load operating temperature range: –40 degrees C to +40 degrees C or more.

(3) The unit shall have terminal studs with bolts for connecting the electrical supply and the load.

233 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 4 of 5

(4) Electrically-isolated Form C dry contacts, one normally open, and one normally closed, shall be standard on all units to permit remote monitoring of the unit’s operating status.

Video/Communications Equipment Cabinets.

One split-phase, mono-directional, series-type, combination power surge and transient reduction filter with replaceable surge module shall be mounted on the outer side of each cabinet adjacent to the service entrance, and wired to protect both sides of the load center in the cabinet. The filter shall be a solid state, active tracking, sinewave correction type, with a transient response time (normal mode) of 1 nanosecond or less. The minimum continuous current capacity of the unit shall be 100 amperes.

(a) Transient Reduction.

(1) 40 dB, minimum (5 KHz through 50 MHZ)

(2) Attenuation greater than 50 dB to the surge withstand capability ringwave test (categories A & B).

a. Category B up to 30 dB attenuation (impulse wave).

(b) Surge Suppression. Spikes and transients of +/- 2 volts at any point on the input sine wave of the AC power line shall be attenuated both above and below the sine wave itself.

(1) ANSI/IEEE C62.41 Category A Ringwave (6 kV, 200A, 100 kHz) Normal Mode = 3 V.

(2) ANSI/IEEE C62.41 Category B Ringwave (6 kV, 500A, 100 kHz) Normal Mode = 3.6 V.

(3) Surge capacity = 50,000 amperes.

(c) Miscellaneous Electrical.

(1) The system shall be suitable for use with non-linear loads with crest factors up to 3.0.

(2) Protection modes shall be neutral and/or line to ground. (surge currents shall not be shunted to ground).

(3) Surge diversion shall be handled by a single, replaceable module. A red Light Emitting Diode (LED) shall indicate when the module needs replacement.

(d) Mechanical.

(1) The unit shall be contained in a single NEMA 4 aluminum enclosure.

(2) Dimensions shall be approx. 20 in. L x 16 in. H x 9 in. D.

234 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 5 of 5

(3) The unit terminals shall accept wire sizes ranging from No. 6 AWG to 1/0 AWG.

Certification. The following must accompany all surge suppressors supplied:

(a) Instruction manuals.

(b) Maintenance manuals.

(c) Descriptive parts list with industry standard part numbers where applicable.

(d) Three complete sets of wiring and schematic diagrams. Schematics shall include a list of tests points with the following information provided for each point:

(1) Nominal operating voltage.

(2) Wave form and all pertinent information regarding the wave form at each test point.

(3) Circuit schematics.

(4) Connection and I/O diagrams.

800.12.04 MEASUREMENT AND PAYMENT. Furnishing and installing surge suppressors will not be measured but the cost will be incidental to the unit price for each pertinent contract item for ITS field equipment cabinets. The payment will be full compensation for the surge suppressor, interconnect cables, material, labor, and equipment, including all incidentals necessary to complete the work.

235 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 12 CATEGORY 800 TRAFFIC

SECTION 800.13 – GATE AND IPM CONTROL SHELTER 800.13.01 DESCRIPTION.

This work consists of furnishing, installing, and testing a 12’-0” W x 24’-0” L exterior x 9’-0” H clear interior pre-cast concrete equipment shelter (building). The Contractor shall furnish a precast concrete transportable building, deliver it to the site, install it on a foundation in accordance with manufacturer’s design and recommendations, and fit it out with all necessary features as specified in the Contract Documents and as directed by the Engineer.

All references to building or shelter within the Contract Documents as they relate to the Gate and IPM Control Building/Shelter shall be interpreted to be one and the same.

800.13.01.02 REFERENCES.

1. Section 800.09 – Illuminated Pavement Markers.

2. Section 800.10 – Horizontal Swing Gate

3. Section 800.11 – ITS Control Cabinets.

4. Section 800.12 – Surge Suppression

5. Section 800.14 - Equipment Commissioning, Testing, and Integration Support.

6. Section 834 – Electrical Identification.

7. 800.17 – Roadway Gate and IPM Controllers

8. NFPA 70 National Electric Code.

9. ACI-318-14 Building Code Requirements for Structural Concrete and Commentary.

10. ASCE 7-10 Minimum Design Loads for Buildings and Other Structures.

11. PCI Design Handbook, 7th Edition.

12. Concrete Reinforcing Steel Institute (CRSI) Manual of Standard Practice, 28th Edition.

13. Recommended Specifications for Standard Steel Doors and Frames (SDI-100).

236 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 2 of 12

800.13.02 MATERIALS.

All materials and equipment forming the shelter shall be new and approved by the Engineer. All equipment shall be the latest revision or product version under production by the equipment supplier. Obsolete, no-longer-supported, or no-longer-produced equipment will not be acceptable. If the MDTA is not familiar with the proposed products, the MDTA may require, at no additional charge, that the Contractor set up a demonstration verify product quality and performance. The following features and components shall be provided with the shelter in addition to all features and components shown on the plans:

1. Shelter door and associated components.

2. Foundation, tie down plates, tie down bolts and washers.

3. Exterior wall and ceiling insulation.

4. Shims for shelter set.

5. Floor tiles and 4-inch cove base.

6. Internal equipment mounting hardware.

7. External equipment mounting hardware.

8. LED interior lighting with switch.

9. LED exterior light with photocell.

10. Emergency exit light.

11. Conduits.

12. Power service, surge suppression, and distribution equipment including service panels, disconnects, and transformers.

13. Circuit breakers.

14. Metal-encased load centers and/or service panels.

15. Electrical wires, harnesses and connectors.

16. Duplex receptacles.

17. Weather proof GFCI receptacle.

237 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 3 of 12 18. Copper ground bars.

19. Cable ladders.

20. Cable entry port with NEMA 4X wiring troughs for communications and power.

21. Environmental control equipment system with supply and returns grills and control equipment.

22. Alarm system.

23. Grounding system.

24. Lightning protection system.

25. Fire extinguisher, detector and strobe alarm/horn.

26. Roadway Gate Control Equipment Rack.

27. IPM Master Controller Cabinets.

28. General Network Equipment Rack.

29. Wall pocket for documentation storage.

30. Concrete entrance pad.

Structural Steel A36

Bolts A325

Galvanizing A123/A153

800.13.02.01 PRE-CAST CONCRETE BUILDING CONSTRUCTION. The pre-cast concrete building shall be a Steel Reinforced Pre-Cast Concrete Building from Thermo Bond Buildings, or MDTA approved equal. The pre-cast concrete shelter shall be a step-joint design and withstand 200 pounds per square foot (psf) floor loads (or greater if required by equipment), 150 psf roof loads, and 150 mph wind loads. The shelter’s outside eaves shall be 12’-4” W x 24’-4” L x 10’-5” H, the base shall be 12’-0” W x 24’-0” L x 10’-5” H, and the module shall not weight more than 65,000 lbs. The following components and construction requirements are required:

1. Insulation on all exterior walls and ceiling. Exterior wall insulation shall be R-11 Rigid Polyisocyanurate. Ceiling insulation shall be R-19 Rigid Polyisocyanurate.

2. The floors shall be 5 3/4” thick, solid concrete, covered with 1/8” x 12” x 12” white commercial tile and a 4” cove base.

238 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 4 of 12 3. The walls shall be 4” thick, solid concrete, 2-hour fire rated with 1/2” APA Rated OSB on the interior side and a white embossed fiberglass reinforced plastic (FRP) interior finish. Exterior finish shall be washed exposed aggregate and sealed.

4. The roof shall be 4” thick at eave, 5 1/2” thick at ridge, solid concrete with 1/2” APA Rated OSB on the ceiling interior side and covered with white embossed fiberglass reinforced plastic (FRP) interior finish. Roof shall have a troweled and sealed surface, with broom finish.

5. All concrete shall be 5,000 PSI lightweight reinforced by #4 and #6 bars, 60,000 PSI (ASTM 615 grade 60 epoxy coated).

6. Tie down plates, tie down bolts, lifting lugs and shim plates for shelter set shall be provided. Painted bolts shall be provided to replace lifting lugs.

7. Wall to wall, floor to wall, and wall to ceiling connections shall incorporate welding clips and welded bar connections.

8. All joints between floor, wall, and ceiling panels shall be sealed with manufacturer recommended sealant.

800.13.02.02 SHELTER DOOR. The shelter door shall be 3’-0” x 7’-0”, 18 gauge, insulated metal, galvanized, painted to match exterior finish. The door shall be located as shown on the plans and shall include the following components:

1. Door Frame: 16 gauge painted galvanized metal frame

2. Lockset: deadbolt with cylinder, passage lever set (Class 1)

3. Hinges: NRP-SS hinges

4. Weather Strip: Magnetic weather stripping

5. Threshold: Saddle type threshold, mill finish aluminum

6. Door Sweep: Neoprene style, mill finish aluminum

7. Anti-pick Plate: Latch Guard or equal

8. Hold Back: Door bumper/hold back combination

9. Drip Cap: Drip cap, mill finish aluminum

800.13.02.03 ENVIRONMENTAL CONTROL SYSTEM. The shelter shall be equipped with (2) Marvair AVPA72ACC060NUA5100 208/230V 3 phase air conditioning/heating units, or MDTA approved equal. The units shall operate as a redundant system with low ambient control and lead/lag control. 239 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 5 of 12

The units shall be provided with protective coatings for corrosion protection, sealed condenser fan motors and a lockable disconnect access cover plate. Screened aluminum vents shall be cast into the wall as required for system operation. Vents shall be Sunvent Industries, or MDTA approved equal. All system components shall be readily accessible and maintainable. The Contractor shall provide (1) Master Control Thermostat with a Modbus interface adapter for remote monitoring, alarms, and system control over a network. The controller and Modbus interface adapter shall be the following models, or MDTA approved equal:

1. Commstat 4 Telecom HVAC Controller S/7846,

2. Commstat 4 Modbus Interface Adapter 03272

800.13.02.04 ELECTRICAL SYSTEM. The shelter shall be equipped with an electrical system as shown on the plans and meeting the following requirements:

1. Surge Suppression: UL 1449, Type 2 Device(s) that shall not be rated less than 160kA per phase and be Cooper Crouse Hinds, or MDTA approved equal. Provide separate surge suppressors for all panels in shelter.

2. Provide electrical panels with main breaker, cover, and ground bars as shown on the plans.

3. Provide transformers as shown on the plans.

4. Provide disconnects as shown on the plans.

5. Receptacles: (8) 120V 20A Duplex, Leviton CR20-I.

6. GFCI Receptacle: (1) weatherproof GFI receptacle on own circuit, mounted near the HVAC units.

7. All electrical conduits shall be galvanized EMT. Horizontal runs of EMT shall be installed on cable ladders or minimum 7’-6” above the finished floor whenever possible. All flexible conduit shall be liquid tight type.

8. All fittings shall be compression type. No screw type will be permitted.

9. The Contractor shall provide 12” wide cable ladder on the ceiling with bottom mounted 7’-6” above finished floor and on the walls for vertical transitions. A sufficient linear footage of cable ladder shall be provided to accommodate all cable runs to the respective equipment.

10. Provide NEMA 4x wiring troughs as shown on the plans.

11. Provide all conduits, cable entry ports, electrical wiring, cabling, terminations, connectors, and supports necessary to make all electrical and communications connections. This shall include all electrical and communications connections within the shelter to support equipment installed 240 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 6 of 12

through other pay items (e.g. roadway gate and IPM controllers). Electrical and communications connections that exit the shelter and support or terminate on equipment at a location other than the shelter will be paid for under other items in the Contract.

12. Wire-ways, conduits, and/or drop boxes shall be properly de-rated for compliance with the latest edition of the NEC.

800.13.02.05 GROUNDING AND LIGHTNING PROTECTION SYSTEM. The shelter shall be equipped with a halo grounding system. The system shall be single point with a No. 2 AWG bare, stranded copper wire installed around the inside perimeter of building with each end lugged to the master ground bar. Master ground bar shall be ¼” x 4” x 24”, C-Pattern with insulators.

Provide a counterpoise grounding system around exterior of shelter with connection to the master ground bar as detailed on the plans.

Provide ground conductors sized per the NEC from all equipment enclosures to the master ground bar. Mechanically connect all ground conductors to the master ground bar.

Provide a Lightning Protection System for the control shelter in accordance with the provisions of NFPA 780 that is UL listed. The system shall be provided and installed by a UL Listed Lightning Protection Installer. Provide shop drawings of the lightning protection system for approval.

800.13.02.06 ALARM SYSTEMS. The shelter shall be equipped with (1) alarm server, (1) alarm terminal, and alarm equipment as described below.

1. Alarm Server – APC NetBotz Rack Monitor NBRK0570 alarm server.

2. Door Alarm – APC NetBotz Door Switch Sensor NBES0302 for main shelter entry door.

3. Water Entry Alarm - APC NetBotz Rope Leakage Sensor Cable NBES0308, Extension Cable NBES0309, CAT-5 cable, cable adaptors, and cable tie holders and wraps around perimeter of shelter interior.

4. HVAC Alarms – All of the dry contact alarms available on the CommStat 4 HVAC controller (low voltage, lockout, low temperature, first and second stage high temperature, controller fail) shall be connected to the alarm server.

5. Smoke Alarm – Gentex 7139CS-W smoke alarm with horn and strobe.

6. Alarm Accessories:

a. Dry terminal, 66 Block mounted in a 12” W x6” D x18”H hinged cover box for dry contact alarm connections.

241 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 7 of 12

b. APC NetBotz Dry Contact Cable NBES0304, CAT-5 cable, RJ-45 couplings, and cable tie holders and wraps for interfacing dry contact alarms with alarm server.

800.13.02.07 SHELTER LIGHTING. The shelter’s interior shall be equipped with a minimum of (8) 4 ft., LED fixtures with wrap around lens, and (1) 20A single pole wall switch. The shelter’s exterior shall be equipped with (1) LED exterior light fixture with photocontrol cell located near the shelter’s door. Interior and exterior lighting shall be wired to separate circuits.

The emergency lighting shall be Lithonia Lighting model number LHQM LED with a white housing, red “EXIT” letters, and a high-output Ni-cad battery, or MDTA approved equal.

800.13.02.08 EQUIPMENT MOUNTINGS AND WALL PENETRATIONS. The building manufacturer shall design and include provisions for mounting of all equipment to the building and for all equipment penetrations through the building as shown in the Contract Documents. Equipment mountings are typically achieved through reinforcing of the building’s walls. The Contractor shall be responsible for coordinating with the building manufacturer for this design and for providing all equipment weights, sizes, and equipment mounting provisions for the building manufacturer’s use with the mounting and wall penetration design. The equipment mounting and wall penetration design shall not take place until submittals for all equipment to be mounted to the building or equipment requiring wall penetrations are approved. All equipment mounting reinforcement and hardware shall be provided.

800.13.03 QUALITY ASSURANCE.

The precast concrete building producer shall be a plant-certified member of either the National Precast Concrete Association (NPCA), the Precast/Prestressed Concrete Institute (PCI), or MDTA approved Equal. The precast concrete building manufacturer shall demonstrate product knowledge and must have a minimum of 5 years of experience manufacturing and setting precast concrete buildings.

800.13.04 SUBMITTALS.

Fabrication and delivery of the precast concrete structure may take up to 120 Days after submittal approval. The contractor shall be responsible for procuring the shelter in an appropriate time to not delay the project.

Catalog Cuts and/or Working Drawings of all materials shall be provided in accordance with Section TC-4.01. A minimum of two separate submittals shall be made as follows:

1. Experience/Equipment/Material submittal, to include but not be limited to:

a. Certifications and manufacturer resume showing conformance with Section 800.13.03 – Quality Assurance.

242 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 8 of 12

b. Working drawings for precast concrete shelter and associated components. Working drawings shall include:

i. Working drawings and calculations for fabrication and erection of the precast concrete building and its foundation designed and sealed by a Maryland Registered Professional engineer for MDTA’s review and approval.

ii. Working drawings showing a materials list and detailed layout of all equipment, including to scale plans, elevations, and sections with dimensions for MDTA’s review and approval.

iii. Panel schedules and wiring diagrams for electrical and communications wiring.

c. Catalog cuts and manufacturer’s product literature (operations manuals, maintenance manuals, etc.) of all shelter equipment, materials, and all associated components/accessories demonstrating compliance with these specifications.

2. Testing submittal, to include but not be limited to:

a. Testing procedures.

b. Testing equipment.

c. Test result documentation templates.

d. See Testing section herein for additional details.

800.13.05 CONSTRUCTION.

800.13.05.01 SITE PREPARATION.

Prepare the building site as shown on the plans. The building shall be placed on an approved foundation on a substrate with a soil bearing capacity of 1,500 pounds per square foot. Ensure that the bearing surface for the building is flat and level, after accounting for positive drainage. Place a minimum 6” thick x 2’-0” wide concrete slab with welded wire mesh as an apron around the entire building and foundation footprint. Place 2 layers of 6 mil vapor barrier and 6” thick gravel subbase under the foundation slab and apron. Provide control joints in the slab as directed by the engineer. Provide positive drainage for the fill and/or slab as required.

800.13.05.02 SITE ACCESS.

The contractor shall provide a level, unobstructed area large enough for a crane and a tractor-trailer to park adjacent to the pad. The crane must be able to place outriggers within 5’-0” of the edge of the pad; the truck and crane must be able to get side by side under their own power. No overhead lines may be within a 75 foot radius of center of pad. Firm roadbed with turns that allow a 65 foot lowbed tractor-trailer access directly to site. 243 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 9 of 12

800.13.05.03 INSTALLATION AND ASSEMBLY.

1. The shelter shall be delivered to the site and installed as specified in the Contract documents. The Contractor shall be responsible for the necessary anchoring hardware. The shelter assembly shall be anchored to the foundation in accordance with the manufacturer’s recommendations and design.

2. The Contractor shall assemble, equip, and fit out the shelter following delivery to the site. This shall include all equipment and accessories as described in this special provision as well as roadway gate and IPM control equipment described in other sections.

3. The Contractor shall provide all installation services necessary to complete the installation in a neat and workmanlike manner. The Contractor shall provide all final connections and terminations as required to provide a fully operational system.

4. All alarms shall be wired through the alarm terminal block and connected to the alarm server. The alarm server shall be connected to the network switch located in the shelter and shall be configured to relay notifications of all alarms as directed by the Engineer.

5. All unused cable ports/entryways, etc. shall be capped or plugged using accessories provided from the same manufacturer of the port or entryway.

6. The building and equipment manufacturers/suppliers shall provide the Contractor with authorized representatives or qualified technical personnel (acceptable to the MDTA) to assist the Contractor with the installation of all equipment at the site.

7. Label all equipment in accordance with Section 834 – Electrical Identification.

8. Install equipment and controller components within the shelter that are provided through other items in the Contract. Provide all hardware and supports to facilitate the physical installation.

9. Provide all necessary electrical and communications cabling and terminations to facilitate connections between equipment and controller components provided through the Gate and IPM Control Shelter item and other items in the Contract so that all systems and subsystems achieve their intended operational, control, and functional requirements.

800.13.06 TESTING.

Refer to Section 800.14 – Equipment Commissioning, Testing, and Integration Support.

244 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 10 of 12

The Contractor shall conduct field tests to verify compliance with the Contract Documents, plans, and all requirements. All equipment furnished by the Contractor shall be subject to testing to determine conformance with all applicable requirements and to ensure proper operation of the equipment and system. The requirements for testing shall include, but not be limited to, the following:

1. The Contractor shall supply all equipment required for conducting the tests.

2. No separate payment will be made for the monitoring, testing, test equipment, and documentation of the test results. These costs shall be incidental to the Gate and IPM Control Shelter item.

3. A testing procedure shall be submitted for each independent component or subsystem.

4. Multiple tests shall be performed as required to demonstrate proper operation of the equipment and system.

5. Light-weight concrete furnished and installed by the Contractor shall be tested for conformity with ACI-318 building code requirements and for meeting minimum compressive strength of 5,000 PSI at 28 days.

6. Steel reinforcing bars furnished and installed by the Contractor shall be tested for conformity with ASTM A-615 grade 60 specifications.

800.13.07 DOCUMENTATION.

The Contractor shall provide three sets of all approved instruction manuals, maintenance manuals, operating manuals, shop drawings, catalog cuts, parts lists, wiring diagrams, schematic diagrams, and configuration settings for all components of the system to MDTA.

800.13.08 WARRANTY.

A one (1) year manufacturer’s and/or Contractor’s warranty covering defective materials, components, and workmanship shall be provided beginning at the time of acceptance of the shelter by MDTA.

The Contractor and/or building manufacturer shall be capable of providing an extended maintenance contract at the MDTA’s expense after all warranties required herein expire.

800.13.09 TRAINING.

The Contractor shall provide training courses to MDTA for the Roadway Gate and IPM Control Shelter. The training shall include how to operate, maintain, and trouble shoot the Shelter’s systems. A training submittal shall be submitted for approval 30 days prior to performing any training. The MDTA must approve the training material in advance of the training. Copies of all approved training materials must be provided by the Contractor to all trainees.

245 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 11 of 12

The Contractor shall provide an operator training class and a separate class for maintenance training. All training materials shall provide detailed step-by-step instructions for trainees. Standard off-the- shelf reference manuals may be used, but tailored step-by-step procedures and exercises must be provided during training to place emphasis on those features that will be utilized by MDTA. Under no circumstances shall generic training be provided. The training must be specific to the MDTA’s configuration. The Contractor shall perform the following training tasks:

1. The Contractor shall conduct two (2), 1-day maintenance and troubleshooting training classes for up to 6 electronics technicians at the Bay Bridge. The 1st training class will be conducted within 1 week of successful acceptance testing of the system. The last training class will be conducted as a make-up or refresher class on an as-needed basis.

a. The training shall cover module replacement, programming, configuration, troubleshooting, testing, and other items as necessary to maintain the Roadway Gate and IPM Control Shelter in operational condition.

b. Training must be provided to the MDTA to allow MDTA personnel to program/enable any programmable capability provided by the system.

c. The Contractor shall supply copies of a maintenance manual complete with catalog cuts of all parts and components utilized within the system, including user manuals, and installation and configuration guides.

d. Detailed procedures providing step-by-step instructions for configuring and maintaining the system shall be provided along with the training materials.

e. Exercises shall be provided for all operations and maintenance functions.

f. The Contractor shall include this information in the training package for each trainee. All information shall be bound in a 3-ring binder with an outside label on the binder cover and spine. In addition to each trainee receiving a copy of this binder, one full copy of the binder shall be left in the Roadway Gate and IPM Control Shelter. This manual is for use by on-call Electronics Technicians and must contain all information necessary to repair/reinstall/reprogram any aspect of the system.

g. In addition to the above, the Contractor shall provide a 1-page laminated instruction set for users of the Roadway Gate and IPM Control Shelter. The Contractor shall provide 5 copies of the laminated material. The instruction set should cover all basic operations and serve as a quick reference guide for shelter users.

246 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 12 of 12

800.13.10 MEASUREMENT AND PAYMENT.

The Gate and IPM Control Shelter item will not be measured but will be paid for at the Contract Lump Sum price for the installed and accepted system. Payment will include furnishing and installing all materials, foundation, apron, labor, testing, test equipment, warranties, submittals, documentation, training, and any other work or incidentals necessary to make the installation complete, operational, and acceptable as specified herein and as shown on the plans. Any requirements of the specifications, special provisions or plans not specifically detailed or mentioned in a pay item shall be considered incidental to the Gate and IPM Control Shelter pay item.

Roadway Gate Control Equipment Racks, IPM Control Equipment Racks, IPM Master Controller Cabinets, and General Network Equipment Racks will be measured and paid for under the pertinent items in the Contract.

247 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 4 CATEGORY 800 TRAFFIC SECTION 800.14 – EQUIPMENT COMMISSIONING, TESTING, AND INTEGRATION SUPPORT 800.14.01 DESCRIPTION.

This work shall include the commissioning and testing of proposed and existing to remain ITS equipment that is constructed or impacted by the project so that it can be integrated into the Bay Bridge Control System. This work also includes support and coordination between the Contractor and MDTA, or their designee, for the integration to be performed by MDTA of all equipment installed or modified by the Contractor. Equipment may include, but not be limited to, DMS, CCTV cameras, lane use signals, traffic signal flashers, illuminated pavement markers, controllers, electrical system components, other Automated Lane Closure System equipment, and all supporting communications/network equipment and communications cabling, as shown on the plans.

This work shall also include furnishing and delivering to MDTA equipment for MDTA’s dedicated use with testing, system software development, and integration.

The Contractor will be required to provide a high level of coordination and high level of assistance with MDTA for the work being performed under this Special Provision which is critical to the successful construction, implementation, and completion of this project. This work will require careful planning and coordination to keep the roadway safe and to comply with the operational requirements of the Contract Documents.

800.14.02 MATERIALS.

Refer to pertinent sections of the Contract Documents for requirements of testing, system software development, and integration equipment.

800.14.03 CONSTRUCTION.

800.14.03.01 Commissioning and Field Acceptance Testing. The Contractor will be responsible for furnishing, installing, configuring, commissioning, and field acceptance testing of all ITS equipment. The Contractor shall develop field acceptance tests which shall demonstrate at a minimum that device signals are present at the control cabinet and that control of the equipment can be performed locally at the control cabinet. These testing procedures shall be submitted to MDTA for approval and performed in the presence of MDTA.

The Contractor must complete all field acceptance testing in order for the equipment to be ready for system integration to be performed by MDTA. The completion of this activity on schedule is imperative to the successful completion of the overall project on schedule.

800.14.03.02 System Integration Testing. MDTA will be responsible for all equipment system integration; however, the contractor will be responsible for device configuration supporting the integration effort and for developing system integration tests. The 248 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 2 of 4 Contractor shall demonstrate that the control cabinet and equipment have communications from the applicable traffic management center network [Authority Operations Center (AOC), CHART, and/or Statewide Operations Center (SOC)] and that the AOC, CHART, and/or SOC can view and control the equipment remotely. The Contractor shall support MDTA to identify and resolve any field wiring issues, device configuration issues, etc. (troubleshooting) as necessary to complete system integration and successfully perform system integration testing. These testing procedures shall be submitted to MDTA for approval and performed in the presence of MDTA.

800.14.03.03 Operational Testing. MDTA will be responsible for developing operational testing plans. The Contractor shall be responsible for supporting all operational testing plans developed by MDTA and shall support MDTA to identify and resolve any field wiring issues, device configuration issues, etc. (troubleshooting) as necessary to successfully perform the operational testing.

800.14.03.04 Performance Testing. After successful completion of operational testing, and after all mainline lanes as well as ramps are open, the system shall be performance tested for proper operation for 60 consecutive days. During the testing period, all Contractor provided, installed, or relocated equipment at the site shall operate without failures of any type.

If any component malfunctions or fails to execute the operational requirements of the Contract Documents during the 60-day test period, the Contractor shall troubleshoot to find the exact cause of the malfunction or failure and make the necessary corrections. If the failed equipment is MDTA furnished, the equipment shall be removed and replaced by the Contractor with replacement equipment from MDTA. Troubleshooting shall occur within 48 hours of notification by the Administration.

After the component malfunction or failure has been corrected to the satisfaction of the MDTA, the Contractor may be required to restart the 60-day test period. In the event of malfunctions or failures in equipment furnished by the MDTA, the 60-day test will be suspended until the MDTA equipment failures are corrected, at which time the test will resume.

800.14.03.05 System Acceptance. The system acceptance date shall be the date that all installation is complete, all systems are functioning, all systems have been tested and approved, and any and all “punch- list” items have been complete. The Contractor is required to request System Acceptance in writing and via certified mail delivery upon completion of all activities indicated above. System Acceptance shall be deemed to occur on the date of the request unless the request is rejected by the MDTA within 30 days.

800.14.03.06 Temporary ITS. The Contractor shall be responsible for coordinating with MDTA to provide the same equipment commissioning, testing and integration support as identified herein for all temporary ITS used throughout the duration of construction.

800.14.03.07 Testing, System Software Development, and Integration Equipment. The Contractor shall furnish and deliver equipment to MDTA for MDTA’s dedicated use with testing, system software development, and integration. Equipment provided for this use shall be new, fully equipped/assembled, tested, and in “ready for use” condition as detailed in the Contract Documents.

249 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 3 of 4 Wiring harnesses, configuration cables, software, application program interfaces (APIs), protocol documentation, and user manuals shall be provided, as applicable.

Working drawings shall be submitted for approval. Following approval, the contractor shall order/fabricate and assemble equipment and coordinate the delivery schedule with the Engineer. Delivery of equipment shall occur within 180 calendar days of NTP. The contractor shall deliver the equipment to a location designated by MDTA. Refer to Section GP-8.09 for liquidated damages associated with failure to deliver testing equipment to MDTA within this timeframe.

The contractor is hereby made aware that MDTA’s testing and system software development effort will require 1 year to complete after delivery of the equipment to MDTA. The Contractor shall account for this duration in their schedule and the sequencing of the installation, commissioning, and testing of equipment so that the fully installed system being constructed in this contract is operationally ready within the time allotted in Section GI-3 Project Time.

The following equipment shall be provided for MDTA’s testing, system software development, and integration efforts at the quantities indicated in the Contract documents:

1. IPM Master Controller Cabinet.

2. ITS Control Cabinet.

3. ITS DMS/ELUS Control Cabinet.

4. Gate and IPM Control Shelter General Equipment Rack.

5. Gate and IPM Control Shelter Gate Control Equipment Rack.

6. Gate and IPM Control Shelter IPM Control Equipment Rack.

7. Horizontal Swing Gates (including Gate Power and Communications Enclosure Cabinets).

8. LED Dynamic Message Sign (20 MM, 64 Rows x 64 Columns, RGB).

9. LED Dynamic Message Sign (20 MM, 96 Rows x 160 Columns, RGB).

10. CCTV Camera Assembly.

11. Illuminated Pavement Marker.

800.14.04 MEASUREMENT AND PAYMENT.

Equipment Commissioning, Testing, and Integration Support will not be measured, but will be paid for at the Contract Lump Sum price bid. This cost shall include all commissioning, testing, and integration support, coordination, development and submittal of testing procedures, testing, troubleshooting, and any support necessary to provide an acceptable and operational system. 250 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 4 of 4 Equipment Commissioning, Testing, and Integration Support Lump Sum Testing, System Software Development, and Integration Equipment provided to MDTA for MDTA’s dedicated use with testing, system software development, and integration will be measured and paid for under the following contract items. The payment will be full compensation for furnishing, fabrication/assembly, delivery of all materials to MDTA, and for all hardware, material, labor, equipment, tools, and incidentals necessary to complete the work.

1. IPM Master Controller Cabinet for MDTA Testing Each

2. ITS Control Cabinet for MDTA Testing Each

3. ITS DMS/ELUS Control Cabinet for MDTA Testing Each

4. Gate and IPM Control Shelter General Equipment Rack for MDTA Testing Each

5. Gate and IPM Control Shelter Gate Control Equipment Rack for MDTA Testing Each

6. Gate and IPM Control Shelter IPM Control Equipment Rack for MDTA Testing Each

7. Horizontal Swing Gate for MDTA Testing Each

8. LED Dynamic Message Sign (20 MM, 64 Rows x 64 Columns, RGB) for MDTA Testing Each

9. LED Dynamic Message Sign (20 MM, 96 Rows x 160 Columns, RGB) for MDTA Testing Each

10. CCTV Camera Assembly for MDTA Testing Each

11. Illuminated Pavement Marker for MDTA Testing Each

251 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 2 CATEGORY 800 TRAFFIC SECTION 800.15 – SIGN STRUCTURE IDENTIFICATION NUMBER LABEL 800.15.01 DESCRIPTION. This work shall consist of furnishing and installing a Structure Identification Number Label on all MDTA owned sign structures (overhead, cantilever, and DMS), toll gantries, signal gantries, and lighting and camera poles (greater than 30 feet tall) within the limits of the project. The Contractor shall contact the MDTA’s Inspection Manager to coordinate identification numbers for each structure that is owned and maintained by the Maryland Transportation Authority as detailed on the plans. Structures not owned and maintained by the Maryland Transportation Authority, as detailed on the plans, will not require labels.

800.15.02 MATERIALS. Structure Identification Number Labels shall be fabricated of retroreflective sheeting material specified for static signs meeting the requirements of Section 950.03.

800.15.03 CONSTRUCTION. The Structure Identification Number Label shall be installed on the traffic side of the right support, typically at 7’-0” from top of roadway to bottom of Label, for all new structures constructed in this contract. If there are traffic control devices, utility connections or other obstructions on the structure, the Label may be placed as low as 4’-0” from top of roadway to bottom of the Label. If the structure spans the full roadway width (both directions of travel), labels shall be installed on the right support along both directions of travel. The sheeting only shall be directly applied to the structure as per the manufacturer’s specifications. The Contractor shall prepare the structure surface as required by the sheeting manufacturer’s specifications.

800.15.04 MEASUREMENT AND PAYMENT. Structure Identification Number Labels will not be measured but the cost will be incidental to the appropriate furnish and install structure items in the contract. The payment will be full compensation for all materials, labor, equipment, tools and incidentals necessary to complete the work.

252 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 2 of 2

Pole

Note: Numbers shown for display purposes Label

only.

Traffic Flow Traffic

253 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 6 CATEGORY 800 TRAFFIC SECTION 800.16 WARRANTY SERVICES 800.16.01 DESCRIPTION

The general objective of the Warranty Services is to provide a three-year manufacturer and installer warranty on all system components. The contractor shall supply all equipment, tools, parts, transportation, time and labor force having the appropriate knowledge, skills, abilities and training to perform the necessary warranty services on the equipment and systems installed in this Contract.

800.16.02 MATERIALS

As necessary to perform Warranty Services as described below.

New or replacement materials required during the warranty period shall meet the original specifications and requirements for such equipment. The Engineer must approve any substitute equipment prior to use. All repairs must return equipment to “like new” condition.

800.16.03 CONSTRUCTION

As described below in Scope, the purpose of this item is to provide warranty services necessary to ensure the operation of the Automated Lane Closure System (System) installed under this contract. The warranty services shall be performed by certified technicians in order to ensure the System is working within the parameters outlined below and in the contract documents.

Scope

The Warranty Services (Services) shall be comprehensive to include all labor, materials, specialized equipment, service and transportation necessary to perform the required Services to repair or replace components that fail in materials, workmanship, installation, normal use, etc., within the specified three-year warranty period except as excluded in the paragraph below. All service calls and diagnoses of warranty services is incidental to this pay item.

Warranty Exclusions – The Contractor shall not be responsible for maintenance or service required as a result of damage due to fire, floods, storm, explosion, burglary, vandalism, war, accident, abuse, labor strikes, acts of God, acts of the public enemy, riots, civil commotion, damage from vehicular strikes or impacts, or any similar cause.

254 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 2 of 6 Warranties

Warranties specified in other Special Provisions shall be in addition to, and run concurrently with, other warranties required by the Contract Documents. Manufacturer(s)' disclaimers and limitations on original equipment manufacturers’ warranties do not relieve Contractor of obligations under requirements of the Contract Documents. The warranty period is defined as:

• Standard Contract Warranty: Three Years from date of System Acceptance for the new System. Manufacturer(s)’ standard form in which manufacturer agrees to repair or replace components that fail in materials or workmanship within the specified three-year warranty period. The Performance Bond shall remain in effect until the end of the three-year warranty period to ensure that contractor completes warranty work.

• Special Warranty: Three years from date of System Acceptance for the new System. Specified form in which manufacturer and installer agree to repair or replace components that fail in materials or workmanship within the specified three-year special warranty period. Warranty shall include repair, parts, labor and manufacturer specified preventive maintenance for the components of the System as described below to ensure not voiding the manufacturer’s warranty. The Performance Bond shall remain in effect until the end of the three-year warranty period to ensure that contractor completes warranty work.

Where other sections of the Contract Documents specify longer warranty periods or more comprehensive maintenance requirements than the terms or requirements specified in this Special Provision, the longer warranty period or more stringent requirements shall apply. Similarly, where other sections of the Contract Documents specify shorter warranty periods or less comprehensive maintenance requirements than the terms and requirements specified in this Special Provision, the terms and requirements specified in this Special Provision shall apply.

Original Equipment Manufacturers’ standard warranties that extend beyond the warranty periods specified herein shall automatically be transferred to the Authority. The Contractor shall inform the manufacturers of this requirement prior to purchase of the equipment, and provide a written agreement of compliance from the manufacturers to the Engineer.

Contractor will continue to warranty all repaired and/or replaced components within the three-year period.

Submittal of Project Warranties

• Time of Submittal: Submit written warranties on request of Project Manager for designated portions of the Work where commencement of warranties other than date of Substantial Completion is indicated, or when delay in submittal of warranties might limit MDTA 's rights under warranty.

255 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 • Organize warranty documents into an orderly sequence based on the table of contents of Project Manual.

o Bind warranties and bonds in heavy-duty, three-ring, vinyl-covered, loose-leaf binders, thickness as necessary to accommodate contents, and sized to receive 8-1/2-by-11-inch paper.

3 of 6

o Provide heavy paper dividers with plastic-covered tabs for each separate warranty. Mark tab to identify the product or installation. Provide a typed description of the product or installation, including the name of the product and the name, address, and telephone number of Installer.

o Identify each binder on the front and spine with the typed or printed title "WARRANTIES," Project name, and name of Contractor.

o Warranty Electronic File: Scan warranties and bonds and assemble complete warranty and bond submittal package into a single indexed electronic PDF file with links enabling navigation to each item. Provide bookmarked table of contents at beginning of document.

o Provide four (4) hard bound and four (4) electronic copies of each warranty to include in operation and maintenance manuals as required by the MDTA.

Manufacturer Specified Preventive Maintenance

The following components of the system shall have preventive maintenance performed by manufacturer trained technicians as per the manufacturer’s requirements as specified below during the term of this contract:

• DMS – refer to manufacturer’s recommendations as specified in the Special Provisions

• Gates – refer to manufacturer’s recommendations as specified in the Special Provisions

• Illuminated Pavement Markers – refer to manufacturer’s recommendations as specified in the Special Provisions

• System Controllers and Cabinets – refer to manufacturer’s recommendations as specified in the Special Provisions

• Gate and IPM Control Shelter – refer to manufacturer’s recommendations as specified in the Special Provisions

• System Power Components – refer to manufacturer’s recommendations as specified in the Special Provisions

Contractor Requirements

Training: 256 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 All field service personnel performing work shall be manufacturer trained service technicians, or have documented 3 years’ experience on the System components as listed below:

• DMS

4 of 6

• Gates

• Illuminated Pavement Markers

• System Controllers and Cabinets

• Gate and IPM Control Shelter

• System Power Components

Qualification of Contractors:

All Contractors must be certified and authorized to maintain and service the equipment listed above so that the manufacturers’ warranties are not voided.

Identification:

All Service personnel must have an identification card, uniform, hat or other visible means of company identification while working at MDTA facilities.

Conduct:

Proper, professional conduct is expected at all times. Conduct standards shall be provided with bid.

Safety Issues:

All Contractor personnel must abide by all OSHA standards and requirements while working in or on MDTA facilities. Contractor must supply their written safety policy, and evidence of on-going training. All Contractor employees are to follow safety standards outlined in their safety policy.

Drug Free:

Contractor must be a drug free Service Provider. Policy shall be provided with Bid.

Completion:

The following actions will be a part of the completion stage for each service event:

• All unused materials and debris must be removed from in, on, and around the MDTA facilities.

257 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 • MDTA will be notified of all equipment and debris, which cannot be removed by Contractor employees.

• The Service representatives will explain the work completed to the MDTA Contract Manager.

5 of 6

• A completed service report will be presented to the MDTA Contract Manager for review and signature.

• Maintenance checkups and repairs shall be supervised and observed by MDTA personnel to supplement training and assure completion of the services.

Hours of Coverage:

Hours of service coverage are to be 24 hours a day, 7 days a week.

Response Time:

The following response times are required:

• First response to be within one (1) hour by phone to determine as much as possible about the service call.

• Minor Failures: (Failures that do not inhibit operation of System). Respond on site within 24 hours.

• Major failures: (Failures, which incapacitate System). Respond on site within 4 hours.

• Failures shall be corrected within 24 hours of responding on site. In the event that failures cannot be corrected within 24 hours, the Contractor shall furnish and install “loaner” equipment to restore system operation until repairs of the failures are complete. The Contractor may be permitted to utilize spare parts from MDTA when available; however, any spare parts used shall be replaced or repaired to like-new condition at no cost to MDTA. The Contractor will be required to demonstrate that replaced or repaired parts are like new.

Acceptance for Maintenance

The final acceptance for maintenance by MDTA of the equipment and systems constructed in this contract shall be predicated on the successful completion of the Warranty Services by the Contractor for the entire duration of the Warranty Period.

Maintenance of Traffic

258 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 During the warranty period, MDTA will provide any required maintenance of traffic. The Contractor may be required to work at night and/or during weekend hours where the MDTA determines that required traffic plans would severely impact traffic.

800.16.04 MEASUREMENT AND PAYMENT.

Payment for the Warranty Services will be made at the Contract unit price per year. Payment will be made at the beginning of the year that the Warranty Services commence.

6 of 6

All payment shall include all materials, labor, equipment, and permits necessary to provide all warranty services as described above to provide a complete, operational and acceptable System as specified in the contract documents and as shown on the plans. All service calls and diagnoses determine whether the repair or service is covered under the warranty is covered under this pay item. Payment shall include all engineering, submittals, testing, guarantee, and warranty required by the specifications and special provisions.

Payment for non-warranty repairs, replacements, service, parts, materials, labor and testing are not covered under this item but will be paid as directed by the MDTA Contract Manager.

259 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 12 CATEGORY 800 TRAFFIC SECTION 800.17 – ROADWAY GATE AND IPM CONTROLLERS

800.17.01 DESCRIPTION. This work shall consist of furnishing and installing general equipment racks and control equipment racks with supporting accessories to control the roadway gates and illuminated pavement markers (IPMs), as specified in the contract documents and as directed by the Engineer.

Equipment racks shall be the following types and shall include the following equipment/components, as specified herein, as shown on the plans, and at the quantity specified herein or shown on the plans:

1. Gate and IPM Control Shelter General Equipment Rack

a. Floor Standing Rack Cabinet and Accessories.

b. Patch Panel.

c. Pre-assembled Fiber Optic Patch Cables.

d. Ethernet Switch and Power Supply.

e. Alarm Server.

f. Uninterruptible Power Supply with Batteries (UPS).

2. Gate and IPM Control Shelter Gate Control Equipment Rack

a. Floor Standing Rack Cabinet and Accessories.

b. LED Status Indicator Panel(s).

c. Roadway Gate Control Backplate Assembly (Gate Commander, Power Supply, Media Converter, Switch, and Pushbuttons).

d. Uninterruptible Power Supply with Batteries (UPS).

e. Patch Panel.

f. Pre-assembled Fiber Optic Patch Cables.

3. Gate and IPM Control Shelter IPM Control Equipment Rack

a. Floor Standing Rack Cabinet and accessories.

b. E3 I/O Module(s) With 32 Discrete Inputs. 260 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 2 of 12

c. E3 I/O Module(s) With 32 Discrete Outputs.

d. E3 I/O Module Power Supply(ies).

e. Feed Through Terminal Block (DIN Rail Mounted).

f. Uninterruptible Power Supply with Batteries (UPS).

800.17.02 REFERENCES. The following sections of the contract documents include details and material requirements of components that are controlled through the roadway gate and IPM controllers, interface with the controllers, are included as a component in the controllers, or apply to the controller’s construction and installation:

1. Section 800.07 – Hardened Ethernet Switch

2. Section 800.09 – Illuminated Pavement Markers (IPMs)

3. Section 800.10 – Horizontal Swing Gates (HSG)

4. Section 800.11 – ITS Control Cabinets

5. Section 800.13 – Gate and IPM Control Shelter

6. Section 800.14 – Equipment Commissioning, Testing, and Integration Support

7. Section 834 – Electrical Identification

800.17.03 MATERIALS.

The Contractor is to furnish, install, commission, and test the following equipment/components specified in this section to provide the types of equipment racks outlined above. All materials shall be new and approved by the Engineer. All equipment shall be the latest revision or product version under production by the equipment supplier. Obsolete, no-longer-supported, or no-longer-produced equipment will not be acceptable.

800.17.03.01 Floor Standing Rack Cabinet.

The Contractor shall furnish, install, commission, and test floor standing rack cabinets with accessories to house the equipment as shown on the plans and as specified herein. The racks shall meet the following requirements, or MDTA approved equal:

1. Floor Standing Rack Cabinet Construction

a. Each floor standing equipment rack shall be BlackBox RM2555A (42U Split Rear Door Cabinet 30”W x 32”D, Temp Glass) or approved equal.

261 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 3 of 12

b. Rack filler panels shall be BlackBox RMTB01 (1 RU), RMTB02 (2 RU), RMTB03 (3 RU), RMTB04 (4 RU), RMTB05 (5 RU) or RMTB06 (6 RU) and shall be black in color, or MDTA approved equal.

c. All equipment racks shall meet and be installed in accordance with ANSI/EIA RS-310 and EIA-310-D, where applicable.

d. All equipment racks shall be fully enclosed. Floor standing units shall have a tempered glass front door and split mesh rear doors. Side panels shall conceal and protect interior electronics. With doors closed, it shall not be physically possible to directly access the equipment inside.

e. The cabinet shall be constructed of 16-gauge structural steel or better. The equipment racks shall be free of sharp edges, burrs, or other defects that may cut wires and cables or create a safety hazard.

f. All equipment racks shall have a finished appearance. Unpainted metal surfaces are not acceptable. All racks shall be black in color.

g. The cabinet shall have a minimum of six (6) knockouts at the top. The floor standing cabinet provides an opening in the bottom for cable feeds.

h. All racked equipment shall have a minimum of one rack unit (RU) separation between all units. Black filler panels, or equivalent, shall be used, as required, to cover all gaps and to provide a finished professional end product.

i. Equipment rack doors shall close tightly and securely. Equipment installed in such a way that prevents the doors from closing completely, opening completely, or otherwise interfering with the operation of the doors shall be unacceptable.

j. Front and back doors shall have locks. The Contractor shall provide two (2) sets of keys for each rack.

k. Upon completion, all installed equipment shall be securely fastened into the equipment rack. Loose equipment, wires, or other appurtenances shall not be accepted.

l. Floor standing equipment racks shall have 36” of clear space in front of and behind each unit.

2. Cable Management

a. All equipment racks shall be equipped with horizontal and vertical cable managers for routing and tying off cables (e.g., video coax, CAT 5 Ethernet, serial, fiber, etc.).

262 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 4 of 12

b. The number of cable managers shall be as required to neatly organize and route the cables depending on the final rack layout.

c. The cable managers shall be BlackBox RM236, RM240, or MDTA approved equal.

d. The cabinet shall have built in rubber grommet protection.

3. Ventilation

a. All equipment racks shall have air intake through the split mesh rear doors and vented top panel or another acceptable air intake.

4. Fan

a. All equipment racks shall be equipped with a fan assembly consisting of six (6) fans at the top of the rack.

b. The fans shall run continuously.

c. The fans shall be a ball bearing, low noise (less than 40 dB) type with minimum capacity of 225 CFM.

d. The fans shall blow exhaust air through the top of the enclosure.

e. Additional fan trays shall be supplied, as required. The cost of these fan trays shall be considered incidental to the cost of the rack.

f. The Contractor shall size the fans based on the equipment selected, the electrical draw, and BTUs generated.

5. Equipment Racks

a. All equipment racks shall have vertical 10/32 mounting rails with nominal 19-inch standard opening suitable for use with standard rack-mounted equipment.

b. Rails shall be made of 14-gauge structural steel and shall meet applicable EIA standards.

c. Equipment Racks shall be listed with UL1863-Standard for Communication Circuit Assembly.

6. Equipment/Accessories

a. Where specified, provide a rack mounted 6-outlet power strip (BlackBox PS186A-R2, PS189A-R2, or MDTA approved equal).

263 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 5 of 12

b. Where specified, provide a rack mounted light (BlackBox RM618, or MDTA approved equal).

c. Where specified, provide a pull-out drawer/shelf (PCW Micro RSF1041K3, or MDTA approved equal).

d. Where specified, provide a telescoping rackmount vented shelf (BlackBox RM047-R2, or MDTA approved equal).

7. Mounting Panel Assemblies (Backplates)

a. All panels shall be fabricated from 0.125-inch sheet aluminum.

b. All panels shall be drilled and tapped, as necessary, for required panel mounted devices, as well as to mount the panels to the required locations on the rack.

c. Standard DIN rails shall be mounted to the panels for DIN rail mounted equipment.

d. All assemblies and panels shall allow air circulation through the top and bottom unless otherwise specified.

800.17.03.02 Roadway Gate LED Status Indicator Panel.

Where specified, the Contractor shall furnish, install, commission, and test a Roadway Gate LED Status Indicator Panel. The Status Indicator Panel shall meet the requirements as specified herein and as shown on the plans:

1. Status Indicator Panel Construction

a. The panel shall be constructed of aluminum, be hinged for access behind the panel, be professionally painted black in color and mounted within the equipment rack.

b. The panel shall be clearly labeled with engraved or silkscreened markings that define the meanings of the various indications.

c. The power input shall be 12 VDC or 24 VDC.

d. All equipment shall be UL listed.

e. The contractor shall furnish and install all necessary power supplies and relays as required to provide control via the various controllers being employed.

f. All Status Indicator Panels shall be constructed identical. LEDs, labels, terminals, and wiring shall be provided for 3 gate groups per commander, even if all 3 gate groups are not in use by the commander, to allow for future expansion.

264 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 6 of 12

g. A terminal block shall be provided on the back side of the panel for connecting all wiring between other controllers and the panel.

h. The panel shall include any necessary relays to convert currents/voltages to interface with the required controllers or provide blinking indications.

2. Status Indicator Panel LEDs

a. Each LED shall be a large 5mm designed for panel mounting, sealed against moisture and dust, with lead-in wires, and rated for a minimum of 100,000 hours of use.

3. Status Indicator Panel Indications

a. A panel shall be provided for each gate commander. The panels shall be organized to provide the status by gate group (up to 3 groups per commander). A gate error status (failure to deploy or retract) shall be provided.

i. Group 1 Deployed

ii. Group 1 Retracted

iii. Group 2 Deployed

iv. Group 2 Retracted

v. Group 3 Deployed

vi. Group 3 Retracted

vii. Gate Error

b. Red LEDs shall be used to indicate a gate group is deployed. The light shall be in the on state when the gate is deployed and in the off state when the gate is retracted.

c. Green LEDs shall be used to indicate a gate group is retracted. The light shall be in the on state when the gate is retracted and in the off state when the gate is deployed.

d. Red LEDs shall be used to indicate a gate error. The light shall be in the blinking on state when the commander is reporting an error and off state when the commander is not reporting an error.

4. Status Indicator Panel Control

a. Each status indicator panel shall be connected to a single horizontal swing gate commander.

265 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 7 of 12

b. The digital outputs on the horizontal swing gate commander shall be used to activate the status indicator LEDs.

c. See Section 800.10 – Horizontal Swing Gate for the gate commander details.

800.17.03.03 I/O Modules with Power Supplies and Terminal Block.

Where specified, the Contractor shall furnish, install, commission, and test a I/O module with power supply and terminal block that shall meet the requirements as specified herein and as shown on the plans:

1. I/O Module with Discrete Inputs

a. Redlion E3-32DI24-1 or MDTA approved equal.

2. I/O Module with Discrete Outputs

a. Redlion E3-32DO24-1 or MDTA approved equal.

3. I/O Module Power Supply

a. Redlion PSDR030W 30 watt 24V power supply or MDTA approved equal.

4. I/O Module Rating / Equipment Requirements

a. Rated for use in harsh industrial environments with minimum operating temperature range of -40 ºF to +167 ºF and operating humidity of 10% to 95%.

b. Power input voltage shall be 10-30 VDC (12-24 Nominal) with a maximum steady input current of 355 mA @ 24 VDC.

c. The discrete input voltage range shall be 10-30 VDC.

d. The discrete output voltage range shall be 10-30 VDC.

5. I/O Module Power Supply Rating / Equipment Requirements

a. The unit shall be rated for indoor use with minimum operating range of 14 ºF to +140 ºF.

b. The AC input voltage shall be 100-240 VAC. The DC input voltage shall be 110 to 300 VDC.

c. The output voltage shall be 24-28 VDC.

d. The output power shall be 30W (1.3A @ 24 VDC, 1.1 A @ 28 VDC).

266 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 8 of 12

6. I/O Module Interface

a. Two (2) 10/100 Base-T(X) RJ45 Ethernet ports

b. One (1) RS-485 screw block (485+,485-, GND; 2-wire half duplex, non-isolated) serial port.

c. Compatible with TCP/IP, ARP, UDP, ICMP, DHCP, HTTP, MODBUS TCP, MODBUS UPD (slave or master), SIXNET TCP, SIXNET UDP (slave or master) protocols.

7. A DIN rail mounted feed through terminal block or relay terminal block shall be provided to organize and connect wiring between the I/O module and other controllers and to convert currents/voltages as necessary to interface with the controllers.

a. Provide Phoenix Contact or MDTA approved equal terminals and relays.

8. The I/O module, power supply, and terminal block shall be DIN rail mounted on an aluminum mounting panel assembly.

800.17.03.04 Ethernet Switch and Power Supply.

Where specified, roadway gate and IPM controller racks shall include an Ethernet Switch and Power Supply as detailed in the Contract Documents.

Refer to Section 800.07 – Hardened Ethernet Switch.

800.17.03.05 Roadway Gate Commander Unit Backplate Assemblies.

Where specified, roadway gate and IPM controller racks shall include Roadway Gate Commander Unit Backplate Assemblies as detailed in the Contract Documents.

Refer to Section 800.10 – Horizontal Swing Gate.

800.17.03.06 Alarm Server.

Where specified, roadway gate and IPM controller racks shall include an Alarm Server as detailed in the Contract Documents.

Refer to Section 800.13 – Gate and IPM Control Shelter.

800.17.03.07 Uninterruptible Power Supply (UPS).

Where specified, roadway gate and IPM controller racks shall include an UPS as detailed in the Contract Documents.

267 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 9 of 12

800.17.03.08 Patch Panels.

Where specified, roadway gate and IPM controller racks shall include patch panels as detailed in the Contract Documents.

Refer to Section 800.11.02.02 – Patch Panels of the ITS Control Cabinets Special Provision.

800.17.03.09 Pre-Assembled Fiber Optic Patch Cables.

Where specified, roadway gate and IPM controller racks shall include pre-assembled fiber optic patch cables as detailed in the Contract Documents. Patch cable lengths shall be as required to achieve the necessary connections.

Refer to Section 800.11.02.03 – Pre-assembled Fiber Optic Patch Cables of the ITS Control Cabinets Special Provision.

800.17.04 CONSTRUCTION.

800.17.04.01 Submittals.

Submittals for Roadway Gate and IPM Controllers shall be made following Section TC-4.01 to MDTA for approval prior to ordering any of the cabinets or equipment. The submittals shall follow the requirements of Section 800.11.03.01 – Submittals of the ITS Control Cabinet Special Provision.

800.17.04.02 General Construction.

1. The following elements shall meet the ITS Control Cabinet Special Provision, as applicable:

a. General Construction – Refer to Section 800.11.03.02.

b. Mounting Panel Assemblies – Refer to Section 800.11.03.04.

c. Wiring – Refer to Section 800.11.03.05.

d. Installation – Refer to Section 800.11.03.08.

e. Pre-Assembled Fiber Optic Patch Cables – Refer to Section 800.11.03.11.

2. Install all equipment following the manufacturer’s recommendations.

3. Install the control racks at their intended location as shown on the plans.

4. Provide all necessary electrical and communications cabling and terminations to facilitate connections between equipment and controllers located within each rack, between different control racks, and between other equipment with the roadway gate and IPM control shelter.

268 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 10 of 12

800.17.04 TESTING.

Refer to Section 800.14 – Equipment Commissioning, Testing, and Integration Support.

The Contractor shall conduct field tests to verify compliance with the Contract Documents, plans, and all requirements. All equipment furnished by the Contractor shall be subject to testing to determine conformance with all applicable requirements and to ensure proper operation of the equipment and system. The requirements for testing shall include, but not be limited to, the following:

1. The Contractor shall supply all equipment required for conducting the tests.

2. No separate payment will be made for the monitoring, testing, test equipment, and documentation of the test results. These costs shall be incidental to the Gate and IPM Control Shelter item.

3. A testing procedure shall be submitted for each independent component or subsystem.

4. Multiple tests shall be performed as required to demonstrate proper operation of the equipment and system.

800.17.05 WARRANTY.

A one (1) year manufacturer’s and/or Contractor’s warranty covering defective materials, components, and workmanship shall be provided beginning at the time of acceptance of the shelter by MDTA.

The Contractor and/or building manufacturer shall be capable of providing an extended maintenance contract at the MDTA’s expense after all warranties required herein expire.

800.17.06 TRAINING.

The Contractor shall provide training courses to MDTA for the Roadway Gate and IPM Controllers. The training shall include how to operate, maintain, and trouble shoot the system. A training submittal shall be submitted for approval 30 days prior to performing any training. The MDTA must approve the training material in advance of the training. Copies of all approved training materials must be provided by the Contractor to all trainees. The Contractor shall provide an operator training class and a separate class for maintenance training. All training materials shall provide detailed step-by-step instructions for trainees. Standard off-the-shelf reference manuals may be used, but tailored step-by- step procedures and exercises must be provided during training to place emphasis on those features that will be utilized by MDTA. Under no circumstances shall generic training be provided. The training must be specific to the MDTA’s configuration.

The Contractor shall perform the following training tasks:

269 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 11 of 12

1. The Contractor shall conduct two (2), 1-day maintenance and troubleshooting training classes for up to 6 electronics technicians at the Bay Bridge. The 1st training class will be conducted within 1 week of successful acceptance testing of the system. The last training class will be conducted as a make-up or refresher class on an as-needed basis.

a. The training shall cover module replacement, programming, configuration, troubleshooting, testing, and other items as necessary to maintain the roadway gate and IPM system in operational condition.

b. Training must be provided to the MDTA to allow MDTA personnel to program/enable any programmable capability provided by the system.

c. The Contractor shall supply copies of a maintenance manual complete with catalog cuts of all parts and components utilized within the system, including user manuals, and installation and configuration guides.

d. Detailed procedures providing step-by-step instructions for configuring and maintaining the system shall be provided along with the training materials.

e. Exercises shall be provided for all operations and maintenance functions.

f. The Contractor shall include this information in the training package for each trainee. All information shall be bound in a 3-ring binder with an outside label on the binder cover and spine. In addition to each trainee receiving a copy of this binder, one full copy of the binder shall be left in the Roadway Gate and IPM Control Shelter. This manual is for use by on-call Electronics Technicians and must contain all information necessary to repair/reinstall/reprogram any aspect of the system.

g. In addition to the above, the Contractor shall provide a 1-page laminated instruction set for users of the roadway gate and IPM system. The Contractor shall provide 5 copies of the laminated material. The instruction set should cover all basic operations and serve as a quick reference guide for system users.

800.17.07 DOCUMENTATION.

The Contractor shall provide three sets of all approved instruction manuals, maintenance manuals, operating manuals, shop drawings, catalog cuts, parts lists, wiring diagrams, schematic diagrams, and configuration settings for all components of the system to MDTA.

800.17.08 MEASUREMENT AND PAYMENT.

All pay items shall include all materials, labor, and equipment necessary to furnish and install a complete, operational, and acceptable system as specified herein and as shown on the plans.

270 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 12 of 12

Payment of items shall include all testing, guarantees, and warranties required by the specifications and special provisions. Any requirements of the specifications, special provisions or plans not specifically detailed or mentioned in a payment item shall be considered incidental to the pay items below. The Contractor’s quality assurance and quality control responsibilities shall be incidental to the pay items below.

Roadway Gate and IPM Controllers will be measured and paid for at the Contract price per Each for the type of controller rack specified. Payment will include full compensation for all materials, floor standing rack cabinets and equipment/accessories, roadway gate control backplate assemblies, I/O modules and power supplies, aluminum mounting panels, status indicator panels, patch panels, pre- assembled fiber optic patch cables, terminal blocks, relays, wiring, all other equipment specified herein and shown on the plans, and for all materials and labor as may be needed to furnish, install, test, document, train, and perform warranty and any other work necessary to make the installation complete, operational, and acceptable.

GATE AND IPM CONTROL SHELTER GENERAL EQUIPMENT RACK Each

GATE AND IPM CONTROL SHELTER GATE CONTROL EQUIPMENT RACK Each

GATE AND IPM CONTROL SHELTER IPM CONTROL EQUIPMENT RACK Each

800.17.08.01 Ethernet Switch and Power Supply.

Ethernet switches and power supply will be measured and paid for under the pertinent Hardened Ethernet Switch item in the Contract.

800.17.08.02 Alarm Servers.

Alarm Servers will be measured and paid for under the pertinent Gate and IPM Control Shelter item in the Contract.

800.17.08.03 Uninterruptible Power Supply (UPS).

Uninterruptible Power Supplies will be measured and paid for under the pertinent Uninterruptible Power Supply item in the Contract.

271 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 2 CATEGORY 800 TRAFFIC SECTION 800.18 – CONSTRUCTION STAKEOUT, COORDINATION AND APPROVAL 800.18.01 DESCRIPTION. This work shall consist of staking out proposed equipment locations and coordination with Miss Utility and other Contractors performing work in the project limits as part of the working drawings approval process.

This work shall also consist of coordinating this Contract’s work among different trades and other Contractors performing work in the area to avoid construction conflicts, and maintaining as-built drawings.

800.18.02 MATERIALS. Not Applicable

800.18.03 CONSTRUCTION.

800.18.03.01 This work shall apply to the following equipment: gantries, gantry foundations, gates and foundations, concrete barriers, gate and IPM control shelter and site features, cabinets and cabinet foundations, electrical equipment foundations and pads, vaults, manholes, handholes, and any other equipment as directed by the engineer.

800.18.03.02 The following procedure shall be performed prior to submission of any working drawings for the equipment. No equipment or materials shall be ordered, fabricated, delivered, or installed without shop drawing approval following this procedure.

1. Contractor shall notify Miss Utility at 1-800-257-7777 (MD Western Shore) or 1-800-441-8355 (MD Eastern Shore). See Section 831 for process of contacting Miss Utility.

2. Upon receipt of a cleared Miss Utility ticket, contractor shall stakeout the locations of the proposed equipment noted above, including any other equipment (conduit, handholes, manholes, existing equipment to remain, etc.) within 5 feet of the proposed equipment. The stake out shall include centerlines and/or all edges of the proposed equipment or features as directed by the engineer.

3. Contractor shall coordinate with other contracts that are performing work in the vicinity of the proposed equipment and stakeout equipment/features from those contracts, as applicable.

4. Contractor shall perform a test pit for all proposed foundations for the noted equipment above.

5. Contractor shall coordinate with the engineer for review and approval of all stakeouts.

6. Contractor shall provide a copy of the cleared Miss Utility ticket, test pit information, and working drawing of staked out location with engineer’s approval in the working drawing submission.

Working drawings shall be submitted in accordance with Section TC-4.01.

272 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 2 of 2

800.18.03.03 The Contractor shall coordinate this work with the work of other trades and Contractors to avoid conflicts. Electrical cables and equipment damaged by the execution of work of other trades shall be completely removed and replaced with new.

800.18.03.04 The Contractor shall keep an up-to-date set of as-built red lined drawings on the job site. Submit as-built drawings upon completion of the work. In addition to other changes, the Contractor shall note the exact location of trenches, bores, and other underground work at 100-foot intervals on the as-built drawings by station and offset from the roadway. The Contractor shall show only the work that is part of the final project on as-built drawings. At all times during the project the as-built drawings shall show all work that has been complete for more than 7 days. As-built drawings may be inspected or copied at any time by MDTA project managers.

800.18.04 MEASUREMENT AND PAYMENT.

This work will not be measured or paid separately, but shall be considered incidental to the Contract unit prices for each pertinent item furnished and installed. This cost shall include all coordination, stakeout, as-built drawings, and for all hardware, material, labor, equipment, tools, and incidentals necessary to complete the work.

Test Pitting will be measured and paid for under Test Pit Excavation item.

273 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 1

CATEGORY 800 TRAFFIC

SECTION 800.19 – BAND SIGN TO SIGN SUPPORT

800.19.01 DESCRIPTION. Band signs to signal, lighting or sign structures as specified in the contract documents or as directed by the Engineer

800.19.02 MATERIALS.

Universal Channel Clamp Type 304 16 Gauge Stainless Steel Medium Channel 6061 – T6 Aluminum Alloy Banding (0.75 inch by 0.03 inch thick) Type 201 Stainless Steel Blind Rivet 5154A Aluminum Alloy & Stainless Steel Mandrel

800.19.03 CONSTRUCTION. Attach universal channel clamp to signal, lighting or sign structure using stainless steel bands. Attach sign to channel with blind rivets every 6 inches on center. Attach universal channel clamp to medium channel. Refer to Standard MD 813.08 for details.

Install sign with minimum undersign clearance of 7 feet to top of road grade.

800.19.04 MEASUREMENT AND PAYMENT. Band Sign To Support will be measured and paid for at the contract price per each sign panel banded to lighting, signal or sign structure. The payment will be full compensation for stainless steel bands, clamps, rivets and for all materials, labor, equipment, tools, and incidentals necessary to complete the work.

274 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 2 CATEGORY 800 TRAFFIC

SECTION 800.20 – TEMPORARY ITS 800.20.01 DESCRIPTION. This work shall consist of maintaining the existing ITS impacted by construction and the proposed ITS constructed in stages in operation during construction, as shown on the plans and as directed by the Engineer. Only the ITS equipment intended to be removed, as part of the final ITS plan, shall become permanently non-operational.

800.20.02 MATERIALS. All materials provided for temporary ITS shall meet the material requirements of permanent equipment described in the Contract Documents.

800.20.03 CONSTRUCTION. The Contractor shall maintain all ITS systems affected by construction in operation at all times, including ITS systems outside of the limits of work with power or communication feeds within the limits of work, except as indicated in the Contract Documents, or as directed by the Engineer. Only the ITS equipment removed as part of the final ITS plan, shall become permanently non-operational.

The Contractor shall arrange a meeting at least 14 days prior to the beginning of construction with the Project Engineer and MDTA personnel to mutually agree to the turnover of the maintenance of ITS systems to the Contractor. At the meeting, the status of the existing ITS systems will be discussed and documented.

ITS systems shall continue to operate as current conditions allow unless approved otherwise, in writing, by the Engineer. Upon notification of a malfunction or damage to an ITS system by the Engineer, the Contractor shall have 48 hours to correct the malfunction or repair the damage. Failure to correct or repair an ITS system shall result in a deduction assessed on the next progress estimate not to exceed $500.00 per calendar day until the malfunction or damage is corrected and operation restored to the satisfaction of the Engineer.

If a temporary power or communication feed is required, the feed location and source shall be approved by the Engineer and the Utility Company providing the feed. All temporary power and communication feed equipment shall conform to NEC, NESC, the Contract Documents and the policies of MDTA.

The power or communications feeds, either existing or new, which are to be impacted by construction activities, shall have replacement feeds in operation before the existing feeds are disconnected. If the Contractor is unable to install the ultimate feeds and maintain them in working order, temporary by- passes shall be provided. All temporary wiring shall conform to NEC, IES, and the policies of the Authority. All temporary wiring shall be protected from traffic and from construction activities.

The Contractor may install a temporary ITS system or system components with written approval by the Engineer. The Temporary ITS system or system component may include relocation of existing ITS equipment, installation of final ITS equipment at temporary locations or on temporary supports,

275 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 2 of 2 or temporary power and communication feed locations to energize and communicate with temporary or permanent systems.

The Contractor shall install temporary ITS systems or system components as noted on the plans, or provide a temporary plan and design that addresses the system(s) operational needs, subject to approval by the Engineer. The Contractor shall verify the viability and availability of all equipment locations and power and communications feeds as they relate to construction activities and conditions through each stage of construction. Equipment locations shall be adjusted and temporary power and communications feeds shall be provided if determined necessary. The Contractor shall maintain the temporary ITS systems or system components throughout construction.

The Contractor shall also be required to coordinate and schedule all temporary ITS work, switchovers and integration efforts with MDTA.

At the conclusion of construction, all temporary equipment shall be removed and all temporary cables shall be disconnected and made safe. Any holes shall be backfilled and seeded to the satisfaction of the Engineer. Temporary underground cables may be abandoned, but shall be disconnected from the power supply system, and isolated so that there is no possibility of their becoming re-energized.

800.20.04 MEASUREMENT AND PAYMENT. Temporary ITS will not be measured, but will be paid for at the contract lump sum price. The payment shall be full compensation for all temporary ITS systems or system components; utilizing existing, new or relocated structures; installation and removal of temporary foundations; underground and overhead conduits and wiring; supporting structures for overhead wiring; removing or abandoning and making safe temporary wiring and supports; temporary power and communications feeds and associated costs; feed equipment; coordination with MDTA and utility companies; all layout work for temporary wiring, wood poles, conduits, fittings, electrical cables, fiber optic cables, manholes, junction boxes, connector kits, cable connections, excavation, electrical splice kits, fiber optic splice kits, ground rods, and ground wire; removal of Temporary ITS; and all equipment, labor, tools, and incidentals necessary to complete the work.

Payment for proposed ITS equipment which is used on a temporary basis but remains in the ultimate condition will be made under other items in the contract. All other ITS equipment that is installed on a temporary basis shall be paid for under this item.

276 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 5

CATEGORY 800 TRAFFIC SECTION 800.21 – LICENSE PLATE READER CAMERAS

800.21.01 DESCRIPTION. This work consists of relocating existing license plate reader (LPR) cameras and associated equipment and performing calibration and testing in accordance with these specifications and as shown on the plans or as directed by the Engineer.

800.12.02 QUALIFICATIONS. The Contractor (or Subcontractor) performing the work shall have at least three (3) years of experience and at least 5 projects performing LPR or other exterior camera installation work similar to the work items listed in this specification as well as general experience with electrical, civil, and fiber installation necessary to complete the work items. Experience of individual personnel in the company shall not count towards meeting the required minimum number of years of experience or minimum number of projects for the company.

This Contract requires that each person serving as Foreman shall have a minimum of three (3) years of LPR or camera installation experience.

The Contractor performing the calibration and testing work described herein shall also be ELSAG certified.

Pertinent work experience of the Contractor as a firm, the Contractor’s personnel, and ELSAG certification shall be provided to MDTA as a submittal prior to performing any work on the LPRs or systems that affect the LPRs.

800.21.03 MATERIALS.

All materials shall be new and approved by the engineer. All equipment shall be the latest revision or product version under production by the equipment supplier. Obsolete, no-longer-supported, or no- longer-produced equipment will not be acceptable.

All materials shall meet the requirements as specified in the standard specifications, as specified in the contract documents, and as set forth in these Special Provisions.

The materials shall include but not be limited to:

1. Galvanized gusseted Pelco drop tube, 1.5” diameter, with 2 camera horizontal mount, grommeted cable entry-way, and threaded conduit connection. Contractor determined length.

2. Pelco Astro-Bracket Assemblies for attaching drop tube to gantry, 2 per tube.

3. Pelco camera mounting hardware with T-Mount Part #SE-0458.

277 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 2 of 5 4. Stainless steel banding.

5. 1” and 2” PVC Coated Rigid Galvanized Steel (RGS) Conduit and Liquid-tight Flexible Metal Conduit (LMFC).

6. NEMA 4X Conduit Bodies and/or Junction Boxes and Fittings.

7. Outdoor rated CAT-6E cable.

8. Miscellaneous fasteners and hardware.

800.21.04 CONSTRUCTION.

800.21.04.01 Submittals.

Catalog Cuts and/or Working Drawings of all materials shall be provided in accordance with Section TC-4.01.

800.21.04.02 Relocate Existing License Plate Reader Cameras.

The following work shall be performed by the Contractor, as directed by the MDTA:

1. The Contractor personnel will conduct this installation upon MDTA approval and include the materials and labor detailed in the following subsections. Installation shall be as described in this specification or in the applicable Special Provisions section for the material or equipment being installed.

2. Coordinate with MDTA DoIT, WPL Electricians, MDTA Inspectors, MDTA Structural Engineers, MDTA Police, and consultants, as required.

3. The Contractor shall coordinate all power, communications, and cabinet modifications with MDTA. It is imperative that the Contractor coordinate all work with MDTA and follow established protocols when entering, modifying or altering any equipment in the gantry controller cabinets. These cabinets are deemed critical equipment. Refer to the WPL LUS Modification Procedure (in appendices) that must be followed for this project.

4. Disconnect cables from existing LPR cameras and pull-back to existing LPR cabinet.

5. Disconnect existing power and communication cables between existing gantry cabinet and LPR cabinet and remove.

6. Inspect and clean mounting points for camera brackets and conduits on proposed gantry.

278 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 3 of 5 7. Remove LPR cameras from existing brackets and relocate to the proposed gantry. Due to the differences in the existing gantry structure, furnish and install new Pelco LPR camera support tubes/brackets. Remove existing brackets. Protect cables throughout all work as they are to be reused.

8. Install the relocated cameras on new mounting tubes/brackets on the gantry centered over the three (3) westbound lanes.

9. The Contractor shall ensure that each camera, or any other component mounted above the roadway, when installed, does not extend below the bottom of the lowest DMS on the gantry and that a 17’-9” minimum vertical clearance is maintained from the high point of the roadway.

10. Relocate the existing LPR cabinet to the proposed gantry and mount on the support tower. Provide new bandings and brackets as required to relocate the cabinet. Utilize conduit couplings on the sign structure tower for the main power and communications feed to the cabinet.

11. Install 1" and 2" PVC Coated RGS conduit and LMFC as required for NEC conduit fill from the relocated LPR cabinet to the relocated cameras. The conduit shall be installed/supported with stainless steel bandings spaced every 5’ and within 1 foot of each enclosure or termination. Install NEMA 4X conduit bodies and/or junction boxes at each transition or LPR camera location to route conduit with cables to the camera bracket. Utilize the existing conduit entrances in the LPR cabinet without drilling new holes.

12. Re-feed the existing camera cables to the relocated LPR cameras and re-connect.

13. Install new outdoor rated CAT-6E cable between relocated LPR cabinet and proposed gantry controller cabinet. Connect cable to existing network equipment in each cabinet.

14. All CAT-6E cable shall be factory connectorized with RJ-45 connectors. Field installed connectors, and/or field splicing of CAT-6E cable, shall be avoided. If this is required, the Contractor shall be required to perform a CAT-6E compliance test using a certified CAT-6E cable tester, with results submitted to MDTA for approval.

15. Reconnect power to relocated cabinet using new circuit provided from the proposed step-down transformer and disconnect assembly adjacent to proposed N-25.

16. Protect all equipment and cabling while performing work or storing in the midst of performing work. Any damage to the existing equipment or cabling that is to remain or be re-used as a result of the Contractor’s operations shall be repaired by the Contractor at the Contractor’s expense. Repairs shall be to the satisfaction of the engineer and at no cost to the authority.

17. Ensure all nuts are tight and locked using Loctite (or equivalent) and securely tighten all mounting bracket hardware.

279 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 4 of 5 18. Ensure conduit openings that penetrate cabinets, buildings, and structures are properly sealed using steel wool/duct putty to keep out rodents, water, and moisture.

19. Tighten and seal cable/conduit cable/LPR cabinet joints.

20. Ensure all electrical work complies with NEC.

21. Address any punch list items resulting from MDTA inspections.

22. Label all Ethernet and video (if used) cables clearly so the camera lane designation is understood by a Technician working in the cabinet.

23. Label all power cables clearly so the power feed/supply location and the load side (camera) location is clear to the Technician working in the cabinet.

800.21.04.03 License Plate Reader Testing and Calibration

MDTA will perform, or cause to be performed, additional testing and calibration work. This work shall be performed by an ELSAG certified Contractor. This testing and calibration work shall include the following:

1. Submit written, detailed, step-by-step, LPR test procedures for approval by the MDTA prior to commencement of testing.

2. Verify LPR cabinet connectivity.

3. Power up camera, verify that the camera is receiving power.

4. Connect temporary laptop to LPR cabinet to perform any necessary integration tests (e.g., ping tests) as required.

5. Test fiber/network connectivity from the LPR sites to the central LPR server, and from the central LPR server to the client-side monitoring location. Coordinate with MDTA DOIT and MDOT DOIT to resolve any fiber/routing issues.

6. Test the cameras to ensure they communicate directly with the central LPR application server.

7. Verify that all cameras are communicating with the LPR application server, that LPR data can be received and processed by the LPR application server, and that reads and alarm processing functions properly at the client-side monitoring locations.

8. Verify firmware, protocol accuracy, and camera sequences.

9. Test/demonstrate Camera interface using browser – view live image via console.

10. Measure and set up license plate target stands at target locations for each lane. 280 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 5 of 5 11. Aim, focus, and calibrate cameras, as required.

12. Verify that the images are being stored on and accessible from the central LPR application server using client-side monitoring software.

13. Retest aim after tightening.

14. Provide two (2) days of on-site support to conduct official site acceptance testing and, should retest be necessary, additional on-site support until testing is successful.

15. Provide final test report documenting results.

16. Support 30-day operational test and make any necessary adjustments to address missed reads, false alarms, communications errors, system malfunctions, etc.

17. MDTA shall grant site acceptance upon completion of the operational test, acceptance of the final test report, and successful resolution of any punch list items that have significant impact on the performance, function, or reliability of the system for this site.

800.21.06 MEASUREMENT AND PAYMENT.

Relocate Existing License Plate Reader Cameras will not be measured, but will be paid for at the contract Lump Sum price bid. The payment will be full compensation for relocating the existing LPR cameras and associated equipment, and for all material, labor, equipment, tools, and incidentals necessary to complete the work.

License Plate Reader Testing and Calibration will be performed, or caused to be performed, by MDTA and is not included in the Relocate Existing License Plate Reader Cameras item.

Payment for PVC Coated Rigid Galvanized Steel Conduit and Liquid-tight Flexible Metal Conduit will be made under the pertinent items in the contract.

281 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 1

CATEGORY 800 TRAFFIC SECTION 801 – CONCRETE FOUNDATIONS

801.01 DESCRIPTION.

DELETE: 801.01 in its entirety.

INSERT: Construct concrete foundations for installing traffic signals, camera poles, maintenance platforms and concrete pads, ITS cabinet foundations, ITS structures, highway lighting and signs.

801.04 MEASUREMENT AND PAYMENT

CHANGE: The first sentence from “…for installing traffic signals, highway lighting and signs …” to “…for installing traffic signals, camera poles, maintenance platforms and concrete pads, ITS cabinet foundations, ITS structures, highway lighting, and signs…”.

282 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 1

CATEGORY 800 TRAFFIC SECTION 803 – OVERHEAD SIGN STRUCTURES

803.01 DESCRIPTION.

DELETE: 803.01 DESCRIPTION in its entirety.

INSERT: The following.

803.01 DESCRIPTION. This work shall consist of furnishing and installing overhead, cantilever, pedestal, and butterfly sign structures or overhead gantries and other appurtenances as specified in the Contract Documents or as directed by the Engineer. Sign panels, electrical work, luminaries, and foundations are excluded.

803.03 CONSTRUCTION.

INSERT: The following at the end of the section.

Install noncorrosive stainless-steel mesh flexible cable support grips at the top of each sign structure tower (all tower poles on each structure). Provide the number of cable grips necessary to support the number of cables installed in a sign structure tower, with the minimum quantity being two cable grips.

DELETE: 803.04 MEASUREMENT AND PAYMENT in its entirety.

INSERT: The following.

803.04 MEASUREMENT AND PAYMENT. Overhead sign structures and overhead gantries will be measured and paid for at the Contract unit price per each. The payment will be full compensation for all stakeouts, fabrication, delivery and installation of sign structures and gantries, sign/luminaire supports, nuts, washers, and bolts, and for all material, labor, equipment, tools, and incidentals necessary to complete the work.

283 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 5

CATEGORY 800 TRAFFIC SECTION 805 - ELECTRICAL CONDUITS AND FITTINGS

805.02 MATERIALS

ADD: The following:

805.02.01 Wall Penetration Filler, shall be a trowel grade epoxy that is moisture insensitive and a non-sag epoxy adhesive. It shall bond to damp or dry surfaces. It shall be dispensed from a cartridge dispenser to facilitate filling of narrow holes and slots. It shall be resistant to gasoline, oil, sewage, and water. It shall meet or exceed ASTM C 881-99, Types 1, II, and V, Grade 3, Class “B” and “C”. Coefficient of shrinkage shall be 0.005 on cure ASTM D 2566. Bond strength shall be 2,500 psi min after 7 days (ASTM C 882-99). Use Fox Industries type FX-763 or approved equal.

805.02.02 Cold Galvanizing Compound, shall be an organic Zinc-Rich coating containing 95% metallic zinc, by weight in the fried film. It shall conform to Federal Specification DOD-P-21035A and MIL-P-26915A USAF Specification for Zinc-Rich Paints.

805.02.03 Wall Penetration Sealant, shall be a 2 part poly sulphide chemically cured elastomer. It shall provide a flexible and watertight seal between concrete, masonry, metals, glass, and wood. The sealant shall be resistant to temperature extremes, seasonal weather, sunlight, moisture, and chemicals. Sealant shall meet ASTM C-920-95. Use Fox Industries FX570 or approved equal.

805.03 CONSTRUCTION

DELETE 805.03.02 Connections and replace with:

805.03.02 Connections. Make conduit runs with as few couplings as standard length will permit. Rigid steel conduit connections shall be threaded. Paint field cut thread of galvanized conduit with an approved Cold Galvanizing Compound. Field cut threads are those threads that are cut in conduit, elbows or nipples anywhere other than the factory where the product is listed. Connect non-metallic conduit using a solvent welding process. Use watertight cast ferrous compression type fittings for electrical metallic tubing (EMT). No running (all thread) threads shall be used on rigid conduit.

ADD the following after 805.03.06

(a) Exposed conduit attached to concrete and exposed conduit within roadway and pedestrian tunnels attached to concrete or tile walls or surfaces, shall be attached with a pipe spacer or clampback spacer such that the conduit is offset from the surface by at least 1/8”. The spacer shall be of the same material as the conduit clamp and manufactured for this purpose (i.e.: using washers or field fabricated shims is not acceptable). If the conduit is PVC coated RGS the spacer and clamp shall be PVC coated also.

ADD: The following after paragraph 805.03.10: 284 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 2 of 5 805.03.11 Guardrail. Where guardrail is to be placed, reset, removed, or otherwise worked in any manner that tends to disturb the earth, place conduits and wiring only after such work is complete so as to avoid damage to the electrical work.

805.03.12 Buried Conduit. Fiber optic conduits shall have a Minimum cover of 24” and a maximum cover of 48 inches in all trenches. Fiber optic conduits shall be placed so that a distance of three (3) inches or more exists between the outside of the conduit and virgin undisturbed earth.

805.03.13 Pull Cord. Pull cord shall be placed in all new conduit runs, and in any conduit which the contractor pulls cables, for future use.

805.03.14 Cable Tray. A conduit run in between a cable tray shall end between 3 and 6 inches from the cable tray. Ends of conduit shall have compression fittings and grommets.

805.03.15 Conduit Type. All outdoor conduits underground, except as stated elsewhere in the contract, shall be PVC schedule 80 or HDPE SDR11. All outdoor conduits above ground, within above ground concrete, exposed, or within roadway tunnels (plenums or roadway areas) shall be galvanized steel (ANSI C80.1). All indoor conduits shall be EMT with steel compression connectors and couplers (do not use set screw type connectors and couplers). EMT shall not be used outdoors, underground, or in wet, damp, or hazardous locations, nor inside roadway tunnels (plenums or roadway areas). At the transition between below ground and above ground exposed conduit runs, the elbow and all conduit within 12” above grade to 24” below grade level shall be PVC coated galvanized rigid steel (PVC for rust prevention and rigid for mower/physical protection).

805.03.16 Bend Radius. All conduits shall have a bend radius greater than the manufacturers recommended minimum bend radius of the cables inside the conduit.

805.03.17 Conduit Ends. The Contractor shall seal all exposed conduit ends with an approved weather tight compression fitting.

805.03.18 Conduit Support. Conduits shall be supported within 2 feet of the beginning, and on each side, of a 90 degree bend or offset. Conduits shall be supported within 3 feet of a conduit body, junction box, pull box, or cabinet. Each support shall be applied to the straight section of conduit and shall be firm fixed support. Loose supports are permitted ONLY in coordination with manufactured expansion joints as necessary to allow for the proper operation of the expansion joint.

805.03.19 Conduit Color. Conduit used indoors (EMT) shall be color coded where exposed or within drop ceilings. When the following systems are contained in the conduit, the color specified shall be used. The conduit color shall be continuous for the entire length (except fitting and hangers which may be colored to match or remain standard silver color) of conduit and may be factory applied or applied via spray paint in the field. If field applied, overspray onto other non-conduit surfaces shall not be permitted.

(a) Dedicated Security System conduit shall be Blue.

285 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 3 of 5 (b) Dedicated Fire Alarm System conduit shall be Red.

(c) Dedicated telephone/Data System, including fiber optic cables conduit shall be Yellow.

(d) Dedicated low voltage signaling, SCADA, and related PLC I/O, shall be orange.

(e) Dedicated radio system (police two way radio or other radio system) shall be green.

(f) All other conduits shall be standard silver.

805.03.20 Conduit Entry and Fittings to Cabinets. A cabinet shall be a box or enclosure that houses an electronic device. If the cabinet is located in a wet location as defined by the code, or located outside, or is exposed to rain then all conduit or fitting entries shall be made through the bottom of the cabinet. In such cases, conduits may enter the side or rear of the cabinet only if the entry point is below ALL enclosed electronic gear, exposed terminal strips, circuit breakers, heaters, non-water proof splices, or any other electrical connection or device that is not by itself water proof. If the cabinet is interior, conduits that rise above the cabinet at any point and are at any point exposed to an exterior, or unheated space, or wet or rain exposed space, shall also enter the cabinet as if the cabinet were an exterior cabinet.

805.03.21 Conduit drains. Underground Conduit stub ups installed in exterior locations shall have a ¼” round hole drilled 2” above grade, prior to installing wires or cables (to allow water to exit before filling the conduit and entering the cabinet or building to which it is connected). All burrs and sharp edges shall be removed prior to pulling cable. The hole is not required where conduit entry into the building or cabinet is at least 1’ above the top of the nearest manhole, handhole, or other location that provides a lower drain point. If the hole is drilled into steel conduit, de-bur and spray the area with cold galvanizing paint inside and out.

805.03.22 TRACER WIRE. Any new underground conduit identified for use by fiber optic cables, or where the conduit is left empty, shall have a #12 AWG solid insulated copper wire installed to serve as a locator wire for future conduit locating activities. If multiple conduits share the same trench, are within 18” of each other, and share common end points, only one of the conduits must have a tracer wire. Tracer wire shall be labeled “TRACER”.

805.03.23 WALL PENETRATIONS. Penetration of an existing wall shall be made by core drilling the wall diameter ½” larger than the outside diameter of the pipe or conduit that will penetrate the wall. The conduit through the wall section shall be continuous and without couplers. The core drilled hole shall be clean and dry prior to and during the installation of conduit and application of sealant. The conduit shall be secured in place and centered within the core drilled hole prior to application of filler or sealant. Apply filler first and fill hole leaving ¼” at the inside and outside penetration sites. Apply sealant to the gap around the conduit on both the inside and outside penetration sites to fill the ¼” slot left from the application of filler. Allow sealant to cure prior to any backfilling, covering, or concealing of the sites. See below:

286 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 4 of 5

287 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 5 of 5 805.04 MEASUREMENT AND PAYMENT

INSERT: The following paragraph:

805.04.04 Conduits fittings, bushings, locknuts, clamps, connectors, spacers, couplings, anchors, fasteners, hangers, and other associated accessories shall be incidental to the installation of the conduit and shall not be measured or paid separately.

805.04.05 Tracer wire installed in new conduit shall not be measured or paid separately, but shall be incidental to the associated conduit pay item. Tracer wire installed in existing conduits shall not be measured or paid for separately, but shall be incidental to the associated cable pay item.

805.04.06 Conduit shall be incidental to the associated facility, building, or system lumps sum item unless specific linear foot items are established in the schedule of prices for the conduit. Where specific linear foot items are established, conduit of that matching type and size as shown on the plans shall be paid per linear foot using the associated item.

288 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 3

CATEGORY 800 TRAFFIC SECTION 807 - ELECTRICAL SERVICE EQUIPMENT

807.01 DESCRIPTION

CHANGE: The first sentence from “…for the utility company to connect the electrical power supply as specified in the …” to “for the utility company, or the contractor at existing state-owned service points, to connect the electrical power supply as specified in the…”

807.03 CONSTRUCTION

ADD to the end of the paragraph: All service equipment shall be labelled with the maximum available fault current as provided by the local utility. The marking shall include the date. Use an engraved phenolic label attached with at least 2 stainless steel fasteners.

807.03.01

CHANGE: “The post and meter socket shall meet NEMA 3R” to “The post and meter socket shall meet NEMA 3R if installed more than 30 feet (horizontally) from a paved roadway (including shoulder), salt barn, or parking lot, measured from the nearest edge of pavement. Within 30 feet of a travelled roadway, salt barn or parking lot, the post and meter socket shall meet NEMA 3X or NEMA 4X, or be NEMA 3R rated and constructed of corrosion resistant aluminum or stainless steel”

807.03.02

CHANGE: In the second paragraph “NEMA 3R” to “NEMA 3X or NEMA 4X, or be NEMA 3R rated and constructed of corrosion resistant aluminum or stainless steel”

807.03.03

ADD: The following.

(a) At all service entrances served by local utility company, furnish and install an engraved phenolic sign indicating the address assigned by utility company. The sign shall be installed on the exterior of the service distribution cabinet using at least two stainless steel fasteners (nut and bolt). Glued installation shall not be acceptable. Installation location shall be the lower portion of the cabinet below any installed gear in case fluids ever leak through the fastener openings.

(b) Cabinet shall be NEMA 3X or NEMA 4X rated, or be NEMA 3R rated and constructed of corrosion resistant aluminum or stainless steel.

(c) GFCI protected outlets shall not be provided for equipment outlets permanently installed for equipment connections only. All convenience outlets shall be GFCI protected.

289 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 2 of 3

807.03.08 Meters. Meters shall be installed at all locations where local utility company electrical service is provided. Meter installation and materials must be in accordance with the local utility company standards and requirements in addition to requirements for corrosion resistant assemblies above. (Note: in cases where corrosion resistant materials are required the standard NEMA 3R painted steel utility company issue meter socket is not acceptable and the Contractor will have to provide corrosion proof meter socket from other sources that is also acceptable to the utility company. Use Metered Service Pedestal as indicated in 807.03.01 where shown on plans.)

At no time shall conduits enter the top of a meter assembly.

Use only pre-cut conduit knockouts for connections to meter assemblies.

The meter assembly must be protected from the environment before installation of the metering device by the utility company. (e.g.: Do not leave it open without a meter in the socket exposed to elements. The meter hole needs to be covered.)

807.03.09 Transformers. Step-down transformers shall be totally enclosed and dry type, designed for outdoor applications. The insulation material shall be Class H which will not permit a temperature rise of 115˚C, or greater, above the 40˚C ambient, when tested in accordance with ANSI and NEMA standards. The core and coil assemblies of transformers for up to 25 KVA single phase, shall be dry- type resin encapsulated. Secondary winding shall allow for change of taps to achieve +- 5 % voltage change. The transformers shall be designed and tested in accordance with applicable requirements of NEMA ST20, NFPA 70, and UL 1561 transformer standards, and shall be UL listed. The transformer enclosures shall be stainless steel and meet NEMA 4X requirements. Transformers installed in cabinets with other electrical or electronic gear shall have no exposed live parts (>60VAC) when the cabinet door is opened.

807.03.10 Step-down Transformer and Disconnect Assembly. Refer to 807.03.09 for transformers. Step-down Transformer and Disconnect Assemblies shall include a primary fused safety switch with fuses, a step-down transformer, a secondary fused safety switch with fuses or a main breaker panel, galvanized structural steel framing for mounting equipment, concrete foundation, internal wiring, conduits, conduit risers and supports as detailed on the plans. Safety switches (disconnects) shall be fused and rated NEMA 4X. Where cable sizes are too large to terminate on standard safety switch lugs, accessories for increased lug size shall be provided. Alternatively, the frame size of the safety switch may be increased and fuse reducers installed to hold the appropriate size fuses.

290 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 3 of 3

807.04 MEASUREMENT AND PAYMENT

ADD: The following.

807.04.11 Transformers shall be paid per each complete and in place, by the size (KVA rating), primary and secondary voltage, and NEMA rating (if any).

807.04.12 Where corrosion resistant meter sockets or metered service pedestals are required they are not measured or paid separately and are considered incidental to the line items for the utility service equipment, embedded metered service pedestal, base mounted metered service pedestal, electrical service distribution cabinet, meter socket, or other related item for the electrical service.

807.04.13 Step-down Transformer and Disconnect Assembly will be measured and paid for at the Contract unit price per each. The payment will be full compensation for all enclosures, transformers, concrete foundations, structural mounting brackets, disconnect switches, fuses, panels, internal wiring, conduits, conduit risers and supports, accessories, and for all material, labor, equipment, tools, and incidentals necessary to complete the work.

291 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 2 CATEGORY 800 TRAFFIC SECTION 809 - TRENCHING AND BACKFILLING

809.03 CONSTRUCTION

ADD: the following prior to the first paragraph.

Unless a detail on the plans specifies otherwise, Maryland Standard 809.01 shall be used for all trenches. When running conduit (PVC, rigid, HDPE, or any other conduit) instead of pre-assembled cable duct, the copper ground shall be inside the conduit and the lines, dimensions, and notes that apply to preassembled duct cable shall apply to the conduit(s).

CHANGE: Text which reads: ‘…reads “CAUTION: SHA ELECTRICAL LINE BURIED BELOW,” repeated every 36 in.’

TO: ‘…reads “BURIED ELECTRICAL LINE,” or other approved message, repeated every 36 inches and buried to a depth of at least 6” and not more than 12” below finished grade. The tape shall be terminated above grade and shall be secured to the same conduit or cable it is identifying. Securing shall be by sunlight resistant cable tie or other approved means. If terminating at a handhole or manhole the detector tape shall be brought 6” above grade along side the handhole or manhole. Trenching and backfilling shall be performed according to the Maryland Standard MD 809.01 and as approved by the Engineer.’

ADD: the following paragraphs before the “Cable Treatment” paragraph:

"Miss Utility". Where trenching and backfilling for the placement of conduits, splice boxes, handholes and handboxes is required, the contractor must contact "Miss Utility”. "Miss Utility" shall be notified 72 hours in advance of any work under the contract and test pit all marked locations for exact position of cables, conduits, and other underground utilities.

Depth. Unless otherwise specified on the contract drawings, trenches shall be excavated to a depth such that all conduits, wires, and duct cable in trench is at a finished elevation at least 24” below the final grade. Where trenches are placed on slopes, cover shall be measured from the outside jacket of the duct cable or conduit to the nearest top of grade. This measurement will generally be perpendicular to the slope of the grade.

Where proper trench depth cannot be obtained, and improper depth presents a hazard to the cables, or conduit, the Engineer may direct that lengths of 4” galvanized rigid steel conduit be installed as a sleeve. The sleeve length shall be in intervals of 10’. The contractor must bend conduit to conform to the line and grade of the trench. Additionally, the Engineer may require concrete cover in shallow trench, on slopes, or where other conditions indicate the need.

292 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 2 of 2

Width. Unless otherwise specified on the contract drawings, trenches shall be excavated to a width such that all conduits, wires, and duct cables in the trench are placed with at least 3” of backfilled material between the outside edge of the conduits, wires, and duct cables and undisturbed earth.

Stake Out. Stake out trenches prior to trenching and review the exact placement with the Engineer. Generally, keep trenches at least 3' behind guardrail and curb, and out of drainage ditches, infiltration trenches, gutters, culverts, and all other surface and sub grade drainage, water storage or water treatment facilities, etc. Run trenches in as straight a line as possible and parallel to the nearest roadway.

Guardrail. Where guardrail is to be placed, reset, removed, or otherwise worked in any manner, that tends to disturb the earth, place conduits and wiring only after such work is complete so as to avoid damage to the electrical work by the guardrail work.

Curb and Gutter. Where curb or gutter work is to be done in close proximity to electrical work, perform the work in the order and fashion necessary to minimize the risk of damaging either of the two types of works.

Unsuitable Materials in Trench. Remove any objects or projections into a trench, which may damage the wire or cable duct. These may include rocks, debris, glass, old cables, concrete, etc.. Alternatively, provide a galvanized rigid steel sleeve with grommets where projections into the trench cannot be removed.

809.04 MEASUREMENT AND PAYMENT

DELETE: Text in its entirety.

INSERT: The following.

The contractor’s quality assurance and quality control responsibilities shall be incidental to the pay items below. Construction stake out and coordination shall be incidental to the items listed below. Testing as specified in the Special Provisions and Specifications shall be incidental to the pay items listed below.

Trenching and backfilling for any width or depth required to meet the Specifications, Special Provisions, and details in the plans will not be measured but the cost will be incidental to the Contract unit price for the installation of the pertinent Conduit, Wire or Cable duct. All excavation, backfill, trench marking tape, tamping, seeding, mulching, supplying and installing "sand" for the lower 1 foot of trench in accordance with section 950.05 of the Specifications, removal of any excess material, etc. as required shall also be considered incidental to the Contract unit price for the pertinent items, as noted above.

293 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 5 CATEGORY 800 TRAFFIC SECTION 810 - ELECTRICAL CABLE, WIRE, AND CONNECTORS

810.01 DESCRIPTION

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

810.02 MATERIALS

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

ADD: Cable and Wire Labeling 800.01

ADD: Underground Utility Markers 950.17

ADD: the following

810.02.01 Telecommunications wiring shall be #19AWG minimum. Communications wiring shall be color coded and installed according to EIA/TIA 570.

810.02.02 Insulation on wire inside conduits in the roadway tunnels shall be rated FT4/IEEE1202 and Low Smoke, Zero Halogen type (ie: compliant with NFPA 502). Circuits identified as emergency circuits per the NFPA 502 code shall also meet the 2 hour fire rating required in NFPA 502.

810.02.03 Illuminated Pavement Marker cables shall be XLP USE-2 or RHH/RHW-2 #8AWG single copper conductor, stranded, 600 volt, CT rated. The cables shall be suitable for direct burial, sunlight resistant, gasoline and oil resistant, and -40° C rated. They shall also be insulated with moisture and heat resistant polyethylene insulation with a temperature rating of 90° C in wet and dry applications. The cables shall be RoHS compliant, UL listed and shall meet UL 44, UL 854, ICEA S-95- 658/NEMA WC-70 standards.

810.03 CONSTRUCTION

DELETE: The sentence from the first paragraph of Section 810.03 CONSTRUCTION which reads: “Provide 6 ft of cable slack, neatly tied, coiled, and positioned in the bottom of manholes, hand holes, and cabinets.”

INSERT: The following:

Provide 6 ft of cable slack for each cable, neatly tied, coiled, and positioned in the bottom of hand holes and cabinets. Provide 20 ft of cable slack for each cable, neatly tied, coiled, and positioned in the bottom of manholes and vaults. Provide 1 full turn of cable slack for each cable, neatly tied, coiled, and positioned in each barrier or structure mounted junction box.

294 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 2 of 5

INSERT: The following just prior to paragraph 810.03.01.

All wire intended for systems of 60VAC to 600VAC shall be color-coded and #12AWG minimum. Manufactured cables shall have permanent colored insulation as indicated in the table below, except fine strand type wire. Wire size #10 AWG and smaller shall have permanently colored insulation, except fine strand type insulation. Wire size #8 AWG and larger may have permanently colored insulation or have colored tape applied over Black insulation in all hand boxes, pull boxes, junction boxes, light standards, and signs. All fine strand (e.g: DLO type) wires shall have colored tape applied over Black insulation in all hand boxes, pull boxes, junction boxes, light standards, and signs. The colored tape shall measure at least 6 inches along the length of the wire and shall wrap completely around the wire. The colored tape shall be applied to clean dry wires. Wire colors shall be as indicated in the following table: Voltage Phase A Phase B Phase C Neutral Ground 60 to 240 Black Red Blue White Green 277 to 300 Brown Orange Yellow Gray Green Brown Yellow Gray with with Orange with with 300 to 600 violet Green Violet Violet stripe violet stripe stripe stripe INSERT: The following to the end of the first paragraph of section 810.03.03.

Any preassembled cable duct that has been kinked shall be considered damaged. The kinked portion and 10 feet to either side of the kink must be cut out and removed.

DELETE: The third sentence, “When specified, lighting cable…and hand holes.”

DELETE: The last two sentences, “Provide 8 in. drip loops…terminal blocks.”

DELETE: Paragraphs 810.03.05, 810.03.08, and 810.03.09 in their entirety.

INSERT: The following.

810.03.05 Identification Tags. Furnish and install circuit wiring identification tags in all manholes, handholes, junction boxes, control cabinets, wire troughs, and service pedestals. Furnish and install circuit wiring identification tags every 50 feet in cable trays. For roadway and sign lighting circuits, power circuits for devices, indicate the panel and circuit number(s) of the cable (e.g: L-3,5,7; or P-2). For fiber optic, data, telco, or other communications cables consult engineer for labeling text. Attach all identification tags with two wire ties.

810.03.08 Connector Kits. Furnish and install connector kits as required for the types of cables specified in the Contract Documents and in conformance with manufacturer’s recommendations.

295 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 3 of 5

All breakaway devices (light standards, signs, etc.) that have electrical connections shall utilize breakaway connector kits, type I, II, III, or IV as necessary and as specified in Section 950.14.02. Unless otherwise specified on the plans all connections within the base of light standards and sign structures that support roadway or sign lighting shall utilize breakaway connector kits, type I, II, III, or IV.

In underground manholes, handholes, and similar environments utilize splices as specified in section 950.14.04. All manufacturer’s instructions and guidelines shall be followed for installation of splice kits. Wires and cable jackets shall be clean and dry inside and within 6 inches of the splice kit prior to assembly.

Where fine strand type wire is used, the connector kit must utilize a compression connector for the fine strand type wire. The connectors must be rated for fine strand wire for the specific class of stranding used in the wire.

810.03.10 Telephone cables shall be #19AWG solid twisted pairs. The number of pairs shall be as specified on the contract drawings. Where no pair count is given, a minimum of 5 twisted pairs shall be provided. All pairs shall be within a single jacketed cable and color coded and installed according to EIA/TIA 570.

810.03.11 Pulling Tension. Where the pulling method used may exceed the tensile loading of the cables, a break away device shall be used between the pulling device and the cable. The breakaway device shall break prior to exceeding the rated tensile load. Alternatively, a tension-meter may be used to continuously monitor pulling tension provided the contractor adjusts pulling in real time to stay below manufacturer’s documented limits. The use of the tension-meter as an alternate may be disallowed by the Engineer if it is found that the contractor has exceeded tension limits or if cable damage is found; in such event the breakaway device shall be used.

810.03.12 Fine strand wire (Type DLO wire). Fine strand wire (e.g.: type DLO) wire shall not be directly terminated on set-screw connectors, including but not limited to panel boards, disconnects, terminal strips, splice kits. A screw-driven compression connector, or a crimp type connector must be used directly on the fine strand wire. The connectors must be rated for fine strand wire for the specific class of stranding used in the wire. For example:

296 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 4 of 5

This type connector is NOT ACCEPTABLE for fine strand wire:

This type connector is acceptable: , or

810.03.13 Anti-Oxidant Compounds. An anti-oxidant compound shall be used on all connections. The product used shall be listed by the manufacturer for the intended use. For aluminum connections use Noalox or approved equal product consisting of zinc particles in a grease compound. For copper connections use KOPR-Shield or approved equal consisting of a homogenized blend of polished colloidal copper, rust and corrosion inhibitors in a grease compound.

810.03.14 Underground Utility Marking. Place Underground Utility markers along all underground utility runs for all directional bored conduit, except where the directional bore runs underneath pavement. Note: markers are not required where conduit is trenched and trenching tape has been used. Markers shall be visible, and flat and level with the ground, and installed properly and as specified by manufacturer instructions. Markers shall be placed soundly into the earth, not below grade and not sticking up above the earth. Place markers at 75’ intervals minimum where straight runs are installed. Additionally place markers at all points where underground utilities turn or change direction. To determine if additional markers are necessary, a straight line laid between two adjacent markers shall be placed, if the underground utility strays laterally more than 18” from the straight line, then additional markers shall be placed such that the utility does not stray more than 18” from the straight connecting line between two adjacent markers.

Additionally, a marker shall be located between 5’-7’ of a handhole, manhole, road crossing and starting/terminating location. The intent is to help identify which direction the conduit takes when it leaves the manhole.

Note: All disks are to be placed at time of bore. This improves accuracy and eliminates the need to return to the site and relocate the utility run.

810.04 MEASUREMENT AND PAYMENT

DELETE: Paragraph 810.04.01

INSERT: Paragraph 810.04.01 to read.

297 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 5 of 5

810.04.01 Electrical cable, telephone cable, conduit, cable duct, and grounding wire will be measured and paid for at the Contract unit price per linear foot for the type and sizes specified in the Contract Documents.

Wire and cable inside ground mounted CCTV control Panel, between ground mounted CCTV control panel and CCTV Assembly, and within the CCTV Assembly shall be incidental to the related items of work for the CCTV assembly, CCTV ground mounted control panel, and CCTV pole and lowering device. Wires and cables included inside equipment, or contained completely inside a manufactured device shall be incidental to the device or equipment. Any wire or cable, except network patch cables and fiber optic patch cables, less than 10’ in length from termination to termination shall be incidental to related equipment.

All identification tags, connectors, anti-oxidant compounds and other incidentals will not be measured and paid for, but will be incidental to the respective cable item.

ADD: the following:

810.04.04 Splice kits used in manholes and handholes shall be paid for per splice kit by the wire size range, and number of ports (wires). The wire ranges are:

(a) 250MCM - 4/0 AWG, with a separate line item for each of 2, 3, 4, 5, and 6 port splices as needed in the project.

(b) 3/0 AWG -1/0 AWG, with a separate line item for 2, 3, 4, 5, and 6 port splices as needed in the project.

(c) 2/0 AWG through #14AWG with a separate line item for 2, 3, 4, and 6 port splices as needed in the project.

810.04.05 Underground utility markers shall be considered incidental to the related items of work.

298 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 4 CATEGORY 800 TRAFFIC SECTION 811 - ELECTRICAL HAND HOLES, MANHOLES, PULL AND JUNCTION BOXES

811.01 DESCRIPTION

DELETE: The entire text of Paragraph 811.01.

INSERT: The following.

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

811.02 MATERIALS

ADD: The following at the end of Section 811.02.02 Manholes.

PVC Underdrain 905

ADD: The following.

811.02.04 Pull and Junction boxes. Pull Boxes and Junction Boxes shall be of the size and rating as specified in the Contract Documents or as approved by the Engineer. Where no NEMA rating is specified elsewhere, the boxes shall be NEMA 1 rated indoors, and NEMA 3R rated outdoors, and NEMA 3X or 4X rated within 30’ of a paved surface or on a bridge. Use NEMA 3X boxes only where ventilation is required. NEMA 1, NEMA12, and NEMA 3R boxes shall be supplied with factory- applied gray enamel finish. NEMA 3X, NEMA 4, and NEMA 4X boxes shall have a natural aluminum or stainless steel finish.

811.03 CONSTRUCTION

811.03.01 Hand Holes and Manholes.

DELETE: The first paragraph, “Install hand holes…other sealer as directed” in its entirety.

INSERT: The following.

Install hand holes, manholes, and vaults flush to drain with the finished grade. Mix, place and test concrete as specified in Section 420. Install aggregate or 6 in. PVC drain as required. Outlet the underdrains into drainage structures whenever possible. Outlets that empty into a drainage structure shall be at least 9 in. above the normal flow line in the structure and be constructed of solid smooth wall underdrain outlet pipe. Maintain at least 18 in. of cover over the pipe. Rodent screens are not required if the underdrain outfalls into a drainage structure. When the outfall occurs into a slope or

299 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 2 of 4 ditch, slope the outlet pipe at least 3 percent. Use solid smooth wall PVC underdrain outlet pipe as specified in section 905. Excavate and backfill in accordance with Section 809.03. When installing hand holes and manholes in sidewalks, remove and reinstall the sidewalk to the nearest joint. Fill or patch spaces between conduit and the hand hole and manhole wall with concrete or other sealer as directed.

DELETE: Paragraph 811.03.02 in its entirety

INSERT: The following.

811.03.02 Hand Holes (Handboxes)

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

(b) MD Standard 811.02 may be used only where the box will contain no power wiring (no voltage over 60V). If any wiring within the box is operated at 60V or more then MD standard 811.02 shall not apply. Instead use a rectangular pre-cast frame and cover, see detail below, which shall fit on the concrete box and provide a minimum 24” x 16” opening when the lid is removed. The cover weight shall be a minimum of 100lbs. The frame and cover shall be HS-20 load rated and constructed of Cast Gray Iron ASTM A-48, Class 35B. Use Neenah R-6689 or approved equal. It would also be acceptable to modify the design of the cover in MD Std 811.02 such that it weighed 100 lbs.

ADD: The following section.

300 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 3 of 4

811.03.03 General.

(a) Proposed hand holes for fiber optic cables shall be spaced a maximum of 500 feet apart from each other. A minimum of 50 feet and a maximum of 100 feet of fiber optic cable shall be coiled in each hand box to facilitate future movement and splices.

(b) For fiber optic cable installation, a splice box shall be placed at the end of each cable reel.

(c) Proposed hand holes for electrical cables shall be spaced a maximum of 500 feet apart from each other. For wire sizes #6AWG and smaller, a minimum of 20 feet and a maximum of 30 feet of electrical cable shall be coiled in each hand box to facilitate future movement and splices. For wire sizes #4AWG to #1/0, coil wire around interior wall of handbox at least 1 full turn for slack.

(d) Hand hole and manhole enclosure covers shall have an identifying mark or logo that prominently identifies the function of the enclosure. Boxes with Electrical (>60V) shall be labeled “ELECTRIC”. Boxes with only fiber optic cables shall be labeled “FIBER”. Other custom labels may be indicated on the plans and within the schedule of prices. Handhole and manhole enclosure covers shall require the use of tools to open, or they shall weigh over 45 kg (100 lb). Metal covers and other exposed conductive surfaces shall be bonded in accordance with NFPA 70 Section 250.92(A) if the conductors in the handhole or manhole are service conductors, or in accordance with NFPA 70 Section 250.96(A) if the conductors in the handhole or manhole are feeder or branch-circuit conductors.

(e) Install hand holes, manholes, and other underground enclosures such that the lid is flush with finished grade. e.g: If the grade is sloped the lid (and box) shall match the slope of the grade.

(f) Conduit and the outer sheath of preassembled cable duct shall not extend more than 4” inside a manhole or hand hole. Openings in manholes and hand holes for conduit and cable duct entry shall be sealed prior to backfilling the manhole. The sealing material shall achieve the full thickness of the manhole wall and shall be set-up/cured prior to backfilling.

(g) Hand holes, manholes, vaults, junction boxes shall not be placed in ditches.

(h) Junction boxes for electrical lighting cables when constructed into concrete structures shall be spaced at a maximum of 200 feet apart.

(i) Junction boxes for communication cables (fiber optic) when constructed into concrete structures shall be spaced at a maximum of 500 feet apart.

(j) Where conduit bends will increase pulling tension beyond acceptable limits, as determined by the Engineer, additional junction boxes shall be installed to allow an intermediate pull-point.

301 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 4 of 4

811.03.04 Fiber Optic Splice Boxes

(a) Prior to placing splice boxes, the Contractor shall place 18 inches of AASHTO NO. 57 Aggregate to act as a drain. The bottom of the box shall be left open to drain.

(b) Splice boxes shall be shaped at the bottom to help maintain cable minimum bend radii. A cover, as specified in 811.03.02(b) above, shall be applied to the top and sealed with concrete collar as shown on MD standard 811.03.

(c) All splices to fiber optic cables shall be made inside waterproof splice enclosures inside Splice Boxes.

811.03.05 NEMA Rated Boxes. NEMA 3R rated boxes and enclosures shall not be used within 30ft of a paved surface, nor anywhere on a bridge. NEMA4X and NEMA 3X rated boxes and enclosures must be used within 30ft of any paved surface, or anywhere on a bridge.

811.04 MEASUREMENT AND PAYMENT

DELETE: Paragraph 811.04 in its entirety

ADD: The following:

811.04.01 Electrical and Communication Hand Holes, Manholes, Vaults and Pull/Junction Boxes will be measured and paid for at the Contract unit price per each unless otherwise specified in the specifications or on the plans. The payment will be full compensation for all excavation, aggregate drain, concrete, bolts, bricks, grounding rods, pipes, backfill, sealer, frames and covers, fasteners, anchors, hangers, spacers, shims, and for all material, labor, equipment, tools, and incidentals necessary to complete the work.

The 6 in. PVC drain shall be measured and paid for at the Contract unit price per linear foot. Excavation for the 6 in. PVC drain shall be incidental to the linear foot bid item.

302 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 2

CATEGORY 800 TRAFFIC SECTION 813 - SIGNS 813.02 MATERIALS.

ADD: The following.

Furnish and install or install vandalism installation date (VID) stickers to the back lower right hand corner of all installed signs. The MDTA will supply VID stickers with all MDTA supplied signs. Supply VID stickers with all non-MDTA supplied signs.

813.03 CONSTRUCTION.

ADD: The following after the last paragraph:

The sign installation date sticker shall be installed, on the date of installation on the lower reverse corner of the sign, closest to traffic. The sign installation date sticker shall be directly applied to the aluminum sign as per the manufacturer’s specifications. The contractor shall prepare the surface as required by the manufacturer’s specifications.

Note: Numbers shown for display purposes only.

813.04 MEASUREMENT AND PAYMENT.

ADD: The following to the end of Section 813.04.01

The bid items for Sheet Aluminum Sign and Extruded Aluminum Sign shall include any aluminum angles for installing new signs as per SHA Standard No. MD 802.01 or stiffening new signs as per SHA Standard MD 813.05. The furnishing and installation of the aluminum angles will not be measured but the cost will be incidental to the Contract unit price for these pertinent items.

303 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 2 of 2

The contractor shall furnish and install any aluminum angles required for MDTA furnished signs. The furnishing and installation of the aluminum angles will not be measured but the cost will be incidental to the Contract unit price for the pertinent install items.

Temporary Sign Covering when required shall be incidental to the installation of the sign. Sign covering is not recommended. If it is necessary to cover the sign face temporarily following the installation, porous-opaque cloth covers folded over the sign edges and secured at the back of the sign shall be used.

ADD: The following after 813.04.04.

Sign Installation Date Sticker will not be measured but the cost will be incidental to the appropriate furnish and install sheet aluminum and extruded aluminum signs items in the contract. The payment will be full compensation for all materials, labor, equipment, tools and incidentals necessary to complete the work.

304 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 5

CATEGORY 800 TRAFFIC SECTION 814 - SIGNAL HEADS 814.01 DESCRIPTION.

641 ADD: The following after the first paragraph.

Furnish and install self-contained LED traffic signal head modules to be used in place of the incandescent lamp, reflector, socket, gasket, and lens assembly of standard vehicle signal sections, as specified in the Contract Documents or as directed by the Engineer.

814.02 MATERIALS.

641 ADD: The following to the end of the list of materials.

814.02.01 LED Traffic Signal Modules. Manufacturers of red and green 8 in. and 12 in. LED traffic signal modules are required to file a statement with the Maryland Energy Administration, certifying that each signal to be sold or offered for sale in Maryland is in compliance with the State's energy efficiency standard. Information on this requirement can be found at the Maryland Energy Administration's website.

The modules shall employ a lens assembly that presents an appearance that is similar to those found on standard incandescent signals.

Provide LED signal heads, and all component parts that meet the latest edition of the National Electrical Manufacturers Association (NEMA). In addition, LED signals shall meet the requirements set forth in the most recent, formally-adopted version of the specification titled “Vehicle Traffic Control Signal Heads - Part 2: Light Emitting Diode (LED) Vehicle Traffic Signal Modules,” published by the Institute for Transportation Engineers (ITE).

(a)The manufacturer must certify all signals meet or exceed all requirements of that specification over their entire 5-year warranty period.

(b)Permanently identify serial numbers and model numbers, if available, on all removable components and hardware. The serial number and model number shall be etched, stamped, molded, or attached using metallic self-adhesive labels. The use of adhesive backed paper labels is not acceptable.

814.02.03 CONSTRUCTION.

ADD: The following after the first paragraph.

305 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 2 of 5

LED modules shall fit in standard, incandescent vehicle traffic signal housings without modifications or the need for special tools, and shall be complete with a one-piece, integral lens assembly that is tinted for the appropriate color.

Design. LED traffic signal modules shall have:

(a) A printed circuit board inclusive of all of the LEDs and required circuit components.

(b) Minimum 39 in. wire leads, minimum # 20 AWG, 600 volt, 105 C, with strain relief and spade terminals. Screw-type terminals shall not be allowed.

(c) A rigid housing for protection in shipping, handling and installation.

(d) A one piece neoprene gasket shall be used to seal out water and contaminants.

Assembly Techniques.

(a) The LEDs within the modules shall be mounted and soldered to a printed circuit board.

(b) LED signal modules shall be watertight when properly installed in traffic signal housings.

(c) LED signal modules shall utilize the same mounting hardware used to secure a standard incandescent lens and gasket assembly, and shall only require a screwdriver or basic installation tools to complete the mounting.

(d) LED signal module assemblies shall weigh less than 5 lb.

(e) LED signal modules may not protrude into the signal visor area more than two and three-quarters of an in. in depth.

(f) LED signal modules shall be marked ‘TOP’ or have an up arrow to designate the proper orientation of the signal module in the traffic signal housing.

(g) LED signal module housings shall utilize an integral metal layer in their design and construction.

(h) LED signal modules shall utilize the latest technology in thermal management.

Lenses. Make lenses for ball type modules of ultraviolet stabilized polycarbonate, and incorporate facets that serve to enhance the optical efficiency of the LED traffic signal module. Individual lens- lets or external lens facets shall not be permitted.

(a) The ball type signals shall incorporate a diffuser-type lens system that serves to collimate the light emitted by the LEDs. The lens and diffuser system shall focus the collimated light, to meet ITE intensity and distribution standards.

306 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 3 of 5

(b) LED signals shall almost perfectly approximate the appearance of an incandescent traffic signal to the motorist.

(1) The face of the ball LED lamps shall appear to the motorist as uniform in illumination, and have a wide viewing angle that makes it suitable for installation on wide boulevards.

(2) The external lens surface for all vehicle signals shall be smooth, with no raised features, so as to minimize the collection of dirt, diesel smoke, and other particulate contaminates, and to facilitate periodic cleaning.

(3) The lens shall be keyed to the housing of the LED signal module to insure the proper orientation and to avoid possible rotation during any handling.

(4) Hard coat external lenses to prevent an accumulation of dust and dirt.

(5) For LED turn arrow signals, the LED arrow lens may be a replaceable part without the need to replace the complete LED arrow.

Optical. The light intensity, chromaticity, and distribution from eight and twelve-in. red and green, and eight-in. yellow LED traffic signal modules shall meet all photometric values stated in the most recent, formally-adopted version of the specification titled “Vehicle Traffic Control Signal heads – Part 2: Light Emitting Diode (LED) Vehicle Traffic Signal Modules,” published by the Institute for Transportation Engineers (ITE). Twelve-in. Yellow LED traffic signal modules shall meet the chromaticity requirements of the most recently-adopted ITE specification, with a minimum intensity of 1,500 candelas.

(a) Red and Green LED signals shall be certified by the manufacturer to meet or exceed all requirements of that specification over their entire 5-year warranty period.

(b) The light output from twelve-in. Yellow LED signals shall be the peak instantaneous intensity, measured at instant-on and at the highest intensity point.

Design.

(a) Connect the LEDs in series-parallel strings.

(1) No more than 1 percent of the total luminosity of the entire signal module may be lost in the event of a single string failure.

(2) The failure of a single LED shall cause loss of light from only that LED.

(3) No loss of light output from the complete module assembly shall occur as a result of a single LED failure.

307 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 4 of 5

(b) The control circuitry shall prevent the current flow through the LEDs in the off state to avoid any false indication as may be perceived by the human eye, during daylight and evening hours.

(1) The LED traffic signal module shall be operationally compatible with NEMA TS – 1 and NEMA TS – 2 conflict monitoring parameters.

(2) The intensity of the LED signal module shall not vary by more than 10 percent over the allowable voltage range as specified in the electrical section below.

Electrical.

(a) The Power factor shall be 0.90 or greater, at nominal rated voltage, at 25C, after 60 minutes of operation.

(b) Total harmonic distortion (THD) shall be less than 20 percent at rated voltage, at 25C.

(c) All LED traffic signal modules shall be in compliance with FCC noise regulations and must meet the FCC Title 47, SubPart B Section 15 regulation.

(d) The LED junction technology used in all signal modules shall not exhibit degradation of more than 30 percent of the modules’ initial light intensity following accelerated life testing (operating at 85 degrees C and 85 percent humidity, for 1000 hours). Under no circumstances shall AlGaAs technology be acceptable.

(e) The LED signal modules shall be connected directly to line voltage, 120 Volts AC nominal, and shall be able to operate over the voltage range of 80 VAC to 135 VAC.

(f) Red and Green LED traffic signal modules shall consume no more than a nominal 15 watts for either the 8 in. or 12 in. signal. Yellow signal modules shall consume no more than 24 watts.

(g) Transient voltage suppression rated at 1500 watts for 1 millisecond and fusing with a maximum rating of 2 amps shall be provided to minimize the effect and repair cost of an extreme over voltage situation or other failure mode.

(h) Low Voltage Turn OFF: There shall be no visible illumination from the LED signal module when the applied voltage is less than 50 VAC.

(i) Turn-ON and Turn-OFF Time: A module shall reach 90 percent of full illumination (turn-ON) within 75 msec of the application of the nominal operating voltage. The signal shall cease emitting visible illumination (turn-OFF) within 75 msec of the removal of the nominal operating voltage.

Compatibility Testing. The LED module manufacturer shall certify that their modules meet the Load Switch and Signal Conflict Monitor Compatibility testing requirements found in the most recent, formally-adopted version of the specification titled “Vehicle Traffic Control Signal heads - Part 2:

308 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 5 of 5

Light Emitting Diode (LED) Vehicle Traffic Signal Modules,” published by the Institute for Transportation Engineers (ITE).

Electronic Failure Protection. To assure compatibility with NEMA TS1/TS2 controllers for both conflict monitoring and Red Fail, all signal colors (Red, Yellow, and Green) once energized, must turn off prior to 50 VAC, and if the signal fails it shall present a high impedance on the input side of the signal.

Warranty. Manufacturers shall provide a written warranty with the following minimum provisions:

(a) Modules shall be replaced, repaired or purchase value refunded if the module fails to function as intended due to workmanship or material defects within the first 60 months from the date of delivery.

(b) Modules which exhibit luminous intensities less than the minimum specified values within the first 60 months of the date of delivery shall be replaced, repaired or purchase value refunded.

Miscellaneous. The manufacturers part number, date code, and electrical characteristics of the LED signal module shall be visible on the rear of the assembly.

814.04 MEASUREMENT AND PAYMENT.

ADD: The following after the first paragraph.

Aluminum and Polycarbonate LED Signal heads furnished and installed will be measured and paid for at the Contract unit price per each section of signal head type and size as specified in the Contract Documents. The signal heads will have the LED module already fitted into the housing assembly already. The payment will be full compensation for all components necessary for the type of light source (LED), module, mounting hardware, assembly, and for all material, labor, equipment, tools, and incidentals necessary to complete the work.

309 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 8 CATEGORY 800 TRAFFIC SECTION 820 - GENERAL ELECTRICAL WORK AND TESTING

820.01 DESCRIPTION

DELETE: 820.01 DESCRIPTION and replace with:

820.01 DESCRIPTION AND GENERAL REQUIREMENTS: All electrical work in this project shall be installed and tested in accordance with the provisions of this section and other applicable specifications and plans provided as part of the contract documents.

(a) This work includes contacting, coordinating and cooperating with BG&E (or other local utility company) for the changes and additions to the electrical service, or for any required outages necessary to complete the work.

(b) The Plans show only diagrammatic locations of cables, conduits, and underground utilities. They are approximate and do not show every detail. The Contractor shall provide working drawings, shop drawings, and catalog cuts, etc., which show final details of the installation.

820.01.01 Codes, Standards, Inspection, and Documentation

1. All work shall be performed in accordance with the codes and standards listed below. In addition, materials and construction methods shall meet the minimum requirements and recommendations of the listed codes, standards, and organizations. Unless otherwise stated, the latest edition, revision, or supplement, as of the date of advertisement, of the specified codes shall be used.

• ANSI-American National Standards Institute

• ASTM-American Society for Testing and Materials

• IEEE -Institute of Electrical and Electronic Engineers

• NEC-National Electrical Code (NFPA70)

• NECA-National Electrical Contractors Association (NECA 1-2011)

• NEMA-National Electrical Manufacturers Association

• NESC-National Electrical Safety Code

• NFPA-National Fire Protection Association

• UL-Underwriters' Laboratories

310 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 2 of 8

• TIA-Telecommunications Industry Association

2. The MDTA Chief Electrical Inspector or his appointed representative will inspect the entire installation. The Contractor shall contact the Electrical Inspector at least 48 hours before needed inspections. All trenches shall be inspected before backfilling. All equipment, conduits, etc. shall be inspected at rough in and prior to concealment. All work shall be inspected prior to power-up. Contact the Chief Electrical Inspector, Douglas Evans, at 410-977-2687 or [email protected] to arrange necessary inspections.

3. All rough-in work shall be documented via a digital camera prior to concealment. Camera shall be color, minimum of 5 mega pixels, and images shall be clear and readable to the naked eye. All color photos shall be time stamped with the date of the picture. Filename or other label shall identify project number and general location of the picture. All pictures shall be submitted on a CD or DVD at the conclusion of the project, however, electronic copies shall be made available at any time by request to the project engineer, inspector, and/or electrical inspector.

4. Special attention is directed to the fact that the Standard Specifications For Construction and Materials dated July 2018 and published by the Maryland Department of Transportation, State Highway Administration, also governs this work, and is referenced frequently herein as the "Specifications."

5. All materials and work shall be performed in accordance with NECA 1-2011 (Standard for Good Workmanship in Electrical Construction) or latest revision.

6. All materials and work within roadway tunnels shall be in accordance with NFPA 502, latest edition.

7. Unless clearly specified otherwise, all voltages indicated are AC (alternating current), shall be at 60 Hz, and stated as RMS values.

8. All electrical/electronic equipment shall be listed and labeled where such listing and labeling is possible. Listed or labeled equipment shall be installed and used in accordance with any instructions included in the listing or labeling.

9. All equipment shall be suitable for its intended use in accordance with the NEC, applicable codes, and the contract documents. Installation materials and methods shall comply with the National Electrical Code (NEC), Contract Documents, and applicable codes. All work shall comply with the requirements of the Authority Having Jurisdiction.

311 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 3 of 8

820.01.02 Quality Assurance and Quality Control

The contractor shall inspect all materials furnished or installed under this contract and shall bring any damage, failure, or other problem to the attention of the project inspector prior to incorporation into the work. The contractor shall provide his own quality assurance and quality control for the work performed in the contract. The inspectors operating on behalf of the State are not a replacement for contractor’s management and the contractor’s own quality assurance and quality control. When electrical work is performed, the Contractor’s Master Electrician shall provide a daily signed and written statement, indicating all electrical work has been physically inspected and certified as being compliant with applicable electrical standards in Section 820.01.01. This information shall be furnished by the Contractor daily, to the MDTA Project Engineer to be stored with the MDTA Inspector’s Daily Reports (IDR). For the purpose of deciding when a master electrician must be present to supervise, conduct, inspect, and certify work, electrical work shall be any work that is covered or governed, in whole or part, by the National Electrical Code.

Prior to final inspections/punch list development the contractor shall conduct his own inspections. The use of inspection checklists and quality control documents is required as evidence that inspections have been completed. The contractor must develop his own checklist and submit for MDTA approval prior to the commencement of related electrical and ITS work. When work is conducted, the related checklist and QA/QC documents shall be available at the job site and reviewed and referenced by the installation crew people as the work progresses. The intent is to assure that the quality control is part of the construction effort and not an afterthought. The inspector may, at any time, request to see the checklists and QA/QC documents and may order work stoppage any time the approved documents are not readily available on site. Upon completion of the installation, the contractor staff must review the checklist at each site and check off items to indicate they are complete and ready for final inspection by MDTA and sign the completed check list. Submission of the completed checklist will be the trigger for MDTA final inspection and punch list of a site or project.

820.02 MATERIALS

ADD:

820.02.01 Submit catalog cuts for all materials in accordance with Shop Plans & Working Drawings in SPECIAL PROVISIONS (TC4.01).

820.02.02 Thread Lubricant/Antiseize compound. Lithium based lubricant rated by the manufacturer to prevent seizure of threaded connections. Maintains ground connection between parts. Rated for use on parts of dissimilar metals. Use crouse-hinds STL2, STL8, HTL4, or approved equal.

312 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 4 of 8

820.03 CONSTRUCTION

820.03.01 GENERAL

ADD: The following.

For the purpose of this specification, “direct supervision” shall mean that the qualified Master Electrician shall be at the job site at all times electrical work is performed. The Master Electrician shall be the single point of contact for inspection and quality control issues related to electrical work and shall be able to effectively manage the electrical work force.

The contractor must provide qualified labor to perform installation. Where licenses or certifications are available or required (by local jurisdictions, state jurisdictions, or federal jurisdictions for certain skilled trades, such as electrical, mechanical, plumbing, welding, etc.) workers shall have current and valid licenses or certifications. The skilled trade workers shall have current versions of the appropriate license or certification prior to working the associated specialty and shall provide copies to the Project Engineer or Inspectors upon request.

Installation, splicing, terminating, and testing of fiber optic cable shall be performed by a trained and qualified fiber optic cable technician. Copies of certifications and experience shall be submitted to the Engineer prior to starting work.

2.3.01.1 Where work includes integration with existing systems, including but not limited to security, fire, computer networks, SCADA, electrical, or ITS; the contractor shall meet with MDTA personnel for each affected system for a project walk through just prior to commencing any work. The walk through shall be performed to verify locations, connections, logistics, schedules, and other relevant coordination needs to assure efficient and orderly work progress.

2.3.01.2 At the discretion of the MDTA, monthly or biweekly teleconferences may be required for complex, risky, or potentially disruptive integration efforts. The contractor must cooperate and participate in such meetings to accomplish efficient and orderly work progress.

DELETE 820.03.02(b) Circuit Testing. And replace with:

820.03.02(b) Circuit Testing. Determine the insulation resistance of all conductors or every circuit except those installed in lighting structures. Cable insulation resistance shall be at least 100 megaohms at 1000 volts for a period of at least 1 minute.

Demonstrate to the Engineer that all conductors are continuous, free from short circuits and unspecified grounds, and that all circuits are properly connected.

ADD: The following just prior to paragraph 820.04.

820.03.04 Testing Fiber Optic Cables. See Section 841 for testing of fiber optic cables.

313 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 5 of 8

820.03.05 All switches and breakers shall be operational and the operation of the devices they control verified. That is, the Contractor shall test switches and breakers in the presence of the MDTA electrical inspector to prove and assure that the device (or devices) specified is (are) controlled and no other device (or devices) is (are) controlled. All panel schedules shall be accurate and reflect the final installation.

820.03.06 All GFI protected outlets shall be tested with a suitable tester in the presence of the MDTA electrical inspector. The tester shall be a device that plugs into the outlet and indicates proper wiring of the outlet. A switch on the tester shall be utilized to introduce a ground fault that must trip the GFI device.

820.03.07 All Uninterruptible Power Supplies shall be tested by removal of power sources. Verify proper transfer to battery and backup time consistent with the manufacturers load vs time data for the particular model of UPS. Restore normal power and verify that batteries are charged and normal operation commences.

820.03.08 All PVC conduit fittings, except threaded fittings, shall be schedule 80 and glued and water tight. All GRSC fittings shall be tight fit.

820.03.09 All photo electric controls shall be tested by applying a temporary shade to simulate photometric changes intended to activate the controls. Such testing shall be performed by the contractor in the presence of the MDTA electrical inspector.

820.03.10 All three phase panels, loads, motors, generators, UPS’s, and ATS’s shall be checked for proper phase rotation and consistent phase termination between termination points. i.e: Phase A is the same Phase at all Phase A termination points and the phase rotation is the same at all points. Such testing shall be performed by the contractor and witnessed by the electrical inspector.

820.03.11 Flexible metal conduit (Greenfield), Flexible nonmetallic conduit, liquid tight flexible metal conduit (seal tight), and liquid tight flexible non-metallic conduit may be used only as follows. Flexible fabric innerduct and innerduct used for low-voltage and fiber optic systems is not covered by this requirement.

(a) Lengths not exceeding 3’ shall be used to connect transformers over 5KVA and motors.

(b) Lengths not exceeding 6’ may be used for the final connection of light fixtures used in ceilings.

(c) Lengths not exceeding 6” may be used for the final connection devices that may be subject to minor vibration or minor movement perhaps from temperature expansion and contraction.

(d) Other lengths as clearly specified on the plans or as approved by the Engineer.

314 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 6 of 8

820.03.12 Conduit/Cable labeling. Interior cable and raceways shall be permanently labeled at a minimum of every 50 feet, every 25 feet when view is obstructed, and within 5’ of any wall or floor/ceiling penetration at all junction boxes, terminations, and within 12” of electrical panel. Label content is to include Panel ID & Circuit Designation for all conductors contained within each conduit (e.g. RP2 - 1, 3, 5). Label color shall be Safety Orange with Black Letters and shall follow ANSI (ASME) A13.1 for location and size.

820.03.13 Unless specifically shown otherwise on the plans, wiring derived from different system voltages shall be installed in separate conduits. Wiring of different voltages derived from the same system (i.e. Control wiring) may be permitted to be installed in the same conduit or junction box provided that all requirements of the NEC are maintained.

820.03.14 No wiring other than the primary voltage indicated shall be installed in electrical panels and Safety/Disconnect Switches. Exception may be granted for wiring that terminates on a device within the panelboard or safety/disconnect switch that is integral to the operation of that device. Enclosures for switches or overcurrent devices shall not be used as junction boxes, auxiliary gutters, or raceways for conductors feeding through or tapping off to other switches or overcurrent devices.

820.03.15 Branch Circuits: Any circuits supplying more than 50% non-linear loads shall have a dedicated neutral conductor

820.03.16 Conduit or tubing 1” and larger shall be provided with a suitable insulating bushing.

820.03.17 Panel Board Labeling. All circuits installed or modified by the contractor in any way shall be properly labeled in the associated panel board panel schedule. This work shall include verifying that the existing load on the affected circuit(s) is also correctly identified. The label shall identify the type of load(s) served (e.g.: receptacles, lighting, appliances, motors, pumps, etc..) and the location (e.g.: room 103, sump pit#1, etc…). Where changes are minor (e.g. Two circuits or less being changed), the existing panel schedule may be modified as approved by the Electrical Inspector. Larger changes shall require a new panel schedule typed, neat in appearance. The new schedule may copy the identifying labels of the old schedule provided that the contractor has not made any changes to those circuits. To clarify, replacing a panel board, moving circuits within a panel board, or similar changes shall be considered modifying the circuit and shall require testing to verify the connections of all such circuits and coordinating the panel schedule with the existing conditions.

820.03.18 Fire Stopping. All penetrations into fire walls or core holes between floors and walls must be properly fire-stopped in accordance with NEC requirements for fire stopping. Penetrations into the surface of any firewall or presumed firewall should be only slightly larger than the conduit, cable or cables that will need to pass through it. This will make fire stopping easier and allow the wall to maintain a better overall structural integrity.

820.03.19 Refer to Construction Stakeout, Coordination, and Approval Special Provision for additional construction stakeout and approval procedures and as-built requirements.

315 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 7 of 8

820.03.20 Boxes and Cabinets. Unless specified otherwise, junction boxes, pull boxes, disconnect switches, cabinets, and other enclosures installed outdoors and above ground shall be NEMA4X rated; except cabinets and boxes requiring ventilation which shall be NEMA3X rated. All enclosures and cabinets installed outdoors shall be vandal resistant. All enclosures and cabinets installed outdoors that house controls or equipment shall be lockable via a pad-lock.

820.03.21 Rodent stopping. All conduits that connect to exterior mounted cabinets shall be stuffed with copper mesh designed and approved for rodent exclusion, and duct seal at the cabinet end point to deter rodent egress through the conduit. The copper mesh shall be installed after all wires and cables have been installed. The mesh and duct seal shall be removable and the mesh and installation and removal technique shall not damage wires or cables.

820.03.22 Conduit Fill. All conduit, new or existing, shall not exceed conduit fill requirements as specified in ANSI/NECA/BICSI-568-2006. Discrepancies shall be brought to the attention of the Engineer prior to incorporation into the work.

820.03.23 Existing Conduits. Where existing empty conduits are used, the conduit shall be cleaned by pulling a mandrel of at least 80% conduit fill and a swab through the empty conduit. Any existing pull strings used (empty or partially used conduits) shall be replaced by pulling a new pull string with the new electrical or communications cables.

820.03.24 Bending Radius and Pulling Tension: Wires, Cables, Coaxial Cable, Fiber Optic Cables, and other communications and electrical cables shall be installed and handled in such a way so as not to exceed the manufacturers specified bending radius and pulling tension limits. Where the manufacturer provides installation and handling guidelines, such guidelines shall be followed.

820.03.25 Thread Lubricant/Antiseize Compound. Unless otherwise directed by the engineer, use thread lubricant/antiseize compound on the threads of screws that are of dissimilar metal to the object they are in contact with. Contact the engineer for direction regarding live-parts or cases that involve manufacturer engineered joints where the manufacturer does not recommend an antiseize compound.

820.03.26 Wire Ties (cable ties) used in areas expected to be exposed to below freezing conditions (<32 degrees F) shall have stainless steel lock tongue. Such areas shall include but not be limited to exposed outdoor locations, exposed areas within tunnels, exterior of buildings, inside unheated cabinets mounted in exterior locations.

DELETE 820.04 and add the following:

820.04 STANDARDS – The Maryland State Highway Book of Standards – For Highway and Incidental Structures (Book of Standards) shall apply to all work unless specifically stated otherwise. Where an item of work is covered by both a detail in the plans or specifications, and a detail in the book of standards, the detail in the plans or specifications shall prevail and supersede the applicable detail in the Book of Standards. The Book of Standards is available online at:

316 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 8 of 8 http://apps.roads.maryland.gov/BusinessWithSHA/bizStdsSpecs/desManualStdPub/publicationsonli ne/ohd/bookstd/index.asp

820.05 MEASUREMENT AND PAYMENT. General electrical work and testing and the as-built drawings will not be measured but the cost will be incidental to the other pertinent items specified in the contract documents.

317 04-05-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 13 CATEGORY 800 TRAFFIC SECTION 831 – MISS UTILITY 831.01 DESCRIPTION. This work shall consist of contacting Miss Utility as required under the Underground Facilities – Damage Prevention Law (Miss Utility Law) and providing evidence of Miss Utility Marking of the construction area.

831.02 MATERIALS. Not Applicable

831.03 CONSTRUCTION

831.03.01 As per Title 12 Maryland State Law, the Contractor shall contact Miss Utility at 1-800- 257-7777 (MD Western Shore) or 1-800-441-8355 (MD Eastern Shore) or through the ITIC One Call Internet Ticket Entry system at www.missutility.net and initiate a utility locate ticket(s) notification to assure that all construction areas are marked for the presence of underground utilities where an excavation, earthwork, earth penetration, demolition or any other underground work or disturbance will take place. The Contractor/Excavator shall maintain the owner-member MDTA utility locate markings for the duration (expiration date) of a ticket. If locate markings are obliterated, destroyed, or removed, the Contractor shall repeat the ticket notification. Contractor Disturbed Utilities (see Section 831.03.07), the Contractor shall be responsible to maintain, refresh, and remark locate markings as required under this section. The Contractor shall pay any Miss Utility fees. The Contractor shall submit copies of Miss Utility tickets to the Engineer as evidence of this work.

831.03.02 The Contractor shall, at a minimum, notify Miss Utility at least three (3) full business days prior to any anticipated digging. (Please note that this exceeds the minimum in the law.)

(a) When requesting a Miss Utility locate ticket the Contractor shall inform Miss Utility that the locate area is on MDTA-Maryland Transportation Authority right of way/property or inform Miss Utility the locate area is on another pertinent MDOT agency right of way if applicable.

(b) MDTA has underground utilities located within SHA Right of Way. In this instance, two (2) separate locate tickets will be necessary; one to be sent to MDTA and one to be sent to SHA. See 831.03.08 for SHA Maryland State Highway Administration and other Maryland Department of Transportation (MDOT) agencies.

(c) Applying for ticket using the on line ITIC Miss Utility ticket system:

When using the One Call ITIC on line ticket program, four (4) requirements must be entered into the ticket for Miss Utility to send a locate ticket to the MDTA. (See attached diagram.)

1. Contractor must enter ‘MDTA’ in the ‘Work Being Done For’ box.

2. Contractor must select ‘YES’ in the ‘MD STATE ROW’ box.

318 Rev. 5-7-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000

2 of 13

3. Contractor must select ‘MDTA-MD Transportation Authority’ in the ‘MD Agency Controlling Property or State Road Right of Way’ box.

4. Contractor must insert the MDTA contract number in the ‘MDOT Permit’ box.

(Note: For MDTA tickets the ‘MDTA Contract Number’ is considered to be the MDOT number)

(d) Applying for ticket by Phone Call:

1. When applying to Miss Utility for a utility ticket by phone the contractor shall inform the Call Center that the excavation is on a Maryland State Right of Way and request the ticket be sent to the MDTA- Maryland Transportation Authority.

2. The contractor shall then provide to the Call Center the MDTA Contract Number when asked for the MDOT Permit number. (note: the MDTA contract number is considered to be the MDOT number)

Note: For tickets pertaining to Maryland State Highway Administration (SHA) right of way select or specify MDSHA-MD State Highway Administration and insert or specify the SHA permit number. See 831.03.08 and 831.03.10 for other Maryland Department of Transportation (MDOT) agencies and for SHA permit numbers.

For questions regarding MDTA Miss Utility and SHA Miss Utility requirements, property Right of Way and utility locates contact Bill Pross at 410-537-7829; e-mail [email protected].

Further information can be found at the Miss Utility web site: www.missutility.net/Maryland/

319 Rev. 5-7-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 3 of 13

Diagram 1) ‘Work Being Done For’ box: Insert MDTA

320 Rev. 5-7-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 4 of 13

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

321 Rev. 5-7-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 5 of 13

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

322 Rev. 5-7-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 6 of 13

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

323 Rev. 5-7-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 7 of 13

Diagram 5): Sample Miss Utility Locate Ticket

324 Rev. 5-7-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 8 of 13

831.03.03 The Contractor must notify Miss Utility an additional full business day in advance for areas, or numerous small areas, that contain more than 2500 linear feet of utility marking, and an additional full business day in advance for each additional increment of 2500 linear feet of utility marking.

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

(CFMO) (STSS) FACILITY Chief Facility Skilled Trade Specialist Maintenance Officer Supervisor Fort McHenry Vance Silwick Andrew Coroneos Tunnel 410-537-1286 (O) 410-537-1274 (O) (FMT) 443-829-1030 (C) 443-829-4945 (C) Baltimore Harbor Jeff Alter Chong Yoo Tunnel 410-537-1315 (O) 410 537 1324 (O) (BHT) 443-829-1760 (C) 443 324 6607 (C) Francis Scott Key Scott Stil James Quinn Bridge 410-537-7677 (O) 410-537-7673 (O) (FSK) 443-829-1710 (C) 443-324-6651 (C) John F. Kennedy Rick Gibson Danny Sawyers Highway, Maint. I 410-537-8105 (O) 410-537-1118 (O) (JFK - I) 443-829-1705 (C) 443-829-1703 (C) John F. Kennedy Kevin Mahan Danny Sawyers Highway, Maint. 410-537-8153 (O) 410-537-1118 (O) II 443-536-7352 (C) 443-829-1703 (C) (JFK - II) Thomas J. Hatem Kevin Mahan Danny Sawyers Mem. Bridge 410-537-8153 (O) 410-537-1118 (O) (TJH) 443-536-7352 (C) 443-829-1703 (C) William Preston James Turner Richard Holthaus Lane Jr. Mem. 410-537-6653 (O) 410-537-6669 (O) Bridge 443-324-8369 (C) 443-790-0517 (C) (Bay Bridge)

325 Rev. 5-7-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 Harry W. Nice Saidu Kargbo Richard Holthaus Memo. Bridge 410-537-6818 (O) 410-537-6669 (O) (Nice Bridge) 443-677-7321 (C) 443-790-0517 (C) Intercounty Ted Williams James Davies Connector MD 410-537-6929 (O) 410-537-6927 (O) 200 443-790-9316 (C) 443-630-9472 (C) (ICC) 831.03.05 SCHEDULE IMPACTS. For the purpose of maintaining project construction schedules, the following items are dependent on completion of the prior item with the durations given regarding underground MDTA facilities.

9 of 13 a) For areas larger than 2500 LF allow at least 5 business days’ notice to CFMO, STSS and Engineer. b) Allow at least 3 business days + 1 business day per 2500LF increment of utility marking for Miss Utility ticket submittal and review. c) Allow at least 1 business day per 2500LF increment of utility marking for the on-site marking operation. All digging or earth disturbances, as defined within the Underground Facilities – Damage Prevention Law, will be permitted to proceed at the direction of the Engineer upon completion of the marking operation.

831.03.06 MDTA UTILITIES. The MDTA is a Miss Utility Subscriber as of October 1, 2010. The MDTA will ONLY mark its own utilities that remain undisturbed within the construction limits of the active contract (see 831.03.07 below for Contractor Disturbed underground MDTA utilities) and only after notification through the Miss Utility notification system. Coordination of construction schedules will be performed after Miss Utility tickets are submitted as specified herein. The Contractor shall supply the Engineer, the facility CFMO and the facility STSS with the construction schedule affecting underground MDTA facilities a minimum of three (3) weeks in advance of construction. The Engineer shall provide the facility CFMO with the construction schedule.

831.03.07 CONTRACTOR DISTURBED UTILITIES. Underground MDTA facilities installed, modified, relocated, or removed by the Contractor within the limits of construction and/or designated locate areas shall be understood to be “Contractor Disturbed” MDTA underground facilities and shall be considered the Contractor’s responsibility to field locate and mark. The duration of Contractor’s responsibility in this matter will remain until such time as the Contractor submits both the completed and accurate contract ‘As Built’ plan documentation to the MDTA and the contract is accepted by the MDTA for maintenance. a) The Contractor shall be required to comply with the “Miss Utility” law regarding marking standards, rules and regulations including marking colors and ticket response times. b) The Contractor shall cooperate fully with the MDTA facility CFMO, facility STSS, the MDTA Utility locating personnel, other contractors, and 3rd parties with respect to the field marking of 326 Rev. 5-7-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 MDTA underground “Contractor Disturbed” facilities installed, modified or relocated by the Contractor within the designated locate areas of the limits of construction under this Contract. The Contractor’s facility field locate marking schedule shall be coordinated with the Engineer and the MDTA utility locating representative (either the STSS or the MDTA Utility locating person). c) When the MDTA utility locating representative (as noted above) receives a “Miss Utility” locate request ticket from the One Call Center, the MDTA utility locating representative shall notify the Contractor and the Engineer via fax or email regarding the MDTA’s needs for investigating and processing the Miss Utility ticket. The purpose of this notification is to receive verification from the Contractor defining locating responsibilities for MDTA underground facilities. The

10 of 13

Contractor must respond to the MDTA utility locating representative within two (2) full business days with a proper response. The response must state one or more of the following:

(1) If the designated Miss Utility ticket locate area does not contain any “Contractor Disturbed” MDTA underground facilities, the Contractor must inform, in writing, the Engineer and the MDTA utility locating representative of that fact.

(2) In the event the area of the Miss Utility ticket locate request is an area of “Contractor Disturbed” MDTA underground facilities, the Contractor must acknowledge responsibility for locating the underground facility and shall field mark the underground facility. If the field marking or a portion of the field marking for “Contractor Disturbed” underground facilities cannot be completed in a timely manner, a schedule must be provided defining the completion date for the field marking.

(3) If no “Contractor Disturbed” MDTA underground facilities exist within the designated locate area Miss Utility locate request, the Contractor shall provide the Engineer and the MDTA utility locating representative a written statement that no utilities or underground facilities installed, modified, relocated, or removed by the Contractor are present in the area.

(4) If “Contractor Disturbed” MDTA underground facilities have been located and marked by the Contractor within the designated Miss Utility ticket locate area, the Contractor shall provide the Engineer and the MDTA utility locating representative a written statement that the MDTA underground facilities installed, modified or relocated within the limits of “Contractor Disturbed” underground MDTA facilities have been marked in the designated area as described on the Miss Utility locate request ticket.

831.03.08 OTHER MDOT STATE AGENCY RIGHT OF WAY. The Contractor shall obtain Miss Utility locate clearance tickets from the Maryland State Highway Administration (SHA) or other pertinent state agency when the work requires the Contractor to perform excavation in SHA right of way or other pertinent state agency right of way.

(a) The Maryland Transportation Authority (MDTA) is conjoined with the State Highway Administration (SHA) at numerous interchanges throughout the State of Maryland. As example

327 Rev. 5-7-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 these locations include but are not limited to I-95 at MD 24, I-895 at I-95, I-695 at I-95, ICC/MD200 at I-95 etc. These conjoined interchanges, for both the MDTA and SHA agencies, will most likely contain each agency’s underground electric, communication and/or fiber optic facilities within their respective conjoined Rights of Way. In these conjoined areas, SHA may have underground utilities within MDTA right of way and likewise MDTA may have underground utilities within SHA right of way.

(b) Multiple State Agency Ticket Notification: MDTA and SHA. Circumstances within these conjoined rights of ways may require the contractor to generate multiple agency tickets to multiple state agencies. The contractor will be required to send a ticket to MDTA for clearance of MDTA utilities and in addition the contractor shall send a new/or additional ticket to SHA for a utility

11 of 13

clearance. After completing a ticket using MDTA as the agency affected, the Contractor is required to call in (or apply online) a new/additional Miss Utility ticket using the same locate information, but replacing Agency Controlling Right of Way from MDTA to SHA.

(1) The Maryland Transportation Authority (MDTA) owns and maintains underground utility electric conduit and fiber optic servicing various electronic message signs and overhead guide sign lighting structures located within SHA right of way. An example would be a Dynamic Message Sign structure located on SHA owned I-95 one mile distance approaching the ICC/MD200 interchange. This is also recognized as an MDTA/SHA conjoined area. The contractor shall generate a ticket to MDTA for utility Clarence and an additional ticket to SHA for a utility clearance.

(2) In order to ensure the proper locating and marking of these individual agency underground facilities within these conjoined right of way areas, the Contractor must submit a separate Miss Utility ticket locate request to SHA for a utilities locate clearance and a separate Miss Utility ticket locate request to the MDTA for a utility locate clearance.

831.03.09 The Maryland Transportation Authority (MDTA) owns and maintains underground utility conduit facilities and infrastructure in the state of Virginia and the state Delaware. The Contractor shall request a Miss Utility locate ticket clearance from the pertinent One Call Miss Utility Center for excavations outside of the state of Maryland and in addition a separate Miss Utility clearance locate ticket request shall be sent to MDTA.

831.03.10 Miss Utility/SHA requirements for sending a utility locate ticket to the Maryland State Highway Administration (SHA).

(a) Miss Utility will not send a utility locate ticket to the Maryland State Highway Administration (SHA) without an SHA permit number being included on the ticket request. This requirement has been established by SHA.

328 Rev. 5-7-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 (b) SHA has assigned special permit numbers to the MDTA for MDTA to use in obtaining Miss Utility locate tickets. The contractor shall include the appropriate special MDTA assigned SHA permit number when requesting a ticket located for SHA.

(c) The following list of special SHA permit numbers assigned to the MDTA MUST be included with the locate request when applying to Miss Utility for a SHA ticket locate request. These permit numbers are assigned per the respective SHA District Office and Maryland county. See 831.03.02. The special SHA permit number shall be used as the requested ‘MDTA Permit’.

Example for a ticket locate request in Cecil County to SHA District 2

The SHA roadway MD 222 and the MDTA I-95 interchange are located in Cecil County SHA District 2. The 2018 year SHA permit number to use for a Miss Utility SHA utility locate ticket in Cecil County District 2 would be “SHA-2-CE-0003-18”.

12 of 13

List of special SHA permit numbers assigned to MDTA:

Note: The last two numbers (XX) of the SHA permit number are the last two numbers of the current year. Change the last two numbers as necessary to reflect the current year.

All SHA roadways in District 2 permit number

Cecil County permit number: SHA-2-CE-0003-XX (last two digits of current year)

Queens Anne County permit number: SHA-2-QA-0004-XX (last two digits of current year)

All SHA roadways in District 3 permit number

Montgomery County permit number: SHA-3-MO-0001-XX (last two digits of current year)

Prince George’s County permit number: SHA-3-PG-0002-XX (last two digits of current year)

All SHA roadways in District 4 permit number

Baltimore County permit number: SHA-4-BA-0003-XX (last two digits of current year)

Harford County permit number: SHA-4-HA-0004-XX (last two digits of current year)

All SHA roadways in District 5 permit number

Anne Arundel County permit number: SHA-5-AA-0003-XX (last two digits of current year)

Charles County permit number: SHA-5-CH-0004-XX (last two digits of current year)

All SHA roadways in District 7 permit number

329 Rev. 5-7-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 Howard County permit number: SHA-7-HO-0003-XX (last two digits of current year)

For questions regarding MDTA roadways, property and utility locates on MDTA right of way and for SHA right of way and permit numbers, contact Bill Pross at 410-537-7829.

For questions regarding utility locates on SHA right of way, contact SHA Miss Utility at 443-572- 5264.

Information pertaining to Miss Utility Maryland Department of Transportation (MDOT) requirements and Maryland State law can be found at the Miss Utility web site: http://www.missutility.net/maryland/

330 Rev. 5-7-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 13 of 13

831.04 MEASUREMENT AND PAYMENT:

This work will not be measured or paid separately but shall be considered incidental to the pertinent work item in the contract documents. Any and all fees or costs charged by locating agencies, member utilities or contractors are also incidental to the pertinent work item in the contract documents.

331 Rev. 5-7-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 6 CATEGORY 800 TRAFFIC SECTION 834 – ELECTRICAL IDENTIFICATION

834.01 DESCRIPTION. This work consists of providing identification labels, markers, signs, warnings, and instructions for electrical equipment as identified in the Contract Documents and as directed by the Engineer.

This section includes the following:

1. Identification for raceways.

2. Warning labels and signs.

3. Instruction signs.

4. Equipment identification labels.

5. Miscellaneous identification products.

Refer to Section 800.01 – Cable and Wire Labeling for requirements related to cable and wire labeling. Refer to Section 800.03 – ITS Cabinet Identification Number Label for requirements related to cabinet and equipment housing labeling.

834.02 MATERIALS.

834.02.01 Raceway Identification Materials.

Comply with ANSI A13.1 for minimum size of letters or legend and for minimum length of color field for each raceway and cable size.

Color for Printed Legend: a) Power Circuits: Black letters on an ANSI 166 orange field. b) Legend: Indicate system or service and voltage, if applicable.

Self-Adhesive Vinyl Labels: Preprinted, flexible label laminated with a clear, UV-, weather- and chemical-resistant coating and matching wraparound adhesive tape for securing ends of legend label.

Snap-Around Labels: Slit, pretensioned, flexible, preprinted, color-coded acrylic sleeves, with diameter sized to suit diameter of raceway or cable it identifies and to stay in place by gripping action. Labels for use on exterior raceways or cables shall be UV-resistant to prevent fading.

332 Rev. 5-7-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 2 of 6

Snap-Around, Color-Coding Bands: Slit, pretensioned, flexible, solid-colored acrylic sleeves, 2 inches long, with diameter sized to suit diameter of raceway or cable it identifies and to stay in place by gripping action.

Self-Adhesive Vinyl Tape: Colored, heavy duty, waterproof, fade resistant; 2 inches wide; compounded for outdoor use.

834.02.02 Warning Labels and Signs.

Warning labels and signs for use on exterior equipment shall be UV-resistant to prevent fading.

Self-Adhesive Warning Labels: Factory printed, multicolor, pressure-sensitive adhesive labels, configured for display on front cover, door, or other access to equipment, unless otherwise indicated.

Baked Enamel Warning Signs: Preprinted aluminum signs, punched or drilled for fasteners, with colors, legend, and size required for application. 1/4-inch grommets in corners for mounting. Nominal size, 7 by 10 inches.

Metal-Backed, Butyrate Warning Signs: Weather-resistant, nonfading, preprinted, cellulose- acetate butyrate signs with 0.0396-inch galvanized-steel backing; and with colors, legend, and size required for application. 1/4-inch grommets in corners for mounting. Nominal size, 10 by 14 inches.

Warning label and sign shall include, but are not limited to, the following legends:

1. Multiple Power Source Warning: "DANGER - ELECTRICAL SHOCK HAZARD EQUIPMENT HAS MULTIPLE POWER SOURCES."

2. Workspace Clearance Warning: "WARNING - OSHA REGULATION - AREA IN FRONT OF ELECTRICAL EQUIPMENT MUST BE KEPT CLEAR FOR 36 INCHES."

834.02.03 Instruction Signs.

Engraved, laminated acrylic or melamine plastic, minimum 1/16-inch-thick for signs up to 20 sq. in. and 1/8-inch-thick for larger sizes.

1. Engraved legend with letters on white face.

2. Punched or drilled for mechanical fasteners.

3. Framed with mitered acrylic molding and arranged for attachment at applicable equipment.

4. Labels for use on exterior equipment shall be UV-resistant to prevent fading.

333 Rev. 5-7-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 3 of 6

834.02.04 Equipment Identification Labels.

Engraved, laminated acrylic label with white letters on an ANSI 1797 red Minimum letter height shall be 3/8 inch. Labels for use on exterior equipment shall be UV-resistant to prevent fading.

1. Punched or drilled for mechanical fasteners.

2. Framed with mitered acrylic molding and arranged for attachment at applicable equipment.

834.02.05 Miscellaneous Identification Products.

Cable Ties: Fungus-inert, self-extinguishing, 1-piece, self-locking, Type 6/6 nylon cable ties.

1. Minimum Width: 3/16 inch.

2. Tensile Strength: 50 lb., minimum.

3. Temperature Range: Minus 40 to plus 185 deg F.

4. Color: Black, except where used for color-coding.

Fasteners for Labels and Signs: Self-tapping, stainless steel screws or stainless-steel machine screws with nuts and flat and lock washers.

834.03 CONSTRUCTION.

834.03.01 Submittals.

Submit working drawings following the requirements of Section TC-4.01 to include the following:

1. Product Data: For each electrical identification product indicated.

2. Identification Schedule: An index of nomenclature of electrical equipment and system components used in identification signs and labels. Index shall be submitted for review and approval by the Engineer, and as-built plans shall be submitted showing equipment designations.

3. Samples: For each type of label and sign to illustrate size, colors, lettering style, mounting provisions, and graphic features of identification products.

834.03.02 Quality Assurance.

Comply with ANSI Al3.1 and ANSI C2. Comply with NFPA 70. Comply with 29 CFR 1910.145.

334 Rev. 5-7-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 4 of 6

834.03.03 Coordination.

Coordinate identification names, abbreviations, colors, and other features with requirements in the Contract Documents, Shop Drawings, manufacturer’s wiring diagrams, and the Operation and Maintenance Manual, and with those required by codes, standards, and 29 CFR 1910.145. Use consistent designations throughout Project.

Coordinate installation of identifying devices with completion of covering and painting of surfaces where devices are to be applied.

834.03.04 Application.

Raceways and Duct Banks More Than 600V Concealed within Buildings: 4-inch-wide black stripes on 10-inch centers over orange background that extends full length of raceway or duct and is 12 inches wide. Stencil legend "DANGER CONCEALED HIGH VOLTAGE WIRING" with 3-inch- high black letters on 20-inch centers. Stop stripes at legends. Apply to the following finished surfaces:

1. Floor surface directly above conduits running beneath and within 12 inches of a floor that is in contact with earth or is framed above unexcavated space.

2. Wall surfaces directly external to raceways concealed within wall.

3. Accessible surfaces of concrete envelope around raceways in vertical shafts, exposed in the building, or concealed above suspended ceilings.

Accessible Raceways and Metal-Clad Cables More Than 600V: Identify with "DANGER-HIGH VOLTAGE" in black letters at least 2 inches high, with self-adhesive vinyl labels. Repeat legend at 10-foot maximum intervals.

Accessible Raceways and Metal-Clad Cables, 600V or less, for Service, Feeder, and Branch Circuits More Than 20 A: Identify with ANSI 166 orange self-adhesive vinyl label.

Panelboard Schedules: a) All panelboard schedules shall be typed, Times New Roman type font, size II. b) Schedule card shall be laminated after schedule has been typed.

Equipment Identification Labels: On each unit of equipment, install unique designation label that is consistent with wiring diagrams, schedules, and Operation and Maintenance Manual. Apply labels to disconnect switches and protection equipment.

335 Rev. 5-7-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 5 of 6

1. Labeling Instructions:

a. Equipment: Engraved, laminated acrylic label.

b. Elevated Components: Increase sizes of labels and letters to those appropriate for viewing from the floor, otherwise, match existing.

c. Color shall be white letters on ANSI 1797 red backgrounds.

2. Equipment to Be Labeled:

a. Identification labeling of some items listed below may be required by individual Sections or by NFPA 70.

b. Electrical cabinets and enclosures.

c. Transformers.

d. Electrical substations, Panelboards

e. Power transfer equipment.

834.03.05 Installation.

Verify identity of each item before installing identification products.

Location: Install identification materials and devices at locations for most convenient viewing without interference with operation and maintenance of equipment.

Apply identification devices to surfaces that require finish after completing finish work.

Self-Adhesive Identification Products: Clean surfaces before application, using materials and methods recommended by manufacturer of identification device.

Attach non-adhesive signs and plastic labels with screws and auxiliary hardware appropriate to the location and substrate

System Identification Color Banding for Raceways and Cables: Each color band shall completely encircle cable or conduit. Place adjacent bands of two-color markings in contact, side by side. Locate bands at changes in direction, at penetrations of walls and floors, at 50-foot maximum intervals in straight runs, and at 25-foot maximum intervals in congested areas.

336 Rev. 5-7-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 6 of 6

834.04 MEASUREMENT AND PAYMENT.

Electrical Identification will not be measured and paid for separately, but the cost will be incidental to the other pertinent items specified in the Contract Documents.

337 Rev. 5-7-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 9 CATEGORY 800 TRAFFIC SECTION 835 – MEDIUM VOLTAGE NON-METALLIC ARMORED CABLES

835.01 DESCRIPTION.

835.01.01 Scope

This specification covers the supply and installation of three conductor, non-metallic armored cable for 4160V distribution. The cable shall be installed to provide power to equipment and systems as shown in the Drawings. The medium-voltage cable will provide power to locations where the voltage will be stepped down to 480V and distributed to systems and equipment over low-voltage cable. The medium-voltage cable shall be connected to power sources as shown on the Drawings. The cable shall be Prysmian 5kV, 3-Conductor, Airguard cable, or MDA approved equal.

835.01.02 References

Section 810 – Electrical Cable, Wire, and Connectors and Section 820 – General Electrical Work and Testing.

Cable manufactured that complies with the requirements of this specification shall meet and/or exceed all requirements of the latest editions of the standards listed below.

Specification for Extruded Dielectric, Shielded Power Cables Rated 5 Through AEIC CS8 46 kV

ICEA S-93- 5-46 kV Shielded Power Cable for Use in the Transmission & Distribution of 639/NEMA WC 74 Electric Energy

ICEA S-97-682 Standard for Utility Shielded Power Cables Rated 5 through 46 kV

UL 1072 Medium Voltage Power Cables

ASTM B-3 Copper wire, soft or annealed

ASTM B-8 Copper conductors, concentric-lay-stranded, hard, medium -hard, or soft

ASTM B-496 Copper conductors, compact round concentric-lay-stranded.

338 Rev. 5-7-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 2 of 9

835.01.03 Submittals

Submit shop drawing and product data for approval and final documentation of the quantities being provided for all materials following the requirements of TC-4.01.

The Contractor shall submit a detailed installation plan describing the materials, equipment, methods, and schedule/duration.

835.02 MATERIALS.

Three Class B compact copper conductor, EPR insulated, copper tape shielded cable, with improved mechanical resistance to crushing type forces with the aid of an extruded, non-metallic armor layer over the three conductor, extruded EPR filled cable core. Additionally, a longitudinally applied aluminum tape adhered to an extruded chemical resistant polymer layer, is then applied, followed by an overall jacket consisting of PVC. The medium voltage Type MV-105 UL rated cable can be used in primary feeder or distribution circuits. This cable is suitable for use in wet or dry locations, installed in conduit, direct burial, in duct, open air, or in cable trays. The cable shall be capable of operating continuously at a conductor temperature of 105°C for normal operation, 140°C under emergency conditions and 250°C under short circuit conditions.

835.03 CONSTRUCTION

The medium-voltage, non-metallic-armored cable shall be constructed per the diagram below and the descriptions in the associated subsections.

339 Rev. 5-7-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 3 of 9

Medium-Voltage Non-Metallic-Armored Cable Construction

835.03.01 Conductors

The conductors shall be Class B stranded, compact copper in accordance with the appropriate standards listed in Section 835.01.02. Conductor size shall be as shown on the plans and a minimum of #4 AWG.

340 Rev. 5-7-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 4 of 9

835.03.02 Conductor Shield

The conductor shield shall be a black, thermosetting, semi-conducting material extruded over the conductor and shall be compatible with both the conductor and the overlying insulation. The conductor shield thickness shall be in accordance with the latest editions of ICEA and UL 1072. The conductor shield shall be easily removed from the conductor and securely bonded to the overlying insulation. The conductor shield shall meet the requirements of ICEA and UL 1072 standards.

835.03.03 Insulation

The insulation shall be a premium quality, heat, moisture, ozone and corona resistant thermosetting ethylene propylene rubber. The insulation shall be compatible with both the conductor shield and the insulation shield. The thickness shall be at the 100% or 133% level as applicable and in accordance with the latest edition of ICEA and UL 1072. The insulation diameters shall be in accordance with ICEA S-97-682.

835.03.04 Insulation Shield

The insulation shield shall be a black, thermosetting, semi-conducting material extruded over the insulation and shall be compatible with the underlying insulation as well as the overlying metallic shield. The thickness shall comply with the requirements of the latest edition of ICEA and UL 1072. The insulation shield shall be free stripping from the insulation, leaving the insulation free from any significant residue or semi-conducting material. The tension necessary to remove the extruded insulation shield shall not be less than 3 pounds or greater than 18 pounds when tested in accordance with ICEA. There shall be no release agent or similar type of material or solution applied between the insulation and the insulation shield to facilitate the removal of the insulation shield. The insulation shield shall be marked per the requirements of ICEA. The insulation shield diameters shall be in accordance with ICEA S-97-682.

835.03.05 Extrusion Process

The cable core extruded layers shall be manufactured utilizing a single pass, dual-tandem or true- triple extrusion and steam curing process.

835.03.06 Metallic Shield

The metallic shield structure surrounding the insulation shield of each conductor shall consist of one, or two interposed, annealed, bare copper tape(s) helically applied over the insulation shield. The tape(s) shall be sized in accordance with industry standards and helically applied with a minimum overlap of 12.5%. The shield shall meet the applicable requirements of ICEA and UL.

341 Rev. 5-7-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 5 of 9

835.03.07 Phase Identification

A mylar ribbon shall be longitudinally applied under the copper tape shield for phase identification

• Phase A – Black

• Phase B – Red

• Phase C - Blue

835.03.08 Assembly

The individual phase conductors shall be cabled together with one copper ground wire in each interstice (for a total of three ground wires) sized in accordance with UL 1072 and encased by extruded fillers to make the core substantially round. A ripcord shall be included in the assembly to facilitate the removal of the subsequent layers. A suitable binder tape or string may be applied over the cabled assembly prior to the application of the extruded fillers.

835.03.09 Mechanical Protection

The three-conductor cable shall be covered with an overall extruded non-metallic polymeric armor layer with a minimum thickness of 40 mils at any point. The non-metallic armor layer shall provide the cable with five times the mechanical impact and compression protection and two times the sidewall bearing pressure limits as continuously welded aluminum armor.

835.03.10 Chemical Protection

An overall polymer layer shall be applied over the non-metallic armor layer to protect the cable core against the ingress of chemicals and hydrocarbons (oils). This layer shall consist of a hydrocarbon- resistant polymer with longitudinally applied and overlapped aluminum tape with a nominal thickness of 6-mils. The overlap shall be sealed to protect the cable from the ingress of moisture.

835.03.11 Jacket

The jacket shall be non-conducting thermoplastic polyvinyl chloride or low smoke zero halogen. It shall be tightly extruded over the polymer layer and be free stripping. The jacket shall meet the requirements of the ICEA and UL 1072 standards. The jacket shall be marked in accordance with the ICEA and UL 1072 standards.

835.04 QUALIFICATION TESTS/RATINGS.

The cable shall meet all qualification tests as required by AEIC CS8, ICEA and UL 1072. Cables with PVC or LSZH jackets shall also meet the following:

342 Rev. 5-7-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 6 of 9

1. Oil Res I and II per UL 1072 via the polymer layer.

2. Cold Bend and Cold Impact test at –40°C in accordance with CSA C22.2 No. 0.3.

3. Flame Testing in accordance with IEEE 383, IEEE 1202, UL 1072 (CT Rating), and CSA C22.2 No. 0.3 (FT4).

4. Flame testing in accordance with ICEA T-29-520 at 210,000 BTU/hr.

5. Cable must be able to withstand a sidewall bearing pressure rating of 3000 lbs/radial ft.

6. Cable must meet the crush and impact requirements of UL 1569 with the addition of being able to withstand a sharp impact of between 100 to 250 Joules, according to the cable dimensions, without damage to the underlying cable core.

7. ABS shipboard approval

8. Coast Guard approval

9. Marine shipboard approval (UL 1309)

10. Marine Shipboard Approval (IEEE 1580)

11. CT listed for use in cable trays (Approved for Class I Division II areas)

835.05 PRODUCTION TESTS.

Cable shall be subjected to and pass all applicable production tests as required by ICEA and UL 1072 standards.

835.06 CABLE ACCESSORIES.

835.06.01 Load-break Elbows

All load-break elbows shall be rated for 200A at 8.3/15kV and be designed in accordance with IEEE Standard 386TM. The elbow, when mated with a load-break bushing product meeting the requirement of IEEE Standard 386 TM, shall be suitable for energized load-make/load-break operations by a qualified lineman using an 8’ hot stick.

All load-break elbows shall be designed to accept the medium-voltage non-metallic armored cable specified above and shall be complete with molded jacket seal.

Load-break elbows shall be equivalent to, or better than Cooper 500-10-7 or Hubbell Power Systems 215LEJ load-break elbows.

343 Rev. 5-7-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 7 of 9

835.06.02 Grounding and Isolating Bushings

All insulated bushings shall be rated for 200A at 8.3/15kV, be designed in accordance with IEEE Standard 386TM and shall be equipped with a grounding lug or be otherwise capable of accepting a drain wire. The insulated bushings shall be designed to be installed in the parking stand mounted on medium-voltage switchgear and isolator panels.

Insulated bushings shall be equivalent to or better than Cooper 500-22, or Hubble Power Systems 215SB.

835.06.03 Cable Terminations/Stress Cones

Terminations used with the medium-voltage, non-metallic-armored cable shall be either single (1), or three (3) conductor terminations as required. They shall be outdoor rated and meet all specifications as recommended by the medium-voltage non-metallic armored cable manufacturer. Installation of the terminations shall be per the manufacturer’s instructions.

835.06.04 Splice Kits

The medium voltage cable shall be installed in single pieces without splices as permitted by standard reel lengths. Splice kits used with the medium-voltage, non- metallic-armored cable shall be either single (1), or three (3) conductor splices as required. They shall be outdoor rated and meet all specifications as recommended by the medium-voltage non- metallic armored cable manufacturer.

835.06.05 Ground Kits

Ground kits used where required with the medium-voltage, non-metallic-armored cable shall be meet all specifications as recommended by the medium-voltage non-metallic armored cable manufacturer. Installation of the ground kits shall be per the manufacturer’s instructions.

835.06.06 Cable Preparation Tools

Cable preparation tools used to remove cable jackets and prepare conductors for splicing and/or terminations, shall meet all specifications as recommended by the medium-voltage non-metallic armored cable manufacturer.

835.07 EXECUTION.

835.07.01 Packaging

Cable shall be supplied on wooden reels in accordance with NEMA WC 26, except where cable weight deems the necessity of steel reels or unless otherwise recommended by the manufacturer. Reels shall be sized in accordance with the cable length required and reel capacity.

344 Rev. 5-7-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 8 of 9

835.07.02 Installation

The installing Contractor shall use only cable manufacturer-recommended tools and accessories such as outdoor-rated splice kits, terminations, NEMA-compliant lugs, ground kits and cable preparation tools.

Prior to installation, the Contractor shall provide an installation plan as documented in Section 835.01.03 Submittals.

The installing Contractor shall install the cable according to the location and installation procedures identified in the drawings, complying with:

• the manufacturer’s recommended installation practices;

• all applicable codes; and

• MDTA’s access rules/restrictions.

Cables shall be tested for continuity and electrical characteristics with a Time Domain Reflectometer (TDR), prior to installation (on the reels) and post installation, in accordance with Section 835.07.03.

The installing Contractor shall remove and properly dispose of all empty cable reels and refuse in accordance with applicable MDTA, state and environmental requirements.

Coordinate all work in this section with all work of other sections.

835.07.03 Testing

The cable and transformers and switch gear the cable is connected to shall be tested prior to energization. Test results shall be provided to the Engineer/MDTA for review and approval prior to commissioning. In the case that segments of cable are found to be out of spec either before or after installation, the test results shall be brought to the attention of the Engineer/MDTA for determination of mitigating action – repair or replace.

Testing shall meet and/or exceed all requirements of the latest edition of the InterNational Electrical Testing Association (NETA) – Electrical Acceptance Testing Specification (ATS) and shall include all optional tests. All new electrical equipment shall be tested with Infrared Scan/Thermographic Surveys.

Submit test results as defined in NETA ATS specification. For Medium Voltage cable, Time Domain Reflectometer TDR traces for each conductor for each cable segment shall also be submitted for review and approval by MDTA or its delegate in accordance with the following:

345 Rev. 5-7-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 9 of 9 a) Use a TDR that can store traces electronically and save each final trace. b) The TDR shall have suitable dynamic range and performance characteristics as determined by the MDTA. c) Use test leads or a launch box of sufficient length to ensure the start of the conductor under test is not in the “dead zone” of the TDR. The first connection to the link under test shall be visible on the trace. d) Expand the vertical and horizontal scales used on the TDR to maximize the amount of detail shown on the TDR trace, even if these parameters can be adjusted later using display software. e) TDR traces shall be recorded to an electronic format. The software and applicable licenses required to read the TDR traces shall be provided to the MDTA at no extra charge. f) Ensure that traces identify the end points of the conductor under test and the conductor designation. If this information is not provided by the trace itself, provide a cross-reference table between the stored trace file name and the conductor designation.

835.04 MEASUREMENT AND PAYMENT.

Non-metallic Armored Cable shall be measured and paid as specified in Section 810.

Cable terminations will be measured and paid for at the Contract unit price per each. The cost shall include the materials, labor, and equipment necessary to furnish and install the cable termination.

5kV Medium Voltage Cable Termination Kits Each

Loadbreak elbows will be measured and paid for at the Contract unit price per each. The cost shall include the materials, labor, and equipment necessary to furnish and install the loadbreak elbow.

5kV Medium Voltage Cable Loadbreak Elbows Each

Splice kits for the 3-conductor, non-metallic-armored cable will be measured and paid for at the Contract unit price per each. The cost shall include the materials, labor, and equipment necessary to furnish and install the splice kit.

5kV Medium Voltage Cable 3/C Splice Kit Each

Testing in accordance with this section and Section 820 – General Electrical Work and Testing will not be measured but the cost will be incidental to the other pertinent items specified in the Contract Documents.

346 Rev. 5-7-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 7 CATEGORY 800 TRAFFIC SECTION 838 – MEDIUM-VOLTAGE PAD MOUNTED TRANSFORMERS AND DISTRIBUTION PANELS 838.01 DESCRIPTION

This work includes the installation of pad-mounted, oil filled, encapsulated, three-phase, medium voltage power transformers used to step down from 4160V (Delta) to 480V (Y) and electrical distribution panels as shown on the plans and as specified in the Contract Documents.

838.01.02 References.

• ANSI C57.12.00-2015 IEEE Standard for General Requirements for Liquid Immersed Distribution, Power, and Regulating Transformers

• ANSI C57.110

• NEMA ST-20

• CSA C22.2 No. 47 and UL 1561

• IEEE C2

• IEEE C62.11

• IEEE C57.12.90

838.02 MATERIALS.

All electrical materials shall be UL listed.

Grounding Section 804

Identification Section 834

Electrical Wiring Section 810 / Section 950.06

Fuses Section 843

Concrete Section 902.10

Reinforcing Steel Section 908.02

Steel Channels and Brackets Section 909.02

Hardware Section 909.06 347 Rev. 5-7-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 2 of 7

Conduits Section 921.07

Electrical Control and Distribution Equipment Section 950.13

838.02.01 Transformer Electrical.

1. Primary Voltage: Three Phase 4160 Delta Volts

2. Primary Voltage BIL Rating: Comply with IEEE C57.12.26 requirements

3. Secondary Voltage: Three Phase 480/277Y Volts

4. Secondary Voltage BIL Rating: Comply with IEEE C57.12.26 requirements

5. kVA Rating: As shown on plans

6. System Frequency: 60 Hertz

7. Primary Taps: Comply with IEEE C57.12.26 requirements

8. Impedance: 5.75% max

838.02.02 Transformer Performance.

1. Insulation Class: 200° C

2. Temperature Rise: 130° C

3. Efficiency: Meets or exceeds DOE 10 CFR Part 431 Efficiency Standards

4. Sound: per ANSI C57.12.01

5. Seismic: Meet all seismic parameters for IBC 2009 and NBCC 2005 for ground level installations only for all locations in North America. OSHPD-certified as Dry Type Transformer with rigid floor mounted anchorage.

6. Vibration: Able to operate normally, with a normal life expectancy of 25 years, under the environmental conditions present at the locations shown on the plans.

348 Rev. 5-7-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 3 of 7

838.02.03 Transformer Construction.

Transformers shall be designed, constructed and rated in accordance with UL, CSA, and NEMA standards and shall meet the following additional specifications:

Compartment Construction:

1. Single compartment for high-and low-voltage sections, clamshell style, with provision for padlocking hinged cover and single-point latching.

2. Individual compartments for high-and low-voltage sections, formed by steel isolating barriers that extend full height and depth of compartments. With hinged, lift-off doors, with a stop in the open position, three-point latching, and provision for padlocking.

3. Stainless Steel, NEMA 4X construction.

Primary Fusing: Designed and rated to provide thermal protection of transformer by sensing overcurrent and high liquid temperature.

1. 150-kV BIL current-limiting fuses, conforming to the requirements of IEEE C37.47.

2. Interrupting Rating: 50,000 root mean square (rms) A symmetrical at the system voltage.

3. Fuse Assembly: Bayonet-type, liquid-immersed, expulsion fuses in series with liquid-immersed, partial-range, current-limiting fuses. Bayonet fuse shall sense both high currents and high oil temperatures to provide transformer with thermal protection.

4. Provide bayonet fuse assembly with an oil retention valve and an external drip shield inside the housing to eliminate or minimize oil spills. Valve shall close when fuse holder is removed.

5. Provide a conspicuously displayed warning adjacent to the bayonet fuse (s), cautioning against removing or inserting fuses unless transformer has been de-energized and tank pressure has been released.

High-Voltage Section:

1. Dead-front design.

2. To connect primary cable, use separable insulated connectors; coordinated with and complying with requirements of Section 835 – Medium Voltage Non-Metallic Armored Cables. Bushings shall be one-piece units, with ampere and BIL ratings the same as connectors.

3. Bush inserts and feed-through inserts:

a. Conform to requirements of IEEE 386.

349 Rev. 5-7-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 4 of 7

b. Rated at 200A, with voltage class matching connectors. Provide a parking stand near each busing well. Parking stands shall be with insulated standoff bushings for parking of energized load-break elbow connectors on parking stands.

c. Provide insulated protective caps for insulating and sealing out moisture from unused bushing inserts and insulated standoff bushings.

4. Load Break Connections/Bushings:

a. Fuse Assembly: Bayonet-type, liquid-immersed, expulsion fuses in series with liquid- immersed, partial-range, current-limiting fuses. Bayonet fuse shall sense both high currents and high oil temperature to provide thermal protection to the transformer. Connect current- limiting fuses ahead of radial-feed load-break switch.

b. Provide bayonet fuse assembly with an oil retention valve and an external drip shield inside the housing to eliminate or minimize oil spills. Valve shall close when fuse holder is removed, and an external drip shield is installed.

c. Provide a conspicuously displayed warning adjacent to bayonet fuse(s), cautioning against removing or inserting fuses unless transformer has been de-energized and tank pressure has been released

5. Bushing wells configured for loop-fee application.

6. Access to liquid-immersed fuses.

7. Dead-front surge arrester(s).

a. Surge Arrestors: Comply with IEEE C62.11, Distribution Class; metal-oxide-varistor type, fully shielded, separable-elbow type, suitable for plugging into the inserts provided in the high-voltage section of the transformer. Connected in each phase of incoming circuit and ahead of any disconnecting device.

8. Tap-changer operator.

9. Ground pad.

Low-Voltage Section:

1. Provide low voltage bushings with each NEMA spade terminal. Spade terminals shall be drilled for terminating the number of conductors indicated on the Drawings.

Transformer Accessories:

1. Drain and filter connection.

350 Rev. 5-7-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 5 of 7

2. Filling and top filter press connections.

3. Pressure-vacuum gauge.

4. Dial-type analog thermometer with alarm contacts.

5. Magnetic liquid level indicator with high and low alarm contacts.

6. Automatically resetting pressure-relief device. Device flow shall be as recommended by manufacturer. With alarm contacts and a manual bleeder.

7. Stainless-steel ground connection pads.

8. Machine-engraved nameplate made of anodized aluminum or stainless steel.

9. Sudden pressure relay for remote alarm or trip when internal transformer pressure rises at field- set rate. Provide with seal-in delay.

10. Metering/Monitoring:

a. Install the following: Sensors, BAS interface, Kilowatt-hour meter, Kilowatt-hour demand meter.

b. Controllers: Support serial MS/TP and Ethernet IP communications, and able to communicate directly via RS-485 serial networks and Ethernet 10Base-T networks as a native device.

11. The oil-cooled transformers shall have a dissolved gas analysis (DGA) monitoring system with local annunciation. In addition, the DGA monitoring device shall have the capability to be remotely monitored and shall be connected for such monitoring as shown on the plans or as directed by the Engineer. Provide (1) licensed copy of a monitoring software per transformer.

838.03 CONSTRUCTION.

838.03.03 Submittals.

Submit working drawings and product data for approval and final documentation of the quantities being provided for all materials following the requirements of Section TC-4.01.

Product Data shall include kVA rating, temperature rise, detailed enclosure dimensions, primary & secondary nominal voltages, primary voltage taps, no load & full load losses per NEMA ST-20, impedances, unit weight, warranty.

351 Rev. 5-7-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 6 of 7

838.03.05 Warranty.

The transformer shall carry a 1 year or greater warranty.

838.03.04 Storage and Handling.

Store and handle all equipment and materials in strict compliance with manufacturer’s instructions and recommendations.

Protect from potential damage from weather and construction operations. Store so condensation will not form on or in the equipment housings and if necessary, apply temporary heat where required to obtain suitable service conditions.

Handle transformer using proper equipment for lifting and handling; use lifting eyes and/or brackets provided for that purpose when necessary.

838.03.01 Installation.

Install the Transformer per the manufacturer’s recommended installation practices as found in the installation, operation, and maintenance manual and comply with all applicable codes as well as the following:

1. Make sure that the transformer is level.

2. Check for damage and loose connections.

3. Mount transformer to comply with all applicable codes.

4. Install seismic restraint where indicated on the plans.

5. Coordinate all work in this section with all work of other sections.

6. Prior to energizing transformer, verify secondary voltages and if necessary adjust primary taps

7. Install transformers on cast-in-place concrete equipment base(s). Comply with requirements for equipment bases and foundations.

8. Grounding: Install six ground rods and ground ring around the pad. Ground pad-mounted equipment (transformer enclosure, neutral, primary cable ground, surge arrestors, distribution panel, other manufacturer recommended components) and noncurrent-carrying metal items by connecting them to underground cable and grounding electrodes. Install tinned-copper conductor not less than No. 2 AWG for ground ring and for taps to equipment grounding terminals. Bury ground ring not less than 6 inches (150 mm) from the foundation. Make all underground connections by exothermic weld. Maximum ground resistance shall meet the requirements of Section 805.

352 Rev. 5-7-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 7 of 7

9. Install communications cabling for remote transformer monitoring to the location shown on the plans or to the nearest network switch. Configure the equipment for remote monitoring on MDTA’s network, as directed by the Engineer.

10. Identify all equipment following Section 834 – Electrical Identification.

838.03.02 Testing.

The transformer shall be tested prior to energization as defined in Section 835 – Medium Voltage Non-Metallic Armored Cables.

838.04 MEASUREMENT AND PAYMENT.

Medium Voltage Pad Mounted Transformers (Step-Down) and Distribution Panels will be measured and paid for at the Contract Unit Price per Each, based on the kVA rating of the transformer. The payment shall include all submittals, warranties, commissioning, testing, materials, labor, equipment, tools, and all other incidentals necessary to provide a complete installation.

353 Rev. 5-7-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 4 CATEGORY 800 TRAFFIC SECTION 840 - FIBER OPTIC CABLES

840.01 DESCRIPTION.

840.01.01 This work shall include furnishing and installing fiber optic cables.

840.02 MATERIALS

Fiber Optic Cables 950.16

Underground Utility Markers 950.17

840.02.01 All fiber optic cables installed out of doors shall be rated for outdoor use. Fiber optic cables installed in the ventilation shafts of the tunnels shall be rated for outdoor use and be plenum (OFNP) rated. Fiber optic cables used inside building shall be plenum rated (OFNP) unless specifically noted in the plans.

840.02.02 Fiber Optic cables shall be loose-tube gel fee, gel-filled or tight buffered as specified on the plans. Where no specification is provided, cable shall be loose tube gel free type.

840.03 CONSTRUCTION

840.03.01 All fiber optic cables installed in this project shall be permanently marked and labeled at both ends of the cable and inside all handboxes, pull boxes, splice boxes, and handholes.

840.03.02 All fiber optic cables shall be installed in accordance with ANSI/NECA/BICSI 568-2006 Standard for Installing Commercial Building Telecommunications Cabling.

840.03.03 All exposed fiber optic cables installed in a building shall be marked and labeled every 50 feet.

840.03.04 Splicing Reels of Cable. The method of joining two reels of fiber optic cable shall be fusion splicing all trunk cable fibers of one reel to the corresponding fibers in the second reel. All splices for joining two fiber reels of trunk cable together shall be made in the splice boxes at the locations shown on the plans, approximately 6000 feet between splice boxes. In other words, when a reel runs out of cable, any excess beyond the planned termination point shall be cut off and disposed of by the Contractor. The splice joining the two cable reels shall be made in the splice box that contains the cable-to-cable splice. It shall be the Contractor's responsibility to calculate the cost to join fiber optic reels on the project based upon the reel lengths that the Contractor orders. Where interconnect system length permits, the Contractor can avoid the cost of joining cable reels together by ordering a single reel of sufficient length to extend from one end of project to the other.

354 Rev. 5-7-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 2 of 4

840.03.05 Before any fiber-optic cable installation is performed, the Contractor shall submit to the Engineer a copy of the cable manufacturer's recommended and maximum pulling tensions for each cable size and type.

(a) These pulling tensions shall be specified for pulling from the cable's outer jacket.

(b) Included with these pulling tensions shall be a list of the minimum allowable cable bending radius and the cable manufacturer's approved pulling lubricants and guidelines for their application. Only these lubricants will be permitted. The bending radius shall be 20x the diameter of the cable, or whatever is specified by the manufacturer, whichever is larger. The installation technique shall not bend the cable to a radius smaller than the bending radius.

840.03.06 Transportation and Handling of fiber Optic Cables. Cables shall be packaged wound on non-returnable wood spools or reels. The diameter of the drum shall be a minimum of 20 times the diameter of the cable. Each reel shall contain only one continuous length of cable. Labels shall be attached to the reel showing length, cable identification name and number, and date of manufacture. In addition, the Contractor shall:

(a) Provide documentation to accompany each reel that shows the attenuation of each cable fiber in dB/km.

(b) Support the cables and avoid crushing, stressing, and over-bending.

840.03.07 The Contractor shall comply with the cable manufacturer's specifications regarding bend radius and maximum tensile loading.

840.03.08 The Contractor shall not allow cables to hang freely without support at the cable manufacturer's recommended points.

840.03.09 The Contractor shall not allow the cable to press against or rest on sharp edges.

840.03.10 Fiber optic cable installed in conduit, or pulled into any other raceway or path, shall be in accordance with the following:

(a) The Contractor shall provide cable lubricant compatible with the cable sheathing material when pulling the cable. The Contractor shall attach pulling fixtures to the cable strength members. When indirect attachments are used, the Contractor shall match the grip diameter and length to the cable diameter and characteristics. When indirect attachment is used on cables having only central strength members, the Contractor shall reduce pulling forces to ensure that fibers are not damaged from forces being transmitted to the strength member.

(b) Mechanical stress placed upon the cable during installation shall be such that the cable is not twisted nor stretched.

355 Rev. 5-7-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 3 of 4

(c) The Contractor shall provide a cable feeder guide between the cable reel and the face of the duct or conduit to protect and guide the cable into the duct or conduit as it is rolled off the reel. As the cable is rolled off the reel, the Contractor shall carefully inspect the jacket for defects. The Contractor shall take precautions during installation to prevent the cable from being kinked or crushed and that the minimum bend radius is not exceeded at any time. The Contractor shall hand feed and guide the cable through each junction box and apply additional lubricant at intermediate junction boxes. When practical, the Contractor shall use the center pulling technique to lower pulling tension. When the cable is pulled out of a junction box, it shall be protected from dirt and moisture.

(d) After installation, there shall be no tension except due to cable weight. Nor shall a door, cover, or lid press against the cable.

(e) Where the pulling method used may exceed the tensile loading of the cables, a breakaway device shall be used between the pulling device and the cable. The breakaway device shall break prior to exceeding the rated tensile load. Alternatively, a tension-meter may be used to continuously monitor pulling tension provided the contractor adjusts pulling in real time to stay below manufacturer’s documented limits. The use of the tension-meter as an alternate may be disallowed by the Engineer if it is found that the contractor has exceeded tension limits or if cable damage is found; in such event the breakaway device shall be used.

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

(g) The central strength member and the aramid yarn shall be directly attached to the pulling eye. "Basket Grip" type attachments to the outer jacket of the cable shall not be permitted. A breakaway swivel shall be used on all pulls.

840.03.11 50’ of slack fiber shall be coiled in each manhole, vault, junction box, and handhole, unless directed otherwise by the engineer.

840.03.12 Underground Utility Marking. Place Underground Utility markers along all underground utility runs for all directional bored conduit, except where the directional bore runs underneath pavement. Note: markers are not required where conduit is trenched and trenching tape has been used. Markers shall be visible, and flat and level with the ground, and installed properly and as specified by manufacturer instructions. Markers shall be placed soundly into the earth, not below grade and not sticking up above the earth. Place markers at 75’ intervals minimum where straight runs are installed. Additionally place markers at all points where underground utilities turn or change direction. To determine if additional markers are necessary, a straight line laid between two adjacent markers shall be placed, if the underground utility strays laterally more than 18” from the straight line, then additional markers shall be placed such that the utility does not stray more than 18” from the straight connecting line between two adjacent markers. 356 Rev. 5-7-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 4 of 4

Additionally, a marker shall be located between 5’-7’ of a handhole, manhole, road crossing and starting/terminating location. The intent is to help identify which direction the conduit takes when it leaves the manhole.

Note: All disks are to be placed at time of bore. This improves accuracy and eliminates the need to return to the site and relocate the utility run.

840.04 MEASUREMENT AND PAYMENT

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

In addition, the following services/work shall be incidental to the listed pay item(s):

• The contractor’s quality assurance and quality control responsibilities

• Construction stake out and coordination

• Testing as specified in the Special Provisions and Specifications

The pay item(s) for this Section includes:

840.04.01 Fiber Optic Cables

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

840.04.02 Underground utility markers shall be considered incidental to the related items of work.

357 Rev. 5-7-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 7 CATEGORY 800 TRAFFIC SECTION 841 - FIBER OPTIC CABLE TERMINATIONS AND SPLICING 841.01 DESCRIPTION

This work shall include terminating or splicing of existing fiber optic cables, or splicing new cables to existing fiber optic cables.

841.02 MATERIALS

841.02.01 Fiber Optic Cables

(a) Refer to Section 840 and Section 950.16 of the Specifications

(b) Labeling refer to 950.16 of the specifications.

(c) All fiber optic cables extending more than 50 feet inside buildings and in tunnels (including exhaust and fresh air ducts) shall be plenum rated, type OFNP.

841.02.02 Terminations

(a) All terminations shall be of the ST type. ST connectors shall be in conformance with TIA/EIA- 4750000B OOB and TIA/EIA-604-2-A.

(b) The maximum loss shall be 0.75 dB per mated pair, or 0.5 dB for each termination. Any termination with losses above these limits shall be removed and replaced by the Contractor at its sole expense.

(c) Terminations shall have ceramic ferrule and metallic bayonet connector. All terminations shall have a boot with integral strain relief.

(d) Leave at least 24” (up to 6’ is preferred) of slack cable at terminations, neatly coiled, arranged, and tied down for future repairs or re-termination.

(e) The Contractor shall use fiber pigtails with pre-connectorized ST connectors from the factory. The input side of the pigtail shall be fusion spliced in the field to the distribution fibers by the Contractor. The connectorized end of the pigtail shall terminate on the rear side of patch panel. The use of any type of mechanical connectors that are assembled onto the cable in the field shall not be permitted.

841.02.03 Splice Enclosures

(a) Refer to Section 964 of the Specifications.

(b) Underground splice enclosures shall be dome or butt type. All cables shall enter through the bottom of the splice enclosure. 358 Rev. 5-7-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 2 of 7

(c) Leave at least 24” (up to 6’ is preferred) of slack cable inside splice cases, neatly coiled, arranged, and tied down for future repairs or re-splicing.

(d) Leave at least 25’ of coiled slack cable (or more if the plans specify more) in the associated manhole or handbox that the splice case is installed. If the manhole or handbox does not have room for slack cable, slack cable may be left in the next nearest manhole or handhole but consult the engineer prior to work.

(e) The inside of splice enclosures shall be clean and dry. If re-entering a splice enclosure, clean and dry the interior prior to re-sealing the enclosure. Seal water tight prior to placing underground.

841.02.04 Fusion Splices. Each finished splice shall have a loss of 0.15 dB or less for single-mode fiber and 0.30 dB or less for multimode fiber. Loss calculations shall be done in each direction on the cable and must meet the minimum requirement in each direction separately.

841.02.05 Splice Protection. The spliced and stripped cable shall be protected by a splice enclosure (refer to Section 964). All fiber splices are housed in splice trays or organizers inside an enclosure. The proper splice tray (refer to Section 964) shall be selected based on the type of protection required by the splice. Each splice shall be individually mounted and mechanically protected on the splice tray. No stress shall be placed on the finished splices within the splice enclosure. Fusion splices require additional protection and strain relief (i.e., fiber optic fusion splice protectors) that can be provided by glass capillaries, heat shrink tubing, or silicone sealant.

841.03 CONSTRUCTION

841.03.01 All splices shall be fusion type and be installed in approved fiber optic splicing trays, splicing enclosures, or other approved devices. Splices are permitted only where indicated on plans.

841.03.02 At no time shall the bending radius of a cable be exceeded. For all cables, the maximum bending radius shall be 20 times the cable diameter during installation (under tension). After installation, the maximum bending radius shall be 10 times the cable diameter (with no pulling tension).

841.03.03 At no time shall the pulling (tensile) strength of the cable be exceeded during installation. The Contractor must take appropriate precautions to assure that the installation does not damage the cables.

841.03.04 An experienced and trained fiber optic cable technician shall perform all splices and terminations. The Contractor shall submit to the Engineer documentation on its technician’s experience of at least one year, or recent certification from an independent organization, for fiber optic cable splicing and termination. All splicing and terminations shall be in accordance with these specifications and the latest versions of applicable EIA/TIA standards.

359 Rev. 5-7-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 3 of 7

841.03.05 Identification Tags. Furnish and install circuit wiring identification tags in all manholes, handholes, junction boxes, control cabinets, wire troughs, and service pedestals. Furnish and install circuit wiring identification tags every 50 feet in cable trays. For fiber optic, data, telco, or other communications cables consult engineer for labeling text. Generally the start and end point of the cable shall be used. For example, “HUB#1 to HUB#2”. Attach all identification tags with two wire ties.

841.04 TESTING AND TEST EQUIPMENT

841.04.01 All testing and test equipment shall be in conformance with the following:

(a) TIA/EIA-455-B Standard Test Procedure for Fiber Optic Fibers, Cables, Transducers, Sensors, Connecting and Terminating Devices, and other Fiber Optic Components.

(b) TIA/EIA-526 Standard Test Procedures for Fiber Optic Systems.

841.04.02 All fiber optic cables, splices, and terminations shall be tested using an Optical Time Domain Reflectometer (OTDR). OTDR testing shall occur after completion of the installation, splice, or termination.

841.04.03 OTDR measurements shall be made once in each direction on each fiber. OTDR graphs, raw data, event tables shall be stored on disk and submitted to the MDTA.

841.04.04 Where OTDR results indicate excessive loss, or other problems, in existing fibers, terminations, or splices, the Contractor shall submit those findings to the Engineer as soon as possible.

841.04.05 Testing Fiber Optic Cables

Circuit tests shall be performed to verify that each fiber is connected to the proper circuit, and that it is continuous with no breaks, or damaged sections, in the fiber. All strands shall meet current EIA/TIA-568C (or later) specifications. Dark fibers and excessive attenuation due to breaks, bends, bad splices, defective connectors and bad installation practices shall not be accepted and shall be corrected. For fiber optic testing standards, see TIA-455-171 (FOTP-171), TIA 526-14 (multimode), TIA 526-7 (single-mode).

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

(b) Upon completion of testing, replace or repair any failed cable(s) with a new fiber or cable, and test the new cable to demonstrate acceptability. Where test results indicate or suggest problems with the test gear or test methods the contractor may be permitted to re-test the cable using improved methods or gear. If passing test results cannot be obtained the fiber must be replaced and retested until passing test results are achieved.

360 Rev. 5-7-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 4 of 7

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

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

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

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

(g) Test results shall include bidirectional OTDR trace reports that are generated from the unidirectional OTDR traces from either end of the fiber under test. The bidirectional OTDR reports shall show the average loss for each splice in the fiber.

(h) Test results shall be documented on paper and stored on a computer optical disk (CD or DVD) and shall be turned over to the electrical inspector after testing is complete. Attachment 841-A to this Section shows a sample fiber optic test report. Insertion loss measurements recorded and printed by the OLTS is the format preferred over manual records. Results of insertion loss testing and OTDR traces event tables shall be submitted along with paper and electronic formats of cable manufacturer’s factory testing documentation, cable end point linear numbers, splicing diagrams (i.e., matrices), and other diagrams and data to aid in the Engineer’s understanding of the results submitted for review. Test results shall include both PDF and raw OTDR trace files of all OTDR testing.

(i) The fiber optic test results shall be organized in a manner that clearly identifies the fibers being tested. The naming convention of the fiber in the test reports and their organization shall consistent with the system design that the fiber is supporting and consistent with the field labelling applied to the fiber.

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

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

361 Rev. 5-7-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 5 of 7

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

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

(n) All fiber optic cable tests shall be performed in both directions.

841.05 METHOD OF MEASUREMENT AND BASIS OF PAYMENT

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

In addition, the following services/work shall be incidental to the listed pay items:

• The contractor’s quality assurance and quality control responsibilities

• Construction stake out and coordination

• Testing as specified in the Special Provisions and Specifications

The pay items for this Section includes:

841.05.01 Fiber optic cable terminations shall be paid for according to each completed, installed, tested, and accepted unit.

841.05.02 Fiber optic cable splices shall be paid for according to each completed, installed, tested and accepted unit.

841.05.03 Splice Enclosures shall be paid for according to each unit by the maximum fiber capacity per enclosure.

841.05.04 OTDR testing, report compilation and submission, and any necessary repairs required as a result of OTDR test results shall not be measured or paid separately, but shall be considered as incidental to installation of the associated fiber optic cable, patch cable, termination, or splice.

362 Rev. 5-7-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 6 of 7 ATTACHMENT 841-A SAMPLE FIBER OPTIC CABLE TEST REPORT (To be filled out after installation is complete) Job Name: Fiber Cable: Job ID: Location (A): Location (B): ANSI/EIA/TIA 568C: Cable Loss Factor (CLF); 1km=3280.83 feet

3.50 dB/km @ 850 nm for 62.5/125 m MM

1.50 dB/km @ 1300 nm for 62.5/125 m MM

1.0 dB/km @ 1310 nm and 1550 nm for Indoor Cable

0.40 dB/km @ 1310 nm and 1550 nm for OSP SM (Tighter Spec than TIA 568C)

0.40 dB/km @ 1310 nm and 1550 nm for ISP SM (Tighter Spec than TIA 568C)

Connector Loss (CL) ≤ 0.75 dB per mated pair of connectors

Splice Loss (SL) ≤ 0.15 for SM, and 0.30 dB for MM each as measured unidirectionally by OTDR at both wavelengths (850/1300 MM, 1310/1550 SM)

To calculate ACCEPTABLE LOSS (dB): Multiply cable length x (CLF) + (CL) + (SL) = dB margin. Write this value in the table in the appropriate location on the table below.

Write measured loss from point A-B and B-A in the appropriate locations in the table below. The “Trace ID” column is used to link the traces to the measured values in the table. At the top of the form the sheath ID must be used identify which sheath is being tested.

Attach a legible paper copy of the following to the hardcopy submittal, and a legible electronic copy of the same to the electronic submittal:

1) Attach a copy of the manufacturer’s factory testing data that came with the fiber cable.

2) Attach a line diagram or map showing lengths and splice locations.

a) This map or diagram shall include the appropriate linear cable length marks indicating where those marks can be found. b) This map or diagram shall include and indicate the approximate length of fiber within a splice case.

3) Attach OTDR traces and measurement result.

363 Rev. 5-7-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 7 of 7

Job Name: Fiber Cable ID: Job No.: Sheath ID: Note: Test Date: Location A: Location B: Cable Length Strand No. A to B (dB) Trace ID B to A (dB) Trace ID Fiber ID Feet 1 Blue 2 Orange Check One: □ 850 NM MM 3 Green □ 1310 NM SM 4 Brown

Acceptable Loss: 5 Slate 6 White ______dB 7 Red 8 Black 9 Yellow 10 Violet 11 Rose 12 Aqua Cable Length Strand No. A to B (dB) Trace ID B to A (dB) Trace ID Fiber ID Feet 1 Blue

Check One: 2 Orange □ 1300 NM MM 3 Green □ 1550 NM SM 4 Brown

Acceptable Loss: 5 Slate 6 White ______dB 7 Red 8 Black 9 Yellow 10 Violet 11 Rose 12 Aqua

Technician Name (Printed): ______

Technician Signature: Date:

364 Rev. 5-7-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 3 CATEGORY 800 TRAFFIC SECTION 843 – FUSES 843.01 DESCRIPTION. This Section includes installation of the following:

1. Fuses rated for use in the Medium Voltage fused ring switches at 3 step-down locations

2. Fuses rated for use in the Low-Voltage (480V and 240V) Disconnect Switches located at each gantry.

843.02 MATERIALS.

843.02.01 Manufacturers.

Subject to compliance with requirements, provide products by one of the following:

1. Cooper Bussman, Inc.

2. Eagle Electric Mfg. Co., Inc.; Cooper Industries, Inc.

3. Ferraz Shawmut, Inc.

4. Tracor, Inc.; Littelfuse, Inc. Subsidiary.

5. MDTA approved equal.

843.02.02 Cartridge Fuses.

Characteristics: NEMA FU 1, nonrenewable cartridge fuse; class and current rating indicated; voltage rating consistent with circuit voltage.

843.03 CONSTRUCTION.

843.03.01 Submittals.

Product Data: Include the following for each fuse type indicated:

1. Dimensions and manufacturer’s technical data on features, performance, electrical characteristics, and ratings.

2. Let-through current curves for fuses with current-limiting characteristics.

3. Time-current curves, coordination and tables, and related data.

4. Operations and maintenance data, including emergency, operation, and maintenance manuals. 365 Rev. 5-7-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 2 of 3

Ambient Temperature Adjustment Information: If ratings of fuses have been adjusted to accommodate ambient temperatures, provide list of fuses with adjusted ratings.

1. For each fuse having adjusted ratings, include location of fuse, original fuse rating, local ambient temperature, and adjusted fuse rating.

2. Provide manufacturer’s technical data on which ambient temperature adjustment calculations are based.

843.03.02 Quality Assurance.

Source Limitations: Obtain fuses from a single manufacturer.

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.

Comply with NEMA FU 1 and NFPA 70.

843.03.03 Project Conditions.

Where ambient temperature to which fuses are directly exposed is less than 40 deg F or more than 100 deg F, apply manufacturer’s ambient temperature adjustment factors to fuse ratings.

843.03.04 Coordination.

Coordinate fuse ratings with utilization equipment nameplate limitations of maximum fuse size.

843.03.05 Extra Materials.

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. Fuses: Quantity equal to 10 percent of each fuse type and size, but no fewer than 6 of each type and size.

843.03.06 Examination.

Examine utilization equipment nameplates and installation instructions. Install fuses of sizes and with characteristics appropriate for each piece of equipment.

Evaluate ambient temperatures to determine if fuse rating adjustment factors must be applied to fuse ratings.

Proceed with installation only after unsatisfactory conditions have been corrected.

366 Rev. 5-7-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 3 of 3

843.03.07 Fuse Applications.

Type for medium-voltage switches, as recommended by the switch manufacturer, with size as shown on the drawings or as recommended by the medium-voltage transformer manufacturer.

Type for 480V or 240V fused disconnect switch, as recommended by the switch manufacturer, with size as shown on the drawings or as recommended by the low-voltage transformer manufacturer.

843.03.08 Installation.

Install fuses in fusible devices. Arrange fuses so rating information is legible without removing fuse.

843.03.09 Identification.

Label equipment, interconnecting wiring, and components; provide warning signs as specified in Section 834 Section "Electrical Identification."

Install labels indicating fuse replacement information on inside door of each fused switch.

843.04 MEASUREMENT AND PAYMENT.

FUSES will not be measured and paid for separately, but the cost will be incidental to the pertinent items requiring fuses that are specified in the Contract Documents.

367 Rev. 5-7-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 3 CATEGORY 800 TRAFFIC SECTION 875 – UTILITIES STATEMENT 875.01 DESCRIPTION. This work shall consist of the Contractor’s attention and action to avoid construction conflicts with existing utilities.

875.02 MATERIALS. Not Applicable.

875.03 CONSTRUCTION.

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

(b) The Contractor shall contact “MISS UTILITY” 1-800-257-7777 (MD Western Shore) or 1-800- 441-8355 (MD Eastern Shore) in accordance with the “Miss Utilities” Special Provision included within these Contract Documents.

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

368 1-2-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 2 of 3

EMERGENCY UTILITY CONTACT INFORMATION LIST Utility Name Emergency Number Comments Century Link Century Link 877-366-8344 First Response Fiber Optic Cable (877-dont dig) (Formerly Level 3) Bill Curlett 410-971-8789 MDOT/RSA Fiber Coordinator Mark Kaminski 732-767-2444 Engineering SHA Fiber Optic Cable to Primary: Vacant Office: 410-747-8590 Traffic Devices (i.e., DMS, Willy Gayle Office: 410-455-8330 Cameras, Sensors, etc.) SHA Lighting Les Townsend 410-321-2800 Pager: 410-307-2624 Nextel Direct; 164*75*1654 MdTA Fiber Optic Cable to Contact State 410-537-1234 Traffic Devices (i.e., DMS, AOC (Advanced Cameras, Toll Facilities, Operations ITS System, etc.) Center) MDTA Lighting and Richard Jaramillo 410-295-8157(O) Bay Bridges (US 50) Utilities 443-468-4545(C)

Jamie Turner 443-324-8369 Bay Bridges (US 50) Comcast Response Call 410-649-4944 Center BGE - Gas 410-685-0123 General Number, Use Prompts BGE - Electric Distribution 410-685-0123 General Number, Use Prompts BGE - Transmission Lines 410-685-0123 General Number, Use Prompts Verizon Maintenance 866-481-0100 Center

Pepco John Koroma 202-388-2632 Washington Gas Theresa Curtis 703-750-5816 Transcontinental Gas 1-800-440-8475 Colombia Gas 1-800-853-7191 Washington Suburban Marci Tucker 301-206-8577 Sanitary Commission Delmarva Power 1-800-898-8042 1-800-375-7117 Ann Arundel County DPW Bureau of Utilities 410-222-7500 Queens Anne’s County Water / Sewer 410-758-0920 DPW 410-643-3535 (e) Any existing utilities requiring relocation or adjustment shall be relocated or adjusted by the agency responsible for their maintenance or by the owner of the utility unless otherwise indicated in the Contract Documents. The Contractor shall give sufficient notice to the specific utilities of the Contractor's overall plan for construction. The utility companies will establish the lead time necessary to meet the applicable utility work schedule and coordinate with the Contractor's work operations based upon the Contractor's overall plan. Existing utilities shall remain in service for the duration of construction until relocated facilities are permanently installed and in service. 369 1-2-18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 3 of 3

875.04 MEASUREMENT AND PAYMENT. All Contractor responsibilities described above and referenced within the contract documents concerning the location and safety of existing utilities including but not limited to the protecting of utilities, removal of temporary materials from adjusted utilities and cooperation with the owners of the utilities and with other contractors will not be measured for payment and the cost will be incidental to the items specified in the Contract Documents.

370 1-2-18

SPECIAL PROVISIONS Contract No. BB-3008-0000 905 – PIPE 1 of 1

CATEGORY 900 MATERIALS SECTION 905 - PIPE 905.01 CERTIFICATION

DELETE: The following.

Corrugated Polypropylene Drainage Pipe MP 21 —

INSERT: The following.

Corrugated Polypropylene Drainage Pipe M 330 —

371 08/08/2018

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 1

CATEGORY 900 MATERIALS SECTION 908 – REINFORCING STEEL

INSERT: The following after paragraph 908.12.

908.13 LOW CARBON CHROMIUM BARS .

A1035, Type CM or CS, Grade 100 or 120. Low carbon chromium bars may be used in lieu of epoxy powder coated plain or deformed bars. Deformed low carbon chromium bars shall meet A615 for cross sectional area and deformations.

372 04/05/18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 1

CATEGORY 900 MATERIALS SECTION 950 – TRAFFIC MATERIALS

SECTION 950.06 - ELECTRICAL CABLE AND WIRE 950.06.03 Cable Duct

DELETE: delete 950.06.03 in its entirety

INSERT: The following

950.06.03 Cable Duct. Cable duct shall consist of cables preinstalled in polyethylene (PE) plastic duct conforming to NEMA TC7 and the NEC. PE duct shall conform to ASTM D3485. PE duct shall be designed for use as electrical conduit, and shall be manufactured from high density PE resin conforming to ASTM D-350 for minimum cell classification of 334420 c (black minimum 2% carbon black). Duct dimensions and wall thickness shall conform to NEMA TC7 and ASTM F2160 and ASTM D3350. Minimum nominal diameter of the duct shall be 1-1/2 in. Cable shall be type XHHW, rated for 600 volts. Table 1 — HDPE Conduit Material Requirements (ASTM D3350 with a minimum cell classification code of 334420 C)

Relevant Characteristic Requirement Code Standard(s) ASTM D 792 or density 0.941 − 0.955 g/cm3 1505 3 melt flow index 0.4 − 0.15 g / 10 minutes max ASTM D 1238 3 flexural modulus 80,000 psi minimum ASTM D 790 4 tensile strength at yield 3,000 psi minimum ASTM D 638 4 Environmental Stress 10% Igepal, 96 hrs. minimum ASTM D 1693 2 Crack Resistance condition B, F20 max Pressure Rating Not rated ASTM D3350 0 brittleness temperature −60°C ASTM D 746 - Class C minimum 2% carbon black ASTM D 3350 C

373 04/05/18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 1

CATEGORY 900 MATERIALS SECTION 950 – TRAFFIC MATERIALS

SECTION 950.13 CONTROL AND DISTRIBUTION EQUIPMENT

950.13.04 Panel Boards.

ADD: The following.

Panelboard enclosures for panels located outdoors (exposed to elements) shall be rated NEMA 4X.

374 04/05/18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 4 CATEGORY 900 MATERIALS SECTION 950 – TRAFFIC MATERIALS

SECTION 950.14 – ELECTRICAL CABLE AND WIRE CONNECTORS DELETE: SECTION 950.14.02 – Connector Kit Components in its entirety.

INSERT: The following.

950.14.02 Connector Kit Components. Each cable connector kit shall be furnished with all component parts described under the various listed types. Each kit shall contain sufficient silicone compound to lubricate metal parts and the housing for each assembly along with complete installation instructions. All connector kits shall be breakaway style with fuse remaining in load side connector when separated.

(a) All housings shall be made of water-resistant EPDM rubber. Assembled unit shall be watertight and submersible.

(b) All connections to field wiring shall utilize set-screw (mechanical) type fastener constructed of aluminum or copper.

(d) All fuses shall be rated 600V, 100 000 amps AIC.

(e) The line side of all connector housing shall be permanently marked “Line Side”, “Line End”, or other approved line indication. .

(f) The load side of all connector housing shall be permanently marked “Load Side”, “Load End”, or other approved load indication.

(g) All connector kits shall be rated 600V and 30Amps.

(h) All connector kits shall be provided with insulating boots.

(i) All connector kits shall be rated for Copper or Aluminum wire, stranded sizes #10-#4AWG and solid #12-#4AWG.

DELETE: SECTION 950.14.03 – Connector Types in its entirety.

INSERT: The following.

950.14.03 Connector Types. Each cable connector kit furnished shall be one of the following types:

(a) Type I - Unfused, quick disconnect inline connector kit containing:

375 04/05/18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 2 of 4

(1) A load side copper or aluminum set screw type terminal with flanged connector for breakaway copper connector. A load side boot to seal the wire and house the terminal and copper connector.

(2) A line side copper or aluminum set screw type terminal with flanged connector for breakaway copper connector. A line side boot to seal the wire and house the terminal.

(3) Acceptable products include:

(i) Homac “Flood-seal” SDK-M or approved equal.

(b) Type II - Fused, quick disconnect inline connector kit containing:

(1) A load side copper or aluminum set screw type terminal with flanged connector for fuse. A load side boot to seal the wire and house the terminal.

(2) A line side copper or aluminum set screw type terminal with flanged connector for fuse. A line side boot to seal the wire and house the terminal and fuse.

(3) Properly rated fuse.

(4) Acceptable products include:

(i) Homac “Flood-seal” SLK-M, and Bussman fuse or approved equal.

Figure 1 – Example Inline Connector Kit (unassembled).

(c) Type III - Fused, quick disconnect Y connector kit containing:

(1) A load side copper or aluminum set screw type terminal with flanged connector for fuse. A load side boot to seal the wire and house the terminal.

(2) A line side copper or aluminum set screw type terminal with multiple screws. Two screws shall be used for the two incoming line-side wires. The set-screw terminal shall be electrically connected to a flanged connector that accepts the fuse within a line side insert.

376 04/05/18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 3 of 4

(3) A two-port line side boot used to seal the two line side connections to the set-screw terminal within the assembled kit.

(3) Properly rated fuse.

(4) Acceptable products include:

(i) Homac “Flood-seal” SLT-M, and Bussman fuse or approved equal.

(d) Type IV - Unfused, quick disconnect Y connector kit containing:

(1) A load side copper or aluminum set screw type terminal with flanged connector for copper connector. A load side boot to seal the wire and house the terminal.

(2) A line side copper or aluminum set screw type terminal with multiple screws. Two screws shall be used for the two incoming line-side wires. The set-screw terminal shall be electrically connected to a flanged connector that accepts the copper connector within a line side insert.

(3) A two-port line side boot used to seal the two line side connections to the set-screw terminal within the assembled kit.

(4) Properly rated fuse.

(5) Acceptable products include:

(i) Homac “Flood-seal” SDT-M or approved equal.

Figure 2 – Example Y connector Kit. (unassembled)

804 ADD: The following section after 950.14.03

377 04/05/18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 4 of 4

950.14.04 Manhole and Handhole Splices. Splices in manholes, handholes, and other underground locations shall be rated for underground and buried locations. Splices shall be qualified to ANSI C119.1-1986 for underground splicing. Each splice shall consist of a conductive aluminum or copper connector rated for use on both copper and aluminum wire and sized appropriately for the wire sizes used in the connections. The connector shall utilize mechanical fasteners tightened by hex key wrench (Allen wrench) and designed to secure the wires into the connector. The connector shall be placed into a silicone gel that acts as a sealant and high dielectric insulation. The gel and connector shall be placed into a molded cover made of UV stabilized and impact resistant polypropylene. The hinged molded cover shall close and cause the gel to seal around the cable entrances. The cover shall snap closed with positive acting snap lock to prevent accidental opening. The molded cover shall be fabricated with frangible fingers that allow adjustment of opening to suit the cable size. The entire assembly shall be rated for operation over a temperature range of -40˚C to 90˚C @

1000V 60Hz AC. Use 2 port or 4 port models for inline (2 connections), Y (3 connections), or H (4 connections) splices as needed. Utilize the GTAP Splice or approved equal.

Figure 3 – Representative Splice Kit (assembled – not closed)

378 04/05/18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 4 CATEGORY 900 MATERIALS SECTION 950 – TRAFFIC MATERIALS

SECTION 950.16 FIBER OPTIC CABLES 950.16.01 FIBER OPTIC CABLES

950.16.01.01 All fiber optic cable shall be glass fiber. Fiber optic cladding material shall be concentric with the fiber optic wave-guide core. All cable, except direct buried cable, shall be reinforced with Kevlar yarn, and shall contain no metallic elements. Protect fiber with a protective tube, a jacketed non-metallic strength member, and an exterior jacket.

950.16.01.02 Direct buried fiber optic cables shall be armored. The armor shall be a corrugated steel tape. (The steel tape shall serve as protection for the cable as well as a traceable element of the cable).

950.16.01.03 Protective covering of the fiber optic cable's jacket shall be a continuous covering on a single length cable with the same material, and shall be free from holes, splits, blisters, and other imperfections. The cable jacket shall also be made of a low friction material.

950.16.01.04 All fiber optic cables to be used in this project shall be rated for outdoor use and plenum (OFNP) rated unless specifically noted otherwise in the plans. Fiber Optic cables installed within roadway tunnel air plenums or within the roadway area of the tunnel shall be Low Smoke Zero Halogen (LSZH).

950.16.01.05 Cable jacketing shall be permanently labeled approximately every two feet with the cable manufacturer's name, cable type, fiber count, manufacturing date, and incremental cable length. The cable length shall refer to the cable sheath length and shall be measured and marked in feet.

950.16.01.06 Fiber optic cables placed in open cable trays shall have the proper NEC and NFPA rating for the environment (plenum or non-plenum) in which the tray is placed. Where permitted by applicable NFPA code, LSZH cable shall be used.

950.16.01.07 Fiber optic cables to be placed outdoors or underground shall be rated for that purpose. All fiber optic cables placed outdoors or underground shall have a waterblock. Use a Gel-free loose tube cable.

950.16.01.08 Fiber optic cable ripcords shall be provided and made from only braided Kevlar.

950.16.01.09 All fiber optic cable shall be U.L. listed. (Other independent test lab listing may also be substituted provided they are equal to U.L.)

950.16.01.10 All fiber optic strands and buffer tubes shall be color coded in accordance with the applicable EIA/TIA recommendations.

379 04/05/18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 2 of 4

950.16.01.11 All fiber optic cabling and connectors shall meet ANSI/TIA-568-C.3

950.16.02 MULTIMODE FIBER OPTIC CABLES

950.16.02.01 Multimode fiber shall be color-coded Orange. Cable in duct or otherwise underground or exterior may be marked by applying orange tape within manholes, junction boxes, pull boxes, or every 250’ where exposed.

950.16.02.02 The multimode fiber optic cables shall meet the following specifications:

Fiber Dimensions

• 62.5 µm core

• 125 µm cladding

• 250 µm coating

• 900 µm buffering

Cable Minimum Bending Radius

• During Installation (ie: Under tension): 20 times cable diameter

• After Installation (ie: Not under tension): 10 times cable diameter

Operating Temperature Range

• 32° F to 122° F (0° C to 50° C) for indoor plenum and riser applications

• -40° F to 158° F (-40° C to 70° C) for outdoor plant applications

Storage/Shipping Temperature Range

• -40° F to 158° F (-40° C to 70° C)

Optical Specifications

• Graded Index

• Maximum Fiber Loss

o 3.5 dB/km at 850 nm

o 1.0 dB/km at 1300 nm

380 04/05/18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 3 of 4

• Minimum Bandwidth: 160 MHz*km at 850 nm and 500 MHz*km at 1300nm

• Numerical Aperture: 0.57

950.16.03 SINGLE MODE FIBER CABLES

950.16.03.01 Use corning SMF-28e+ or approved equal meeting the specifications below.

950.16.03.02 Single mode fiber shall be color coded Yellow. Cable in duct or otherwise underground or exterior may be marked by applying yellow tape within manholes, junction boxes, pull boxes, or every 250’ where exposed. Patch cables should be yellow jacketed. Inner duct specifically for single mode fibers should be yellow in color.

950.16.03.03 Single mode fiber shall not be dispersion shifted.

950.16.03.04 Single mode fiber shall be low-water peak type meeting International Telecommunications Union (ITU-T) G.652D specifications.

950.16.03.05 The fiber cable shall meet the following specifications:

Fiber Dimensions

• Single mode 8.3 µm core

• 125 µm cladding

• 242 µm coating

• 900 µm buffering

Cable minimum bending radius

• During Installation (ie: Under tension): 20 times cable diameter

• After Installation (ie: Not under tension): 10 times cable diameter

• Buffered Fiber Minimum Bend Radius: 0.75 inch (1.91 cm)

Operating Temperature Range

• 32° F to 122° F (0° C to 50° C) for indoor plenum and riser applications

• -40° F to 158° F (-40° C to 70° C) for outdoor plant applications

381 04/05/18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 4 of 4

Storage/Shipping Temperature Range

• -40° F to 158° F (-40° C to 70° C)

Optical Specifications

• Step Index

• Maximum Fiber Loss: 0.35 dB/km at 1310 nm; 0.35dB/km at 1383nm; 0.25dB/km at 1550nm.

• Nominal Zero Dispersion Slope ≤0.092 ps/(nm2-km); Zero dispersion wavelength between 1310nm and 1324nm.

• Cut off wavelength ≤1260nm.

382 04/05/18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 1

CATEGORY 900 MATERIALS SECTION 950 – TRAFFIC MATERIALS

SECTION 950.17 UNDERGROUND UTILITY MARKERS 950.17.01 Markers shall consist of a 4” (minimum) to 7” (maximum) round top disk with a 8” (minimum) to 13” (maximum) barbed stake (Sample image below). There shall be 2 barbs that resist pulling the stake out of the ground after installation.

950.17.02 Markers shall be color coded to match the utility being marked. Use red markers for electrical lines; orange markers for fiber optic and communications. Follow Miss-Utility marking color codes for any other utility.

950.17.03 Marker text shall be hot stamped/Molded into the top disk. Text shall be black.

950.17.04 The marker shall be fade resistant and temperature and UV stable. The top disk shall be constructed of an impact resistant Polypropylene with center stake constructed of reinforced Polypropylene Thermoplastic.

950.17.05 Customized legend is not required.

950.17.06 Markers shall have a metallic component to allow locating with metal detector. A metal ring or heavy washer under the disc shall be sufficient.

383 04/05/18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 3 CATEGORY 900 MATERIALS SECTION 964 – FIBER OPTIC SPLICE ENCLOSURE 964.01 GENERAL.

Underground splice enclosures shall be dome or butt type. This specification establishes the requirements of fiber optic splice enclosures (also referred to elsewhere in the specifications as “splice closures”). The publications listed below form a part of these specifications to the extent referenced. The publications are referred to in the text by basic designation. All Fiber Optic Communication System hardware shall be compliant with the following specifications of the Electronics Industries Association (EIA): a. TIA-526-3-89: Fiber Optic Terminal Equipment Receiver Sensitivity and Maximum Receiver Input b. TIA-455-32A-90: Fiber Optic Circuit Discontinuity c. EIA-310-C: Racks, Panels, and Associated Equipment d. EIA-359: Colors for Color Identification and Coding e. TIA/EIA-455: Standard Test Procedures for Fiber Optic Fibers, Cable Transducer Sensors, Connecting and Terminating Devices and Other Fiber Optic Components f. EIA-455-6B: Cable Retention Test Procedure for Fiber Optic Cable Interconnecting Devices g. TIA/EIA–598: Optical Fiber Cable Color Coding

964.02 SPLICE ENCLOSURES.

Splice enclosures shall meet the following requirements: a. Fiber Optic splice enclosures shall accommodate 24 to 288 fiber splices. Each splice enclosure shall have a splice tray organizer capable of holding 12 to 18 splice trays. The organizer shall provide access to and removal of individual splice trays and permit selective splicing to allow one or more fibers to be cut and spliced to branch cable(s) without disrupting other fibers. b. Splice enclosures shall be available in the following types:

1. Type 1 enclosures shall support up to 288 single-fusion splices.

2. Type 2 enclosures shall support up to 96 single-fusion splices. Where not specified on the plans, splice enclosures shall be Type 2.

3. Type 3 enclosures shall support up to 48 single-fusion splices.

384 04/05/18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 2 of 3

4. Type 4 enclosures shall support up to 24 single-fusion splices.

5. The minimum number of cable entry ports to the splice enclosure shall be three (3). The enclosures shall have termination points for fiber optic cable strength members and bond wires. Splice enclosures shall have gaskets, storage trays, baskets, or areas, for storing slack fiber, loose tubes, and ribbons.

6. The maximum length for splice enclosures shall be 24” (not including cable seals) and the maximum diameter (or width) shall be 12”.

7. The splice enclosure shall have no exposed metallic surfaces and shall be constructed of non- corroding materials which are resistant to any type of corrosion. All materials used in the splice enclosure shall be chemical resistant. Any exposed fasteners shall be a high-grade stainless steel. All materials in the enclosures shall be non-reactive and shall not support galvanic cell action.

8. All mounting materials for the splice enclosures shall be ASTM A-36 and galvanized in accordance with A-123. All bolts, nuts, and similar fasteners in contact with the galvanized material shall be mechanically or hot dip galvanized. The coating shall conform to thickness, adherence, and quality requirements of A-153.

9. Splice enclosures shall be waterproof and airtight, and rated by the manufacturer for pedestal, aerial, buried and manhole use. The waterproof construction shall not be dependent on mounting position or orientation of the splice enclosure (i.e., it can be placed upside down in manholes without leaking).

10. The splice enclosure shall feature a moisture tight sealing arrangement, which is re-enterable for system expansion and repair. The splice enclosures shall have re-usable sealing materials, allowing multiple re-entrances without replacing any component. Access to the splice enclosures shall be accomplished without the use of special tools or devices.

11. The splice enclosure shall protect the fiber optic cable splices from mechanical damage, shall provide strain relief for the cable.

12. The outer enclosure shall be compatible with the other enclosure components, splice trays, and cables. The end plate shall consist of two sections and shall have the capacity for a minimum of two cable entries on each end.

13. The splice enclosures shall be sized to provide a capacity of handling 24 fibers more than the current fiber count at any given splice location as shown on the Drawings. c. The splice enclosure shall fit within the space allocated for it as shown on the plans and shall be suitable to operate within the environment in which it is to be installed.

385 04/05/18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 3 of 3 d. Splice enclosure kits shall be wall-mountable with kits or accessories provided by the manufacturer. These costs shall be considered incidental to the item. e. Splice enclosure kits shall also be aerial mountable with kits or accessories provided by the manufacturer. These costs shall be considered incidental to the item. f. Splice enclosure shall be designed for a temperature range of -30° C to +70° C. The splice enclosure shall be capable of functioning in a cable vault or pull box environment where total and continuous submersion in water is to be expected. g. All environmentally exposed components of the splice enclosures shall be UV light resistant.

964.03 FIBER OPTIC SPLICE TRAY.

Fiber optic splice trays shall meet the following requirements: a. Splice trays shall be lined with felt to cushion optical fibers and provide a contrasting background for splicing colored fibers. b. Splice trays shall include clear snap-on covers, felt tape for protecting buffer tubes, and tie wraps to secure the buffer or transport tubes to the tray. c. The splice trays shall be of adequate size to prevent induced attenuation due to fiber bending. d. Each splice tray shall be able to accommodate a minimum of 12 fusion splices and the fiber optic fusion splice protectors for the fiber cable of the type selected. e. The splice trays shall be compatible with the splice enclosure and shall be constructed of rigid plastic. f. The splice tray shall have features that retain the fiber loops and control the bending radius. g. The splice tray cover shall be clear plastic to allow for inspection of the fibers without opening the tray. h. Vinyl markers shall be supplied to identify each fiber to be spliced within the enclosure.

964.04 WARRANTY.

All equipment supplied for this contract shall be warranted for parts by the vendor against defects and failures, which may occur through normal use for a period of one (1) year from the date of installation. A copy of the warranty must be presented to the Engineer before installation of the equipment.

386 04/05/18

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000

APPENDIX 1: OFFICE OF ENVIRONMENT, SAFETY & RISK MANAGEMENT (OESRM)

MDTA OEC ENVIRONMENTAL AWARENESS

387

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000

OFFICE OF ENVIRONMENT, SAFETY & RISK MANAGEMENT (OESRM) 2310 Broening Highway Baltimore, Maryland 21224

Environmental Awareness

MDTA’s Environmental Management System (EMS) is one way in which the MDTA attempts to identify and adequately manage its environmental risks and impacts. OESRM created this informational handout in support of MDTA’s EMS goals for achieving and maintaining compliance with environmental laws and regulations as well as being an environmental steward. This handout should be used as a quick reference guide.

For detailed information, or if you have any questions, please

contact OESRM. MDTA’s Intranet, under the OESRM heading, has links to Standard Operating Procedures (SOPs), which supplement information provided here. Detailed information regarding these aspects should be found in your project’s IFB.

Hazardous Materials

In general, hazardous materials management shall be in accordance with applicable Federal and State regulations, for example: 29 CFR 1910.1200, 29 CFR 1910.106, 29 CFR 1910.106, etc. MDTA requires that Contractors submit a Materials Management Plan (MMP) or something similar to detail their practices for managing hazardous materials on MDTA property.

Further, material storage must follow the provisions approved in the IFB and/or Contractor’s work plans (e.g., MMP) for the protection of human health and the environment; namely stormwater. 388

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000

At a minimum, MDTA requires:

• A written Hazard Communication Program • Adequately sized containers for the materials stored within • Containers shall be compatible with materials stored in them • Proper labeling of containers • Safety Data Sheets (SDS) on site

Hazardous Wastes - Storage

EPA regulations that govern the disposal of hazardous materials include Resource Conservation and Recovery Act (RCRA) and the Comprehensive Environmental Response, Compensation and Liability Act (CERCLA). Hazardous waste management shall be carried out in accordance with applicable Federal and State regulations, including (but not limited to): COMAR 26.13, 40 CFR 262, 29 CFR 1910, etc.

Requirements for hazardous waste generation and storage, include, but are not limited to: • The use of appropriate containers, cabinets, storage units, etc. • Storage areas shall be properly signed (MDTA requires emergency contact #s to be posted on the storage area) • Storage areas shall be locked • Containers shall be protected from contact with stormwater, rain, snow melt, etc. • Containers shall be maintained in US DOT shippable condition • Weekly inspections shall be performed and documented (even when storage areas are empty) • Waste characterization (lab data)

All documentation shall be submitted to MDTA’s Project Engineer for recordkeeping.

Hazardous Wastes - Shipments

Hazardous waste shipments must be carried out in accordance with EPA and US DOT regulations. All hazardous waste shipments must be shipped using a hazardous waste manifest. Contact MDTA’s OESRM for EPA ID numbers.

Only a member of OESRM shall sign off on hazardous waste manifests. OESRM must be provided at least three (3) business days’ notice for hazardous waste shipments.

Asbestos-Containing Materials (ACMs)

389

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000

ACMs have been identified at most MDTA facilities. OESRM has Asbestos Management Plans (AMPs) for each facility, which are updated annually as well as tri-annual re-inspection reports. The AMPs identify the building locations and materials at each facility that contain asbestos.

Familiarize yourself with the locations of asbestos at your project site (even if your project does not entail disturbing it). Unless provisions are included in your project’s Contract/IFB, ACMs should not be disturbed in any way.

Asbestos abatement plans must be submitted to OESRM for review and approval, prior to abatement work. Asbestos waste manifest documentation must be submitted to OESRM no more than 60 days following waste shipment.

Universal Wastes

The RCRA Universal Waste Rule (UWR), 40 CFR 273, was promulgated as a means of simplifying disposal requirements for certain hazardous materials. The UWR covers items like batteries, pesticides, mercury-containing equipment, and fluorescent bulbs/lamps and encourages the recycling of these materials. Universal wastes shall be handled and disposed in accordance with COMAR 26.13.10. Contractor shall maintain documentation recording the recycling (or disposal) of these units. This documentation must be provided to MDTA’s Project Engineer prior to project closeout.

Ozone-Depleting Substances

Prior to 1995, refrigerators and freezers were manufactured with the use of a refrigerant called chlorofluorocarbon (CFC). CFCs were used as a coolant. A refrigerant identified as hydro- chlorofluorocarbon (HCFC) has been widely used in the manufacture of window air-conditioning (A/C) units and dehumidifiers. CFCs and HCFCs have been labeled as greenhouse gases by the EPA and are identified as ozone-depleting substances (ODS) because of their adverse impact the earth’s stratospheric ozone layer. While post-1995 coolants are considered to be “ozone-friendly,” even these chemicals remain a danger to the environment.

Section 608 of the Clean Air Act (CAA) prohibits the release of CFCs, HCFCs, their blends, and substitute refrigerants during service, maintenance and repairs, and during disposal at the end of their useful life. Only companies licensed, employing licensed personnel, in the State of Maryland to perform such activities shall perform this work.

390

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000

Refrigerant recovery equipment must be capable of recovering coolant at rates no lower than 90% for functional systems (80% for non-functional systems). Logs must be maintained to document refrigerant recovery. Licenses shall be submitted to MDTA’s Project Engineer (prior to refrigerant evacuation). All associated documentation must be provided to MDTA’s Project Engineer prior to project closeout.

General Material Recycling

Recycling is required of Maryland State Agencies. Thus, MDTA requires its Contractors to recycle these (and more) materials. Basic materials that shall be recycled include (but are not limited to): bottles, cans, paper, cardboard, lead-acid batteries, household-type batteries, electronics, scrap rubber, scrap metal, and ceiling tiles and other C&D materials.

For each recycling material, the following information must be tracked by written documentation:

- Location (MDTA facility) - Type of material collected - Date(s) of collection - Estimated weight or tonnage - Name and address of contractor hauling material - Name and address of the facility accepting the material - For electronics, certificates of recycling must be provided

All recycling documentation must be provided to MDTA’s Construction Engineer for that specific project for record keeping.

Lead-based Paint (LBP)

Based on 29 CFR 1926.62, if a surface contains lead in any concentration worker protection regulations are triggered and an employer must follow the requirements outlined in this regulation. However, if a Contractor would like to submit Negative Exposure Assessment (NEA) data to MDTA’s OESRM for review, they may do so in order to document that the anticipated exposure to lead for a particular activity will not result in employees being exposed above the Permissible Exposure Limit (PEL) or action level.

391

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000

Only written affirmation from MDTA’s OESRM is acceptable when a Contractor chooses to forego conformance with lead worker protection provisions found within 29 CFR 1926.62.

Spill Prevention, Control and Countermeasures (SPCC)

A general spill, prevention, control and countermeasures plan (G-SPCC) should have been submitted with the Contractor’s bid. This plan may be a part of the MMP or it may be submitted as a stand- alone plan.

The G-SPCC must include, at minimum, the following considerations:

▪ Spill response materials that will be maintained/available on site • At or near (within 20 feet) fueling areas, portable generators, hazardous materials storage areas/containers, and in active worksite/project areas where these products are being used • Spill response materials shall be compatible with the types of chemicals or materials that will be encountered ▪ Demarcation of spill response materials ▪ Documentation on spill response training ▪ Characterization of spill wastes ▪ Emergency contact procedures

• END •

392

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000

APPENDIX 2: DISCHARGE / RELEASE NOTIFICATION FORM

393

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000

DISCHARGE/RELEASE NOTIFICATION FORM

Instructions: Complete after any discharge or release of any pollutants into the natural environment at an MDTA Facility.

Part A: Facility Information

Facility Name and Address:

Primary Contact Name: Company Name: ______

Primary Contact Number: E-mail:

Part B: Discharge/ Release Information

Date of Incident: Time of Incident:

Material Discharged/Released: Quantity Discharged/Released:

Incident Duration: Waterbody Affected (if any):

Exact location and source of Incident:

Actions Taken to Minimize Impacts:

Affected Media:  Air  Stormwater  Surface Water  Dike/Berm  Soil  Other: ______

Nature of spill, environmental/health effects, and damages:

Injuries, fatalities, or evacuation required?:

Fire Department/HAZMAT Response?: Yes or No (circle)

Maryland Department of the Environment Response?: Yes or No (circle)

If yes to either of the above, list name and phone number of incident commander or points of contact: ______

Reporting Individual Name: Phone:

Reporting Individual Signature: ______Date: ______

394

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000

DISCHARGE NOTIFICATION FORM FIELD NOTE SHEET

______

______

______

______

______

______

______

______

______

______

______

______

______

______

______

______

______

______

______

______

395

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000

______

______

______

______

______

______

______

______

______

______

______

______

______

______

______

______

______

______

396

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000

APPENDIX 3: ASBESTOS ACKNOWLEDGEMENT FORM

397

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000

Maryland Transportation Authority Contractor Acknowledgement of Asbestos

The Maryland Transportation Authority (MDTA) has completed asbestos inspections for the buildings and structures that support the William Preston Lane, Jr. Memorial Bridge (WPL or the Bay Bridge). Included in these inspections are buildings formerly owned by Northrup Grumman and located south of WPL’s 881 Oceanic Drive campus, along westbound Route 50. Inspection report data identified the Northrup Grumman buildings with an address of 899 Oceanic Drive.

Asbestos building inspections are required by Maryland Executive Orders and Federal regulations under the Asbestos Hazard Emergency Response Act (AHERA) of 1986. An Asbestos Management Plan (AMP) is submitted annually to the Maryland Department of the Environment (MDE) for this facility. The AMP is required by Executive Order and State law. An Operations and Maintenance (O&M) Program has been developed and implemented for the asbestos-containing materials (ACMs) identified at WPL. This acknowledgement form is part of that O&M Program.

Prior to performing any work at WPL (even in areas where ACMs are not anticipated to be present), each contractor hired by MDTA is required to read and sign this form. Forms will be maintained by WPL staff as well as the Office of Environment, Safety & Risk Management (OESRM).

By signing below, I, ______,Print Name Here acknowledge that the Maryland Transportation Authority has made me aware of the type of material and location of such material that has been identified to contain asbestos. I also acknowledge that MDTA personnel have instructed me not to disturb such material and report any potential releases immediately to the project supervisor. If my Company has been contracted by MDTA to perform work that impacts asbestos, I acknowledge that my Company holds the appropriate licenses and/or accreditations to perform asbestos work in the State of Maryland and that my Company either has already or will be submitting an Asbestos Work Plan to MDTA’s OESRM for review and approval.

No work is to be performed at WPL by a contractor without this completed acknowledgement form on file at OESRM.

Signature of Acknowledgement ______

Company Name: ______

Date of Signature: ______

Note: The Management Plan and O&M Plan may be reviewed during normal business hours by contacting the OESRM or the Chief Facility Maintenance Officer (CFMO). You may also contact the OESRM by phone by calling 410.537.7650.

Attachment: WPL Summary of Asbestos-Containing Materials

398

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000

WPL Summary of Asbestos-Containing Materials Identified* Material Sample ID No. Sample Location Material Description Color Classification Administration Building (850 Revell Highway) WPL-850-2-0904(a) Toll Plaza stairway 12” x 12” floor tile Cream Miscellaneous WPL-850-2-0904(b) Toll Plaza stairway Mastic associated w/-0904(a) Unknown Miscellaneous 899 Oceanic Drive Campus A-911-24 Building A – Exterior (roof) Caulk applied to screws Black (painted white and silver) Miscellaneous C-911-11 Building C – Exterior Putty on electrical box White/Black Miscellaneous D-911-01 Building D – Rooftop Decorative roofing (wavy) Grey Miscellaneous D-911-02 Building D – Rooftop Soffit Grey Miscellaneous The most recent update of information included in the above table occurred in 2018. * Fire doors not included

399

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000

APPENDIX 4: WPL LUS GANTRY MODIFICATION PROCEDURE

400

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000

WPL LUS Gantry Modification Procedure 4/7/2014

This procedure addresses the notification and testing procedure required any time a modification is made to a gantry.

Definition of Modification: A modification is defined as any change made to a LUS signal head, LUS controller, LUS cabinet, camera, wind sensor, electrical or fiber communication system, which affects its operation, and includes, but is not limited to the following:

a. Any electrical/power related change at a Gantry, including shutting off power, cycling power, rerouting power, rerouting electrical conduits, interrupting connections, installing breakers, etc. b. Any fiber optic related change at a Gantry, including rerouting fiber-optic cables, rerouting communication conduits, interrupting fiber connections, disconnecting patch cords, performing fiber optic fusion splices, etc. c. Any communication related change at a Gantry, including rerouting signal head, camera, wind sensor communication cables, rerouting communication conduits, interrupting communications connections, etc.

For each instance involving a modification to a gantry, the Contractor shall adhere to the following procedure:

1. Schedule the outage at least 2 business days in advance with the Project Engineer, the WPL Facility Administrator and/or his designees. Follow all other normal scheduling processes for bridge access and MOT. This procedure does not replace those processes. Please note that no two-gantries can be down at any point in time, and no gantry should be taken down for more than 2 consecutive days. Also, there are four (4) critical gantries: N-1/S-1, S-10, S-11, N-17, N-18, and N-26. Anytime a modification is required at a critical gantry, the WPL Administrator will dictate additional steps, based on the type and duration of the modification. 2. Under no circumstances are changes permitted to any part of the Lane Use Signal (LUS) system that may affect signals and two-way operation without advance notification and approval of the WPL Administrator or Deputy Administrator. 3. For any modification, complete the form in Attachment 1, and provide written email notification, and attach the completed form, at least 1 business day in advance to the following individuals: [email protected], [email protected], [email protected], [email protected], [email protected].

401

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000

4. No visits to gantries in an open lane or software changes are permitted while the system is operating in a contra-flow (2-way) operation. 5. Contact AOC South, at 410-537-6615, before the modifications are made. Be sure the current condition is understood and documented so there is no mis-guided blame should a problem exist before modifications are made (e.g., ask if there are any current issues with the gantry LUSs, cameras, wind sensors, etc.). Note the name, date, and time of the operator you spoke with. Keep for your records, and keep in mind the AOC South telephone lines are recorded. 6. After work is complete, contact AOC South, to ensure the all devices are operating exactly the same as they were prior to the modification, as explained below. a. Changes Affecting Signal Heads - if a signal head was modified (including any communication or electrical changes affecting its operation), contact AOC South, and ensure AOC South can turn the head Red, Yellow, and Green (may only be done during a total bridge closure using the On-Time LUS Software; if only a lane closure is in place, a test with a Yellow display will suffice), and that the central system is able to poll the device and does not report back any question marks (indicating a communication problem) or a black display (indicating an unknown state). The display should indicate a Red, Yellow, or Green display that is consistent with the other gantries, or the traffic plan in place at AOC South. b. Changes Affecting Cameras - if a camera was modified (including any communication or electrical changes affecting its operation), contact AOC South and ensure AOC South can view the video and control the camera. c. Changes Affecting Wind Sensors - if a wind sensor was modified (including any communication or electrical changes affecting its operation), contact AOC South and ensure AOC South contacts Police Communications and that wind readings are displaying on the Lufft SmarView web page. 7. If the Contractor encounters any technical issue, and is unable to restore service to the gantry (as it existed prior to work), AOC South shall be notified immediately.

402

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000

MdTA Change Request Form (CRF) for LUS System, Camera System or Wind Reading System

CRF Number: Contract Number: Title: Reason for Change: Requestor (Name/Ph/e-mail): Description of Change: Components Affected: Electrical Communication Signal Head Conduit Camera Wind Sensor Central Software Field Firmware Central Database Field Database Central Hardware Field Hardware Central Hardware Operating System

How Tested:

Sequence of Work:

Note: for item above, describe how work will be performed (e.g., cut power, disconnect existing electrical connections, run new conduit, install new electrical cable, cut-over and re-power using new electrical run).

Duration of Outage: Personnel Performing Mods: Contractors Involved: Desc. of Contingency Plan: MOT Required: Note: for item above, if MOT is required a MOT request form is required to be submitted. Drawings/Specs Affected: CCB Approval Date and Initials: Comments:

403

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000

PART B-2

ATTACHMENTS

404

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000

BIDDER FORM

405

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 1 of 3

CONTRACT TITLE: ______

CONTRACT NUMBER: ______

BIDDER IDENTIFICATION:

Firm full legal name: ______

Address: ______

______

Telephone Number: ______Fax Number: ______

Email Address: ______

Bidder’s Contact (for clarification):

Name:______

Telephone Number: ______Fax Number: ______

Email Address: ______

Federal Employer Identification Number: ______eMarylandMarketplace (eMM) Number: ______

BIDDER OFFER: The undersigned Bidder hereby submits this Bid in response to the MDTA Invitation For Bid (IFB) issued on ______with regard to the Contract named above.

By submitting this Bid, the Bidder warrants it is a financially responsible entity and has the capacity and capability to execute the work as described in the IFB in accordance with the requirements of the IFB. It warrants it has carefully examined the IFB including any Addenda issued and the Contract Documents for the above project, including the insurance requirements, and applicable Terms and Conditions, and hereby offers to the MDTA to execute the work in the manner described in the Bid as submitted supplying all labor, materials, equipment and services necessary for the project.

This Bid shall remain open for 90 days for acceptance by the MDTA until such time as the Bid has been considered by the MDTA and either rejected in writing or an award has been made by the MDTA.

406

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 2 of 3 Award of this Contract will be based on the lowest responsive and responsible bid meeting the specifications.

The foregoing prices include and cover the furnishing of all vendor/subcontractor labor and materials, mark-up, overhead, and profit, delivery, storage, burden, installation, equipment, tools, supervision, insurance, and all incidental costs to complete each individual task, as set forth, described and shown in the Specifications and other Contract Documents.

Each and every person bidding and named above must sign here. In case of firm, give the first and last name of each member in full with residence.

In the event Bid is submitted by or on behalf of any corporation, it must be signed in the name of such corporation by an authorized officer, or agent thereof, who shall also subscribe his name and office. The seal of the corporation shall be fixed. ******************************************************************************

Attest: Corporate Principal

______By:______Date Printed Name: ______

Title:______

In presence of Witness: Partnership Principal

______By:______Date Printed Name: ______

Title:______

In presence of Witness: Individual Principal/Owner

______By:______Date Printed Name: ______

Title:______

407

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000 3 of 3 FOR JOINT VENTURE

______Name Name ______Street and/or P.O. Box Street and/or P.O. Box ______City/State/Zip Code City/State/Zip Code

______Fed. ID or SSN Fed. ID or SSN

NAME OF JOINT VENTURE: ______

BY: ______WITNESS ______Signature Date

TITLE: ______(SEAL) ______Signature Secretary’s Signature

BY: ______WITNESS ______Signature Date

TITLE: ______(SEAL) ______Signature Secretary’s Signature

IF A BIDDER IS A JOINT VENTURE (JV), an officer from each JV member having the contractual authority to bind the proposed resources from its firm shall sign. Affix corporate seals, as applicable.

IF A BIDDER IS A CORPORATION, in addition to authorized signing officer signature(s), affix the corporate seal.

IF A BIDDER IS A PARTNERSHIP, a member of the firm fully authorized to bind the firm shall sign.

IF A BIDDER IS A SOLE PROPRIETORSHIP, the owner of the proprietorship or its fully authorized representative shall sign.

In the event anyone other than those designated above signs, a Corporate Resolution must be provided with the Bid, demonstrating that the signee has legal authority to bind the firm.

408

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 1 of 4 EXPERIENCE QUESTIONNAIRE FORMS Contract No.______I. General a. Legal Title and Address of Organization

b. Maryland Representative's Name, Title and Address

c. Corporation Co-Partnership Individual (Check One)

II. Experience

a. Indicate type of contracting undertaken by your organization and years' experience General Sub Type ______Years Years

b. State construction experience of principle members of your organization

Construction Experience Years Type of Work In What Capacity Name Title Experience Highway, Etc. Foreman, Etc.

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

409

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 2 of 4 d. List some principal projects completed by your organization.

General or Sub (If Sub, Your Contract Contract Description Year what Type of Amount Name/Number Work)

410

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 3 of 4 e. Have you ever performed work for the U.S Government? ______; any State Government? ______(List State); any County or City Government?______(List). If yes to any of above please list references.

f. Have you ever failed to complete any work awarded to you?______If so, where and why?

g. Has any officer or partner of your organization ever been an officer or partner of some other organization that failed to complete a construction contract? ______If so, state name of individual, other organization and reason therefore.

h. Has any officer or partner of your organization ever failed to complete a construction contract handled in his own name? ______If so, state name of individual, name of Owner and reason therefore.

Ill. Award of Contract

a. If awarded this Contract, do you intend to sublet any portion of the work? If so, state item numbers or description, and if known, the name and address of the subcontractor.

411

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 4 of 4 b. Work presently under contract to, or pending award, to your organization.

Amount to Contract No. Total Cost of Amount of Work Probable Date of be Or Description Project Completed Completion Completed

IV. Bidder Certification

The above statements are certified to be true and correct and we have the equipment, labor, supervision and financial capacity to perform this contract, either with our organization or with subcontractors, as provided in Section GP-8.01.

Dated at ______this ______day of______20______

By ______

______Title of Person Signing

______Name of Organization State of ______County of ______

______being duly sworn states that he is

______of ______and that the answers to the foregoing questions and all statements therein contained are true and correct.

Sworn to before me this ______day of ______20______

______Notary Public My Commission expires: ______

412

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000

413

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000

PART C

414

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000

ATTACHMENTS

415

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 1 of 3 BUY AMERICAN STEEL ACT

The steel products used or supplied in the performance of work under this Contract shall be from steel made in the United States in accordance with the requirements of Annotated Code of Maryland, State Finance and Procurement Article, Sections 17-301 through 17-306 and COMAR 21.11.02.

In accordance with COMAR 21.11.02.06, if any steel products proposed for use or supply are not of domestic origin, Bidders must, in their bid proposals:

1. Identify by name, type, or otherwise, those steel products that are proposed to be of foreign origin and indicate the proposed source of supply of those products.

2. Certify that the bid or offered price of similar domestic steel products is unreasonable pursuant to COMAR 21.11.02.

The use or supply of foreign steel products will only be allowed in accordance with State Finance and Procurement Article, Sections 17-301 through 17-306 and COMAR 21.11.02.

The Bidder who elects to supply Domestic Steel Products need not complete this form; however, the Bidder who elects to supply steel of Foreign Manufacture must complete this form. When steel of Foreign Manufacture is proposed, the Bidder must include the costs of Domestic Steel.

American Steel must be utilized if the total cost of Domestic Steel (D) is less than the amount of a twenty percent (20%) increase to the total cost of Foreign Steel (F).

In reference to Section 21.11.02:

A) Buy American Steel if the total cost of Domestic Steel (D) is less than the amount of a twenty percent (20%) increase to the total cost of Foreign Steel (F).

total cost (D) 1.2 x total cost (F); and

B) In a Substantial Labor Surplus Area, Buy American Steel if the total cost of Domestic Steel (D) is less than the amount of a thirty percent (30%) increase to the total cost of Foreign Steel (F).

total cost (D) 1.3 x total cost (F)

416

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 2 of 3 Structural Steel Items Domestic (D) Foreign (F)

Category Item No. Description

Costs: Furnishing Erection/Placement Inspection Cost Duties Transportation Other Costs

Total Item Cost

Structural Steel Items Domestic (D) Foreign (F)

Category Item No. Description

Costs: Furnishing Erection/Placement Inspection Cost Duties Transportation Other Costs

Total Item Cost

Structural Steel Items Domestic (D) Foreign (F)

Category Item No. Description

Costs: Furnishing Erection/Placement Inspection Cost Duties Transportation Other Costs

Total Item Cost

417

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 3 of 3 Other Than Structural Domestic (D) Foreign (F) Steel Items

Category Item No. Description

Costs: Furnishing Erection/Placement Inspection Cost Duties Transportation Other Costs

Total Cost of All Steel Items D) F) ______

I hereby certify that the bid or offered price of domestic steel products similar to those listed above is unreasonable pursuant to COMAR 21.11.02.

______Date Signature

Title

418

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000

MDOT MBE FORM A STATE-FUNDED CONTRACTS CERTIFIED MBE UTILIZATION AND FAIR SOLICITATION AFFIDAVIT PAGE 1 OF 2

THIS AFFIDAVIT MUST BE INCLUDED WITH THE BID/PROPOSAL. IF THE BIDDER/OFFEROR FAILS TO ACCURATELY COMPLETE AND SUBMIT THIS AFFIDAVIT AS REQUIRED, THE BID SHALL BE DEEMED NOT RESPONSIVE OR THE PROPOSAL NOT SUSCEPTIBLE OF BEING SELECTED FOR AWARD.

In connection with the bid/proposal submitted in response to Solicitation No. , I affirm the following:

1. MBE Participation (PLEASE CHECK ONLY ONE)

I have met the overall certified Minority Business Enterprise (MBE) participation goal of percent ( %) and the following subgoals, if applicable: percent ( %) for African American-owned MBE firms percent ( %) for Hispanic American-owned MBE firms percent ( %) for Asian American-owned MBE firms percent ( %) for Women-owned MBE firms I agree that these percentages of the total dollar amount of the Contract, for the MBE goal and subgoals (if any), will be performed by certified MBE firms as set forth in the MBE Participation Schedule - Part 2 of the MDOT MBE Form B (State-Funded Contracts). OR I conclude that I am unable to achieve the MBE participation goal and/or subgoals. I hereby request a waiver, in whole or in part, of the overall goal and/or subgoals. Within 10 business days of receiving notice that our firm is the apparent awardee or as requested by the Procurement Officer, I will submit a written waiver request and all required documentation in accordance with COMAR 21.11.03.11. For a partial waiver request, I agree that certified MBE firms will be used to accomplish the percentages of the total dollar amount of the Contract, for the MBE goal and subgoals (if any), as set forth in the MBE Participation Schedule - Part 2 of the MDOT MBE Form B (State-Funded Contracts).

2. Additional MBE Documentation

I understand that if I am notified that I am the apparent awardee or as requested by the Procurement Officer, I must submit the following documentation within 10 business days of receiving such notice: (a) Outreach Efforts Compliance Statement (MDOT MBE Form C - State-Funded Contracts); (b) Subcontractor Project Participation Statement (MDOT MBE Form D - State-Funded Contracts); (c) If waiver requested, MBE Waiver Request Documentation and Forms (MDOT MBE/DBE Form E – Good Faith Efforts Guidance and Documentation) per COMAR 21.11.03.11; and (d) Any other documentation required by the Procurement Officer to ascertain bidder’s responsibility/ offeror’s susceptibility of being selected for award in connection with the certified MBE participation goal and subgoals, if any.

I acknowledge that if I fail to return each completed document (in 2 (a) through (d)) within the required time, the Procurement Officer may determine that I am not responsible and therefore not eligible for contract award or that the proposal is not susceptible of being selected for award.

MDOT-OP 012-2 (9/11) (Revised 7/14)

419 02-09-16

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000

MDOT MBE FORM A STATE-FUNDED CONTRACTS CERTIFIED MBE UTILIZATION AND FAIR SOLICITATION AFFIDAVIT PAGE 2 OF 2

3. Information Provided to MBE firms

In the solicitation of subcontract quotations or offers, MBE firms were provided not less than the same information and amount of time to respond as were non-MBE firms.

4. Products and Services Provided by MBE firms

I hereby affirm that the MBEs are only providing those products and services for which they are MDOT certified.

I solemnly affirm under the penalties of perjury that the information in this affidavit is true to the best of my knowledge, information and belief.

______Company Name Signature of Representative

______Address Printed Name and Title

______City, State and Zip Code Date

MDOT-OP 012-2 (9/11) (Revised 7/14)

420 02-09-16

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000

MDOT MBE FORM B STATE-FUNDED CONTRACTS PART 1 – INSTRUCTIONS FOR MBE PARTICIPATION SCHEDULE PAGE 1 OF 3

PARTS 2 AND 3 MUST BE INCLUDED WITH THE BID/PROPOSAL. IF THE BIDDER/OFFEROR FAILS TO ACCURATELY COMPLETE AND SUBMIT PART 2 WITH THE BID/PROPOSAL AS REQUIRED, THE BID SHALL BE DEEMED NOT RESPONSIVE OR THE PROPOSAL SHALL BE DEEMED NOT SUSCEPTIBLE OF BEING SELECTED FOR AWARD.

PLEASE READ BEFORE COMPLETING THIS FORM

1. Please refer to the Maryland Department of Transportation (MDOT) MBE Directory at www.mdot.state.md.us to determine if a firm is certified for the appropriate North American Industry Classification System (“NAICS”) Code and the product/services description (specific product that a firm is certified to provide or specific areas of work that a firm is certified to perform). For more general information about NAICS, please visit www.naics.com. Only those specific products and/or services for which a prime or subcontractor is a certified MBE in the MDOT Directory can be used for purposes of achieving the MBE participation goals.

2. In order to be counted for purposes of achieving the MBE participation goals, the MBE firm (whether a prime or subcontractor) must be certified for that specific NAICS Code (“MBE” for State-funded projects designation after NAICS Code). WARNING: If the firm’s NAICS Code is in graduated status, such services/products will not be counted for purposes of achieving the MBE participation goals. Graduated status is clearly identified in the MDOT Directory (such graduated codes are designated with the word graduated after the appropriate NAICS Code).

3. Examining the NAICS Code is the first step in determining whether an MBE firm is certified and eligible to receive MBE participation credit for the specific products/services to be supplied or performed under the contract. The second step is to determine whether a firm’s Products/Services Description in the MBE Directory includes the products to be supplied and/or services to be performed that are being used to achieve the MBE participation goals. If you have any questions as to whether a firm is certified to perform the specific services or provide specific products, please contact MDOT’s Office of Minority Business Enterprise at 1-800-544-6056 or via email at [email protected].

4. Complete the Part 2 – MBE Participation Schedule for all certified MBE firms (including primes and subcontractors) being used to achieve the MBE participation goal and subgoals, if any.

5. MBE Prime Self-Performance. When a certified MBE firm participates as a prime (independently or as part of a joint venture) on a contract, a procurement agency may count the distinct, clearly defined portion of the work of the contract that the certified MBE firm performs with its own forces toward fulfilling up to fifty-percent (50%) of the MBE participation goal (overall) and up to one hundred percent (100%) of not more than one of the MBE participation subgoals, if any, established for the contract. In order to receive credit for self-performance, an MBE prime must be (a) a certified MBE (see 1-3 above) and (b) listed in the Part 2 – MBE Participation Schedule with its certification number, the certification classification under which it will self-perform, and the percentage of the contract that can be counted as MBE self-performance. For the remaining portion of the overall goal and any subgoals, the MBE prime must also list, in the Part 2 – MBE Participation Schedule, other certified MBE firms used to meet those goals or, after making good faith efforts to obtain the participation of additional MBE firms, request a waiver. Note: A dually- certified MBE firm can use its own forces toward fulfilling ONLY ONE of the MBE subgoals for which it can be counted.

6. The Contractor’s subcontractors are considered second-tier subcontractors. Third-tier contracting used to meet an MBE goal is to be considered the exception and not the rule. The following two conditions must be met before MDOT, its Modal Administrations and the Maryland Transportation Authority may approve a third-tier contracting agreement: (a) the bidder/offeror must request in writing approval of each third-tier contract arrangement, and (b) the request must contain specifics as to why a third-tier contracting arrangement should be approved. These documents must be submitted with the bid/proposal in Part 2 of this MBE Participation Schedule.

MDOT-OP 013-2 (7/14)

421 02-09-16

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000

MDOT MBE FORM B STATE-FUNDED CONTRACTS PART 1 – INSTRUCTIONS FOR MBE PARTICIPATION SCHEDULE PAGE 2 OF 3

7. For each MBE firm that is being used as a supplier/wholesaler/regular dealer/broker/manufacturer, please follow these instructions for calculating the amount of the subcontract for purposes of achieving the MBE participation goals:

A. Is the firm certified as a broker of the products/supplies? If the answer is YES, please continue to Item C. If the answer is NO, please continue to Item B.

B. Is the firm certified as a supplier, wholesaler, regular dealer, or manufacturer of such products/supplies? If the answer is YES, continue to Item D. If the answer is NO, continue to Item C only if the MBE firm is certified to perform trucking/hauling services under NAICS Codes 484110, 484121, 484122, 484210, 484220 and 484230. If the answer is NO and the firm is not certified under these NAICS Codes, then no MBE participation credit will be given for the supply of these products.

C. For purposes of achieving the MBE participation goal, you may count only the amount of any reasonable fee that the MBE firm will receive for the provision of such products/supplies - not the total subcontract amount or the value (or a percentage thereof) of such products and/or supplies. For Column 3 of the MBE Participation Schedule, please divide the amount of any reasonable fee that the MBE firm will receive for the provision of such products/services by the total Contract value and insert the percentage in Line 3.1.

D. Is the firm certified as a manufacturer (refer to the firm’s NAICS Code and specific description of products/services) of the products/supplies to be provided? If the answer is NO, please continue to Item E. If the answer is YES, for purposes of achieving the MBE participation goal, you may count the total amount of the subcontract. For Column 3 of the MBE Participation Schedule, please divide the total amount of the subcontract by the total Contract value and insert the percentage in Line 3.1.

E. Is the firm certified as a supplier, wholesaler and/or regular dealer? If the answer is YES and the MBE firm is furnishing and installing the materials and is certified to perform these services, please divide the total subcontract amount (including full value of supplies) by the total Contract value and insert the percentage in Line 3.1. If the answer is YES and the MBE firm is only being used as a supplier, wholesaler and/or regular dealer or is not certified to install the supplies/materials, for purposes of achieving the MBE participation goal, you may only count sixty percent (60%) of the value of the subcontract for these supplies/products (60% Rule). To apply the 60% Rule, first divide the amount of the subcontract for these supplies/products only (not installation) by the total Contract value. Then, multiply the result by sixty percent (60%) and insert the percentage in Line 3.2.

8. For each MBE firm that is not being used as a supplier/wholesaler/regular dealer/broker/manufacturer, to calculate the amount of the subcontract for purposes of achieving the MBE participation goals, divide the total amount of the subcontract by the total Contract value and insert the percentage in Line 3.1.

Example: $ 2,500 (Total Subcontract Amount)  $10,000 (Total Contract Value) x 100  25%

9. WARNING: The percentage of MBE participation, computed using the percentage amounts determined per Column 3 for all of the MBE firms listed in Part 2, MUST at least equal the MBE participation goal and subgoals (if applicable) as set forth in MDOT MBE Form A – State-Funded Contracts for this solicitation. If a bidder/offeror is unable to achieve the MBE participation goal and/or any subgoals (if applicable), then the bidder/offeror must request a waiver in Form A or the bid will be deemed not responsive, or the proposal not susceptible of being selected for award. You may wish to use the attached Goal/Subgoal Worksheet to assist you in calculating the percentages and confirming that you have met the applicable MBE participation goal and subgoals (if any).

MDOT-OP 013-2 (7/14)

422

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000

MDOT MBE FORM B STATE-FUNDED CONTRACTS PART 1 – INSTRUCTIONS FOR MBE PARTICIPATION SCHEDULE PAGE 3 OF 3

GOAL/SUBGOAL PARTICIPATION WORKSHEET

1. Complete the Part 2 – MBE Participation Schedule for each MBE being used to meet the MBE goal and any subgoals.

2. After completion of the Part 2 – MBE Participation Schedule, you may use the Goal/Subgoal Worksheet to calculate the total MBE participation commitment for the overall goal and any subgoals.

3. MBE Overall Goal Participation Boxes: Calculate the total percentage of MBE participation for each MBE classification by adding the percentages determined per Column 3 of the Part 2 – MBE Participation Schedule. Add the percentages determined in Lines 3.1 and 3.2 for the MBE subcontractor (subs) total. Add the overall participation percentages determined in Line 3.3 for the MBE prime total.

4. MBE Subgoal Participation Boxes: Calculate the total percentage of MBE participation for each MBE classification by adding the percentages determined per Column 3 of the Part 2 – MBE Participation Schedule. Add the percentages determined in Lines 3.1 and 3.2 for the MBE subcontractor (subs) total. Add the subgoal participation percentages determined in Line 3.3 for the MBE prime total.

5. The percentage amount for the MBE overall participation in the Total MBE Firm Participation Box F1 should be equal to the sum of the percentage amounts in Boxes A through E of the MBE Overall Goal Participation Column of the Worksheet.

6. The percentage amount for the MBE subgoal participation in the Total MBE Firm Participation Box L should be equal to the sum of the percentage amounts in Boxes A through E of the MBE Subgoal Participation Column of the Worksheet.

GOAL/SUBGOAL WORKSHEET

MBE Overall Goal MBE Subgoal MBE Classification Participation Participation

(A) Total African American Firm Participation ______%subs ______%subs (Add percentages determined for African American-Owned Firms per Column 3 of MBE Participation Schedule) ______%prime ______%prime

(B) Total Hispanic American Firm Participation ______%subs ______%subs (Add percentages determined for Hispanic American-Owned Firms per Column 3 of MBE Participation Schedule) ______%prime ______%prime

(C) Total Asian American Firm Participation ______%subs ______%subs (Add percentages listed for Asian American-Owned Firms per Column 3 of MBE Participation Schedule) ______%prime ______%prime

(D) Total Women-Owned Firm Participation ______%subs ______%subs (Add percentages determined for Women-Owned Firms per Column 3 of MBE Participation Schedule) ______%prime ______%prime

(E) Total for all other MBE Firms ______%subs ______%subs (Add percentages for firms listed as Other MBE Classification per Column 3 of the MBE Participation Schedule) ______%prime ______%prime

Total MBE Firm Participation (Add total percentages determined for all MBE Firms in each (F1)______% (F2)______% column of the Worksheet)

MDOT-OP 013-2 (7/14)

423

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000

MDOT MBE FORM B STATE-FUNDED CONTRACTS PART 2 – MBE PARTICIPATION SCHEDULE PAGE __ OF ___ PARTS 2 AND 3 MUST BE INCLUDED WITH THE BID/PROPOSAL. IF THE BIDDER/OFFEROR FAILS TO ACCURATELY COMPLETE AND SUBMIT PART 2 WITH THE BID/PROPOSAL AS REQUIRED, THE BID SHALL BE DEEMED NOT RESPONSIVE OR THE PROPOSAL SHALL BE DEEMED NOT SUSCEPTIBLE OF BEING SELECTED FOR AWARD. PAGE __ OF ___ Prime Contractor Project Description Solicitation Number

LIST INFORMATION FOR EACH CERTIFIED MBE PRIME OR MBE SUBCONTRACTOR YOU AGREE TO USE TO ACHIEVE THE MBE PARTICIPATION GOAL AND SUBGOALS, IF ANY. NOTE INSTRUCTIONS IN EACH COLUMN. COLUMN 1 COLUMN 2 1. COLUMN 3 Unless the bidder/offeror requested a waiver in MDOT MBE Form A – State Funded Contracts for this solicitation, the cumulative MBE participation for all MBE firms listed herein must equal at least the MBE participation goal and subgoals (if applicable) set forth in Form A. NAME OF MBE PRIME OR CERTIFICATION NO. AND 2. FOR PURPOSES OF ACHIEVING THE MBE PARTICIPATION GOAL MBE SUBCONTRACTOR MBE CLASSIFICATION AND SUBGOALS, refer to Sections 5 through 8 in Part 1 - Instructions. AND TIER State the percentage amount of the products/services in Line 3.1, except for those products or services where the MBE firm is being used as a wholesaler, supplier, or regular dealer. For items of work where the MBE firm is being used as a supplier, wholesaler and/or regular dealer, complete Line 3.2 using the 60% Rule. For items of work where the MBE firm is the prime, complete Line 3.3. MBE Name: Certification Number: 3.1. TOTAL PERCENTAGE TO BE PAID TO THE SUBCONTRACTOR (STATE THIS PERCENTAGE AS A PERCENTAGE OF THE TOTAL CONTRACT VALUE- EXCLUDING PRODUCTS/SERVICES FROM SUPPLIERS, WHOLESALERS OR REGULAR DEALERS).

(If dually certified, check Check here if MBE firm is a only one box.) ______% (Percentage for purposes of calculating achievement of MBE Participation goal subcontractor and complete in and subgoals, if any) accordance with Sections 6, 7, African American-Owned & 8 of Part 1 - Instructions. If 3.2 TOTAL PERCENTAGE TO BE PAID TO THE SUBCONTRACTOR FOR ITEMS OF WORK this box is checked, complete Hispanic American- Owned WHERE THE MBE FIRM IS BEING USED AS A SUPPLIER, WHOLESALER AND/OR REGULAR DEALER) (STATE THE PERCENTAGE AS A PERCENTAGE OF THE TOTAL 3.1 or 3.2 in Column C, Asian American-Owned CONTRACT VALUE AND THEN APPLY THE 60% RULE PER SECTION 7(E) IN PART 1 - whichever is appropriate. INSTRUCTIONS). Women-Owned Check here if MBE firm is Other MBE Classification ______% Total percentage of Supplies/Products the prime contractor, including a participant in a joint venture, ______x ______60% (60% Rule) and self-performance is being ______% (Percentage for purposes of calculating achievement of MBE Participation goal counted pursuant to Section 5 and subgoals, if any) of Part 1 - Instructions. If this box is checked, complete 3.3 3.3. TOTAL PERCENTAGE TO BE PAID TO MBE PRIME FOR WORK THAT CAN BE in Column C. COUNTED AS MBE SELF-PERFORMANCE (STATE THIS PERCENTAGE AS A PERCENTAGE OF THE TOTAL CONTRACT VALUE).. Check here if MBE firm is a third-tier contractor (if (a) ______% Total percentage for self-performed items of work in which MBE is certified) applicable). Please submit written (b) ______% (Insert 50% of MBE overall goal) documents in accordance with (c) ______% (Insert subgoal for classification checked in Column 2, if applicable) Section 6 of Part 1 - Instructions Percentages for purposes of calculating achievement of MBE Participation goals:

 For MBE Overall goal – Use lesser of (a) or (b)  For MBE Subgoal – Use lesser of (a) or (c)  If MBE Prime is supplier, wholesaler and/or regular dealer, apply the 60% rule.

Check here if Continuation Sheets are attached. MDOT-OP 013-2 (7/14)

424

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000

MDOT MBE FORM B STATE-FUNDED CONTRACTS PART 2 – MBE PARTICIPATION SCHEDULE CONTINUATION SHEET PAGE __ OF ___

Prime Contractor Project Description Solicitation Number

LIST INFORMATION FOR EACH CERTIFIED MBE PRIME OR MBE SUBCONTRACTOR YOU AGREE TO USE TO ACHIEVE THE MBE PARTICIPATION GOAL AND SUBGOALS, IF ANY. NOTE INSTRUCTIONS IN EACH COLUMN.

COLUMN 1 COLUMN 2 1. COLUMN 3 Unless the bidder/offeror requested a waiver in MDOT MBE Form A – State Funded Contracts for this solicitation, the cumulative MBE participation for all MBE firms listed herein must equal at least the MBE participation goal and subgoals (if applicable) set forth in Form A. NAME OF MBE PRIME OR MBE CERTIFICATION NO. AND 2. FOR PURPOSES OF ACHIEVING THE MBE PARTICIPATION GOAL SUBCONTRACTOR MBE CLASSIFICATION AND SUBGOALS, refer to Sections 5 through 8 in Part 1 - AND TIER Instructions. State the percentage amount of the products/services in Line 3.1, except for those products or services where the MBE firm is being used as a wholesaler, supplier, or regular dealer. For items of work where the MBE firm is being used as a supplier, wholesaler and/or regular dealer, complete Line 3.2 using the 60% Rule. For items of work where the MBE firm is the prime, complete Line 3.3. MBE Name: Certification Number: 3.1. TOTAL PERCENTAGE TO BE PAID TO THE SUBCONTRACTOR (STATE THIS PERCENTAGE AS A PERCENTAGE OF THE TOTAL CONTRACT VALUE- EXCLUDING PRODUCTS/SERVICES FROM SUPPLIERS, WHOLESALERS OR REGULAR DEALERS).

(If dually certified, check Check here if MBE firm is a only one box.) ______% (Percentage for purposes of calculating achievement of MBE Participation subcontractor and complete in goal and subgoals, if any) accordance with Sections 6, 7, & 8 African American-Owned of Part 1 - Instructions. If this box 3.2 TOTAL PERCENTAGE TO BE PAID TO THE SUBCONTRACTOR FOR ITEMS OF is checked, complete 3.1 or 3.2 in Hispanic American- Owned WORK WHERE THE MBE FIRM IS BEING USED AS A SUPPLIER, WHOLESALER AND/OR REGULAR DEALER) (STATE THE PERCENTAGE AS A PERCENTAGE OF THE Column C, whichever is Asian American-Owned TOTAL CONTRACT VALUE AND THEN APPLY THE 60% RULE PER SECTION 7(E) IN appropriate. PART 1 - INSTRUCTIONS). Women-Owned Check here if MBE firm is the Other MBE Classification ______% Total percentage of Supplies/Products prime contractor, including a participant in a joint venture, and ______x ______60% (60% Rule) self-performance is being counted ______% (Percentage for purposes of calculating achievement of MBE Participation pursuant to Section 5 of Part 1 - goal and subgoals, if any) Instructions. If this box is checked, complete 3.3 in Column C. 3.3. TOTAL PERCENTAGE TO BE PAID TO MBE PRIME FOR WORK THAT CAN BE COUNTED AS MBE SELF-PERFORMANCE (STATE THIS PERCENTAGE AS A Check here if MBE firm is a PERCENTAGE OF THE TOTAL CONTRACT VALUE).. third-tier contractor (if applicable). Please submit written documents (a) ______% Total percentage for self-performed items of work in which MBE is in accordance with Section 6 of certified) Part 1 - Instructions (b) ______% (Insert 50% of MBE overall goal) (c) ______% (Insert subgoal for classification checked in Column 2, if applicable)

Percentages for purposes of calculating achievement of MBE Participation goals:

 For MBE Overall goal – Use lesser of (a) or (b)  For MBE Subgoal – Use lesser of (a) or (c) If MBE Prime is supplier, wholesaler and/or regular dealer, apply the 60% rule.

Check here if Continuation Sheets are attached. MDOT-OP 013-2 (7/14)

425

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 MDOT MBE FORM B STATE-FUNDED CONTRACTS PART 3 – CERTIFICATION FOR MBE PARTICIPATION SCHEDULE

PARTS 2 AND 3 MUST BE INCLUDED WITH THE BID/PROPOSAL AS DIRECTED IN THE INVITATION TO BID/ REQUEST FOR PROPOSALS.

I hereby affirm that I have reviewed the Products and Services Description (specific product that a firm is certified to provide or areas of work that a firm is certified to perform) set forth in the MDOT MBE Directory for each of the MBE firms listed in Part 2 of this MBE Form B for purposes of achieving the MBE participation goals and subgoals that were identified in the MBE Form A that I submitted with this solicitation, and that the MBE firms listed are only performing those products/services/areas of work for which they are certified. I also hereby affirm that I have read and understand the form instructions set forth in Part 1 of this MBE Form B.

The undersigned Prime Contractor hereby certifies and agrees that they have fully complied with the State Minority Business Enterprise law, State Finance and Procurement Article §14-308(a)(2), Annotated Code of Maryland which provides that, except as otherwise provided by law, a contractor may not identify a certified minority business enterprise in a bid or proposal and:

(1) fail to request, receive, or otherwise obtain authorization from the certified minority business enterprise to identify the certified minority business enterprise in its bid or proposal;

(2) fail to notify the certified minority business enterprise before execution of the contract of its inclusion of the bid or proposal;

(3) fail to use the certified minority business enterprise in the performance of the contract; or

(4) pay the certified minority business enterprise solely for the use of its name in the bid or proposal.

I solemnly affirm under the penalties of perjury that the contents of Parts 2 and 3 of MDOT MBE Form B are true to the best of my knowledge, information and belief.

______Company Name Signature of Representative

______Address Printed Name and Title

______City, State and Zip Code Date

MDOT-OP 013-2 (7/14)

426

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 MDOT MBE FORM C STATE-FUNDED CONTRACTS OUTREACH EFFORTS COMPLIANCE STATEMENT

In conjunction with the offer/proposal submitted in response to Solicitation No.______, I state the following:

1. Bidder/Offeror took the following efforts to identify subcontracting opportunities in these specific work categories:

2. Attached to this form are copies of written solicitations (with bidding/proposal instructions) used to solicit certified MBE firms for these subcontract opportunities.

3. Bidder/Offeror made the following attempts to personally contact the solicited MBE firms:

4. Please Check One:

□ This project does not involve bonding requirements. □ Bidder/Offeror assisted MBE firms to fulfill or seek waiver of bonding requirements. (DESCRIBE EFFORTS)

5. Please Check One:

□ Bidder/Offeror did attend the pre-bid/pre-proposal meeting/conference. □ No pre-bid/pre-proposal meeting/conference was held. □ Bidder/Offeror did not attend the pre-bid/pre-proposal meeting/conference.

______Company Name Signature of Representative

______Address Printed Name and Title

______City, State and Zip Code Date

MDOT-OP 014-2 (9/11)

427

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000

MDOT MBE FORM D STATE-FUNDED CONTRACTS MBE SUBCONTRACTOR PROJECT PARTICIPATION AFFIDAVIT IF THE BIDDER/OFFEROR FAILS TO RETURN THIS AFFIDAVIT WITHIN THE REQUIRED TIME, THE PROCUREMENT OFFICER MAY DETERMINE THAT THE BIDDER/OFFEROR IS NOT RESPONSIBLE AND THEREFORE NOT ELIGIBLE FOR CONTRACT AWARD OR THAT THE PROPOSAL IS NOT SUSCEPTIBLE OF BEING SELECTED FOR AWARD. SUBMIT ONE FORM FOR EACH CERTIFIED MBE FIRM LISTED IN THE MBE PARTICIPATION SCHEDULE. BIDDERS/OFFERORS ARE HIGHLY ENCOURAGED TO SUBMIT FORM D PRIOR TO THE TEN (10) DAY DEADLINE.

Provided that ______(Prime Contractor’s Name) is awarded the State contract in conjunction with Solicitation No. ______, such Prime Contractor will enter into a subcontract with ______(Subcontractor’s Name) committing to participation by the MBE firm ______(MBE Name) with MDOT Certification Number ______(if subcontractor previously listed is also the MBE firm, please restate name and provide MBE Certification Number) which will receive at least $______or ___% (Total Subcontract Amount/ Percentage) for performing the following products/services for the Contract:

NAICS CODE WORK ITEM, SPECIFICATION NUMBER, DESCRIPTION OF SPECIFIC PRODUCTS AND/OR LINE ITEMS OR WORK CATEGORIES (IF SERVICES APPLICABLE)

I solemnly affirm under the penalties of perjury that the information provided in this MBE Subcontractor Project Participation Affidavit is true to the best of my knowledge, information and belief. I acknowledge that, for purposes of determining the accuracy of the information provided herein, the Procurement Officer may request additional information, including, without limitation, copies of the subcontract agreements and quotes. SUBCONTRACTOR (SECOND- SUBCONTRACTOR (THIRD- TIER) TIER) PRIME CONTRACTOR Signature of Representative: Signature of Representative: Signature of Representative: ______Printed Name and Printed Name and Printed Name and Title:______Title:______Title:______Firm’s Name: Firm’s Name: Firm’s Name: ______Federal Identification Number: Federal Identification Number: Federal Identification Number: ______Address: ______Address: ______Address: ______Telephone: ______Telephone: ______Telephone: ______Date: ______Date: ______Date: ______IF MBE FIRM IS A THIRD-TIER SUBCONTRACTOR, THIS FORM MUST ALSO BE EXECUTED BY THE SECOND-TIER SUBCONTRACTOR THAT HAS THE SUBCONTRACT AGREEMENT WITH THE MBE FIRM.

MDOT-OP 015-2 (9/11)

428

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 MDOT MBE/DBE FORM E GOOD FAITH EFFORTS GUIDANCE AND DOCUMENTATION

PART 1 – GUIDANCE FOR DEMONSTRATING GOOD FAITH EFFORTS TO MEET MBE/DBE PARTICIPATION GOALS

In order to show that it has made good faith efforts to meet the Minority Business Enterprise (MBE)/Disadvantaged Business Enterprise (DBE) participation goal (including any MBE subgoals) on a contract, the bidder/offeror must either (1) meet the MBE/DBE Goal(s) and document its commitments for participation of MBE/DBE Firms, or (2) when it does not meet the MBE/DBE Goal(s), document its Good Faith Efforts to meet the goal(s).

I. Definitions

MBE/DBE Goal(s) – “MBE/DBE Goal(s)” refers to the MBE participation goal and MBE participation subgoal(s) on a State-funded procurement and the DBE participation goal on a federally-funded procurement.

Good Faith Efforts – The “Good Faith Efforts” requirement means that when requesting a waiver, the bidder/offeror must demonstrate that it took all necessary and reasonable steps to achieve the MBE/DBE Goal(s), which, by their scope, intensity, and appropriateness to the objective, could reasonably be expected to obtain sufficient MBE/DBE participation, even if those steps were not fully successful. Whether a bidder/offeror that requests a waiver made adequate good faith efforts will be determined by considering the quality, quantity, and intensity of the different kinds of efforts that the bidder/offeror has made. The efforts employed by the bidder/offeror should be those that one could reasonably expect a bidder/offeror to take if the bidder/offeror were actively and aggressively trying to obtain DBE participation sufficient to meet the DBE contract goal. Mere pro forma efforts are not good faith efforts to meet the DBE contract requirements. The determination concerning the sufficiency of the bidder's/offeror’s good faith efforts is a judgment call; meeting quantitative formulas is not required.

Identified Firms – “Identified Firms” means a list of the DBEs identified by the procuring agency during the goal setting process and listed in the federally-funded procurement as available to perform the Identified Items of Work. It also may include additional DBEs identified by the bidder/offeror as available to perform the Identified Items of Work, such as DBEs certified or granted an expansion of services after the procurement was issued. If the procurement does not include a list of Identified Firms or is a State-funded procurement, this term refers to all of the MBE Firms (if State-funded) or DBE Firms (if federally-funded) the bidder/offeror identified as available to perform the Identified Items of Work and should include all appropriately certified firms that are reasonably identifiable.

Identified Items of Work – “Identified Items of Work” means the bid items identified by the procuring agency during the goal setting process and listed in the procurement as possible items of work for performance by MBE/DBE Firms. It also may include additional portions of items of work the bidder/offeror identified for performance by MBE/DBE Firms to increase the likelihood that the MBE/DBE Goal(s) will be achieved. If the procurement does not include a list of Identified Items of Work, this term refers to all of the items of work the bidder/offeror identified as possible items of work for performance by MBE/DBE Firms and should include all reasonably identifiable work opportunities.

MBE/DBE Firms – For State-funded contracts, “MBE/DBE Firms” refers to certified MBE Firms. Certified MBE Firms can participate in the State’s MBE Program. For federally-funded contracts, “MBE/DBE Firms” refers to certified DBE Firms. Certified DBE Firms can participate in the federal DBE Program.

II. Types of Actions MDOT will Consider 429

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000

The bidder/offeror is responsible for making relevant portions of the work available to MBE/DBE subcontractors and suppliers and to select those portions of the work or material needs consistent with the available MBE/DBE subcontractors and suppliers, so as to facilitate MBE/DBE participation. The following is a list of types of actions MDOT will consider as part of the bidder's/offeror’s Good Faith Efforts when the bidder/offeror fails to meet the MBE/DBE Goal(s). This list is not intended to be a mandatory checklist, nor is it intended to be exclusive or exhaustive. Other factors or types of efforts may be relevant in appropriate cases.

A. Identify Bid Items as Work for MBE/DBE Firms

1. Identified Items of Work in Procurements

(a) Certain procurements will include a list of bid items identified during the goal setting process as possible work for performance by MBE/DBE Firms. If the procurement provides a list of Identified Items of Work, the bidder/offeror shall make all reasonable efforts to solicit quotes from MBE Firms or DBE Firms, whichever is appropriate, to perform that work.

(b) Bidders/Offerors may, and are encouraged to, select additional items of work to be performed by MBE/DBE Firms to increase the likelihood that the MBEDBE Goal(s) will be achieved.

2. Identified Items of Work by Bidders/Offerors

(a) When the procurement does not include a list of Identified Items of Work, bidders/offerors should reasonably identify sufficient items of work to be performed by MBE/DBE Firms.

(b) Where appropriate, bidders/offerors should break out contract work items into economically feasible units to facilitate MBE/DBE participation, rather than perform these work items with their own forces. The ability or desire of a prime contractor to perform the work of a contract with its own organization does not relieve the bidder/offeror of the responsibility to make Good Faith Efforts.

B. Identify MBE Firms or DBE Firms to Solicit

1. DBE Firms Identified in Procurements

(a) Certain procurements will include a list of the DBE Firms identified during the goal setting process as available to perform the items of work. If the procurement provides a list of Identified DBE Firms, the bidder/offeror shall make all reasonable efforts to solicit those DBE firms.

(b) Bidders/offerors may, and are encouraged to, search the MBE/DBE Directory to identify additional DBEs who may be available to perform the items of work, such as DBEs certified or granted an expansion of services after the solicitation was issued.

2. MBE/DBE Firms Identified by Bidders/Offerors

(a) When the procurement does not include a list of Identified MBE/DBE Firms, bidders/offerors should reasonably identify the MBE Firms or DBE Firms, whichever is appropriate, that are available to perform the Identified Items of Work.

(b) Any MBE/DBE Firms identified as available by the bidder/offeror should be certified in the appropriate program (MBE for State-funded procurements or DBE for federally-funded procurements)

(c) Any MBE/DBE Firms identified as available by the bidder/offeror should be certified to perform the Identified Items of Work.

C. Solicit MBE/DBEs 430

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000

1. Solicit all Identified Firms for all Identified Items of Work by providing written notice. The bidder/offeror should:

(a) provide the written solicitation at least 10 days prior to bid opening to allow sufficient time for the MBE/DBE Firms to respond;

(b) send the written solicitation by first-class mail, facsimile, or email using contact information in the MBE/DBE Directory, unless the bidder/offeror has a valid basis for using different contact information; and

(c) provide adequate information about the plans, specifications, anticipated time schedule for portions of the work to be performed by the MBE/DBE, and other requirements of the contract to assist MBE/DBE Firms in responding. (This information may be provided by including hard copies in the written solicitation or by electronic means as described in C.3 below.)

2.“All” Identified Firms includes the DBEs listed in the procurement and any MBE/DBE Firms you identify as potentially available to perform the Identified Items of Work, but it does not include MBE/DBE Firms who are no longer certified to perform the work as of the date the bidder/offeror provides written solicitations.

3.“Electronic Means” includes, for example, information provided via a website or file transfer protocol (FTP) site containing the plans, specifications, and other requirements of the contract. If an interested MBE/DBE cannot access the information provided by electronic means, the bidder/offeror must make the information available in a manner that is accessible by the interested MBE/DBE.

4.Follow up on initial written solicitations by contacting DBEs to determine if they are interested. The follow up contact may be made:

(a) by telephone using the contact information in the MBE/DBE Directory, unless the bidder/offeror has a valid basis for using different contact information; or

(b) in writing via a method that differs from the method used for the initial written solicitation.

5. In addition to the written solicitation set forth in C.1 and the follow up required in C.4, use all other reasonable and available means to solicit the interest of MBE/DBE Firms certified to perform the work of the contract. Examples of other means include:

(a) attending any pre-bid meetings at which MBE/DBE Firms could be informed of contracting and subcontracting opportunities;

(b) if recommended by the procurement, advertising with or effectively using the services of at least two minority focused entities or media, including trade associations, minority/women community organizations, minority/women contractors' groups, and local, state, and federal minority/women business assistance offices listed on the MDOT Office of Minority Business Enterprise website; and

(c) effectively using the services of other organizations, as allowed on a case-by-case basis and authorized in the procurement, to provide assistance in the recruitment and placement of MBE/DBE Firms.

D. Negotiate With Interested MBE/DBE Firms

Bidders/Offerors must negotiate in good faith with interested MBE/DBE Firms.

1. Evidence of negotiation includes, without limitation, the following:

(a) the names, addresses, and telephone numbers of MBE/DBE Firms that were considered;

431

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 (b) a description of the information provided regarding the plans and specifications for the work selected for subcontracting and the means used to provide that information; and

(c) evidence as to why additional agreements could not be reached for MBE/DBE Firms to perform the work.

2. A bidder/offeror using good business judgment would consider a number of factors in negotiating with subcontractors, including DBE subcontractors, and would take a firm's price and capabilities as well as contract goals into consideration.

3. The fact that there may be some additional costs involved in finding and using MBE/DBE Firms is not in itself sufficient reason for a bidder's/offeror’s failure to meet the contract DBE goal, as long as such costs are reasonable. Factors to take into consideration when determining whether a MBE/DBE Firm’s quote is excessive or unreasonable include, without limitation, the following: (a) the dollar difference between the MBE/DBE subcontractor’s quote and the average of the other subcontractors’ quotes received by the bidder/offeror;

(b) the percentage difference between the MBE/DBE subcontractor’s quote and the average of the other subcontractors’ quotes received by the bidder/offeror;

(c) the percentage that the DBE subcontractor’s quote represents of the overall contract amount;

(d) the number of MBE/DBE firms that the bidder/offeror solicited for that portion of the work;

(e) whether the work described in the MBE/DBE and Non-MBE/DBE subcontractor quotes (or portions thereof) submitted for review is the same or comparable; and

(f) the number of quotes received by the bidder/offeror for that portion of the work.

4. The above factors are not intended to be mandatory, exclusive, or exhaustive, and other evidence of an excessive or unreasonable price may be relevant.

5. The bidder/offeror may not use its price for self-performing work as a basis for rejecting a MBE/DBE Firm’s quote as excessive or unreasonable.

6. The “average of the other subcontractors’ quotes received by the” bidder/offeror refers to the average of the quotes received from all subcontractors, except that there should be quotes from at least three subcontractors, and there must be at least one quote from a MBE/DBE and one quote from a Non-MBE/DBE. 7.A bidder/offeror shall not reject a MBE/DBE Firm as unqualified without sound reasons based on a thorough investigation of the firm’s capabilities. For each certified MBE/DBE that is rejected as unqualified or that placed a subcontract quotation or offer that the bidder/offeror concludes is not acceptable, the bidder/offeror must provide a written detailed statement listing the reasons for this conclusion. The bidder/offeror also must document the steps taken to verify the capabilities of the MBE/DBE and Non-MBE/DBE Firms quoting similar work.

(a) The factors to take into consideration when assessing the capabilities of a MBE/DBE Firm, include, but are not limited to the following: financial capability, physical capacity to perform, available personnel and equipment, existing workload, experience performing the type of work, conduct and performance in previous contracts, and ability to meet reasonable contract requirements.

(b) The MBE/DBE Firm’s standing within its industry, membership in specific groups, organizations, or associations and political or social affiliations (for example union vs. non-union employee status) are not legitimate causes for the rejection or non-solicitation of bids in the efforts to meet the project goal.

E. Assisting Interested MBE/DBE Firms

When appropriate under the circumstances, the decision-maker will consider whether the bidder/offeror:

432

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 1. made reasonable efforts to assist interested MBE/DBE Firms in obtaining the bonding, lines of credit, or insurance required by MDOT or the bidder/offeror; and

2. made reasonable efforts to assist interested MBE/DBE Firms in obtaining necessary equipment, supplies, materials, or related assistance or services.

III.Other Considerations

In making a determination of Good Faith Efforts the decision-maker may consider engineering estimates, catalogue prices, general market availability and availability of certified MBE/DBE Firms in the area in which the work is to be performed, other bids or offers and subcontract bids or offers substantiating significant variances between certified MBE/DBE and Non-MBE/DBE costs of participation, and their impact on the overall cost of the contract to the State and any other relevant factors.

The decision-maker may take into account whether a bidder/offeror decided to self-perform subcontract work with its own forces, especially where the self-performed work is Identified Items of Work in the procurement. The decision- maker also may take into account the performance of other bidders/offerors in meeting the contract. For example, when the apparent successful bidder/offeror fails to meet the contract goal, but others meet it, this reasonably raises the question of whether, with additional reasonable efforts, the apparent successful bidder/offeror could have met the goal. If the apparent successful bidder/offeror fails to meet the goal, but meets or exceeds the average MBE/DBE participation obtained by other bidders/offerors, this, when viewed in conjunction with other factors, could be evidence of the apparent successful bidder/offeror having made Good Faith Efforts.

IV. Documenting Good Faith Efforts

At a minimum, a bidder/offeror seeking a waiver of the MBE/DBE Goal(s) or a portion thereof must provide written documentation of its Good Faith Efforts, in accordance with COMAR 21.11.03.11, within 10 business days after receiving notice that it is the apparent awardee. The written documentation shall include the following:

A. Items of Work (Complete Good Faith Efforts Documentation Form E, Part 2)

A detailed statement of the efforts made to select portions of the work proposed to be performed by certified MBE/DBE Firms in order to increase the likelihood of achieving the stated MBE/DBE Goal(s).

B. Outreach/Solicitation/Negotiation

1. The record of the bidder’s/offeror’s compliance with the outreach efforts prescribed by COMAR 21.11.03.09C(2)(a) through (e) and 49 C.F.R. Part 26, Appendix A. (Complete Outreach Efforts Compliance Statement)

2. A detailed statement of the efforts made to contact and negotiate with MBE/DBE Firms including:

(a) the names, addresses, and telephone numbers of the MBE/DBE Firms who were contacted, with the dates and manner of contacts (letter, fax, email, telephone, etc.) (Complete Good Faith Efforts Form E, Part 3, and submit letters, fax cover sheets, emails, etc. documenting solicitations); and

(a) a description of the information provided to MBE/DBE Firms regarding the plans, specifications, and anticipated time schedule for portions of the work to be performed and the means used to provide that information.

433

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 C. Rejected MBE/DBE Firms (Complete Good Faith Efforts Form E, Part 4)

1. For each MBE/DBE Firm that the bidder/offeror concludes is not acceptable or qualified, a detailed statement of the reasons for the bidder's/offeror’s conclusion, including the steps taken to verify the capabilities of the MBE/DBE and Non-MBE/DBE Firms quoting similar work.

2. For each certified MBE/DBE Firm that the bidder/offeror concludes has provided an excessive or unreasonable price, a detailed statement of the reasons for the bidder's/offeror’s conclusion, including the quotes received from all MBE/DBE and Non-MBE/DBE firms bidding on the same or comparable work. (Include copies of all quotes received.)

3. A list of MBE/DBE Firms contacted but found to be unavailable. This list should be accompanied by a Minority Contractor Unavailability Certificate signed by the MBE/DBE contractor or a statement from the bidder/offeror that the MBE/DBE contractor refused to sign the Minority Contractor Unavailability Certificate.

D. Other Documentation

1. Submit any other documentation requested by the Procurement Officer to ascertain the bidder’s/offeror’s Good Faith Efforts.

2. Submit any other documentation the bidder/offeror believes will help the Procurement Officer ascertain its Good Faith Efforts.

434

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

SPECIAL PROVISIONS Contract No. BB-3008-0000

MDOT MBE/DBE FORM E GOOD FAITH EFFORTS GUIDANCE AND DOCUMENTATION

PART 2 – CERTIFICATION REGARDING GOOD FAITH EFFORTS DOCUMENTATION

PAGE __ OF ___

Prime Contractor Project Description Solicitation Number

PARTS 3, 4, AND 5 MUST BE INCLUDED WITH THIS CERTIFICATE ALONG WITH ALL DOCUMENTS SUPPORTING YOUR WAIVER REQUEST.

I hereby request a waiver of (1) the Minority Business Enterprise (MBE) participation goal and/or subgoal(s), (2) the Disadvantaged Business Enterprise (DBE) participation goal, or (3) a portion of the pertinent MBE/DBE participation goal and/or MBE subgoal(s) for this procurement.1 I affirm that I have reviewed the Good Faith Efforts Guidance MBE/DBE Form E. I further affirm under penalties of perjury that the contents of Parts 3, 4, and 5 of MDOT MBE/DBE Form E are true to the best of my knowledge, information and belief.

______Company Name Signature of Representative

______Address Printed Name and Title

______City, State and Zip Code Date

1 MBE participation goals and subgoals apply to State-funded procurements. DBE participation goals apply to federally-funded procurements. Federally-funded contracts do not have subgoals.

435

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000

MDOT MBE/DBE FORM E GOOD FAITH EFFORTS GUIDANCE AND DOCUMENTATION PART 3 – IDENTIFIED ITEMS OF WORK BIDDER/OFFEROR MADE AVAILABLE TO MBE/DBE FIRMS

PAGE __ OF ___

Prime Contractor Project Description Solicitation Number

Identify those items of work that the bidder/offeror made available to MBE/DBE Firms. This includes, where appropriate, those items the bidder/offeror identified and determined to subdivide into economically feasible units to facilitate the MBE/DBE participation. For each item listed, show the anticipated percentage of the total contract amount. It is the bidder’s/offeror’s responsibility to demonstrate that sufficient work to meet the goal was made available to MBE/DBE Firms, and the total percentage of the items of work identified for MBE/DBE participation equals or exceeds the percentage MBE/DBE goal set for the procurement. Note: If the procurement includes a list of bid items identified during the goal setting process as possible items of work for performance by MBE/DBE Firms, the bidder/offeror should make all of those items of work available to MBE/DBE Firms or explain why that item was not made available. If the bidder/offeror selects additional items of work to make available to MBE/DBE Firms, those additional items should also be included below.

Does Was this work Was this work bidder/offeror made available to Identified Items of Work listed in the normally MBE/DBE Firms? procurement? self-perform If no, explain why? this work? □ Yes □ No □ Yes □ No □ Yes □ No

□ Yes □ No □ Yes □ No □ Yes □ No

□ Yes □ No □ Yes □ No □ Yes □ No

□ Yes □ No □ Yes □ No □ Yes □ No

□ Yes □ No □ Yes □ No □ Yes □ No

□ Yes □ No □ Yes □ No □ Yes □ No

□ Yes □ No □ Yes □ No □ Yes □ No

□ Yes □ No □ Yes □ No □ Yes □ No

□ Yes □ No □ Yes □ No □ Yes □ No

□ Yes □ No □ Yes □ No □ Yes □ No

Please check if Additional Sheets are attached. 436

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000

MDOT MBE/DBE FORM E GOOD FAITH EFFORTS GUIDANCE AND DOCUMENTATION PART 4 – IDENTIFIED MBE/DBE FIRMS AND RECORD OF SOLICITATIONS PAGE __ OF ___ Prime Contractor Project Description Solicitation Number

Identify the MBE/DBE Firms solicited to provide quotes for the Identified Items of Work made available for MBE/DBE participation. Include the name of the MBE/DBE Firm solicited, items of work for which bids/quotes were solicited, date and manner of initial and follow-up solicitations, whether the MBE/DBE provided a quote, and whether the MBE/DBE is being used to meet the MBE/DBE participation goal. MBE/DBE Firms used to meet the participation goal must be included on the MBE/DBE Participation Schedule, Form B. Note: If the procurement includes a list of the MBE/DBE Firms identified during the goal setting process as potentially available to perform the items of work, the bidder/offeror should solicit all of those MBE/DBE Firms or explain why a specific MBE/DBE was not solicited. If the bidder/offeror identifies additional MBE/DBE Firms who may be available to perform Identified Items of Work, those additional MBE/DBE Firms should also be included below. Copies of all written solicitations and documentation of follow-up calls to MBE/DBE Firms must be attached to this form. If the bidder/offeror used a Non-MBE/DBE or is self-performing the identified items of work, Part 4 must be completed. Name of Describe Item of Work Initial Follow-up Details for Quote Quote Reason Identified MBE/DBE Solicited Solicitation Solicitation Follow-up Calls Rec’d Used Quote Rejected Firm & MBE Date & Method Date & Method Classification Firm Name: Date: Date: Time of Call: □ Yes □ Yes □ Used Other □ No □ No MBE/DBE □ Mail □ Phone Spoke With: □ Used Non- MBE Classification □ Facsimile □ Mail MBE/DBE (Check only if □ Email □ Facsimile □ Left Message requesting waiver of □ Email □ Self- MBE subgoal.) performing African American- Owned Hispanic American- Owned Asian American- Owned Women-Owned Other MBE Classification ______

Firm Name: Date: Date: Time of Call: □ Yes □ Yes □ Used Other □ No □ No MBE/DBE □ Mail □ Phone Spoke With: □ Used Non- MBE Classification □ Facsimile □ Mail MBE/DBE (Check only if □ Email □ Facsimile □ Left Message requesting waiver of □ Email □ Self- MBE subgoal.) performing African American- Owned Hispanic American- Owned Asian American- Owned Women-Owned Other MBE Classification

Please check if Additional Sheets are attached.

437

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000

MDOT MBE/DBE FORM E GOOD FAITH EFFORTS GUIDANCE AND DOCUMENTATION PART 5 – ADDITIONAL INFORMATION REGARDING REJECTED MBE/DBE QUOTES

PAGE __ OF ___ Prime Contractor Project Description Solicitation Number

This form must be completed if Part 3 indicates that a MBE/DBE quote was rejected because the bidder/offeror is using a Non-MBE/DBE or is self-performing the Identified Items of Work. Provide the Identified Items Work, indicate whether the work will be self-performed or performed by a Non-MBE/DBE, and if applicable, state the name of the Non-MBE/DBE. Also include the names of all MBE/DBE and Non-MBE/DBE Firms that provided a quote and the amount of each quote.

Describe Identified Self-performing or Amount of Name of Other Firms Amount Indicate Reason Why Items of Work Not Using Non-MBE/DBE Non- who Provided Quotes Quoted MBE/DBE Quote Rejected & Being Performed by (Provide name) MBE/DBE & Briefly Explain MBE/DBE Quote Whether MBE/DBE or (Include spec/section Non-MBE/DBE number from bid) □ Self-performing □ Price $______$______□ Capabilities □ Using Non-MBE/DBE ______□ Other □ MBE/DBE ______□ Non-MBE/DBE □ Self-performing □ Price $______$______□ Capabilities □ Using Non-MBE/DBE ______□ Other □ MBE/DBE ______□ Non- MBE/DBE □ Self-performing □ Price $______$______□ Capabilities □ Using Non-MBE/DBE ______□ Other □ MBE/DBE ______□ Non- MBE/DBE □ Self-performing □ Price $______$______□ Capabilities □ Using Non- ______□ Other MBE/DBE □ MBE/DBE □ Non- MBE/DBE ______□ Self-performing □ Price $______$______□ Capabilities □ Using Non- ______□ Other MBE/DBE □ MBE/DBE □ Non- MBE/DBE ______□ Self-performing □ Price $______$______□ Capabilities □ Using Non- ______□ Other MBE/DBE □ MBE/DBE □ Non- MBE/DBE ______

Please check if Additional Sheets are attached.

438

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 1 of 8 BID/PROPOSAL AFFIDAVIT

A. AUTHORITY

I hereby affirm that I, ______(name of affiant) am the ______(title) and duly authorized representative of ______(name of business entity) and that I possess the legal authority to make this affidavit on behalf of the business for which I am acting.

B. CERTIFICATION REGARDING COMMERCIAL NONDISCRIMINATION

The undersigned Bidder/Offeror hereby certifies and agrees that the following information is correct: In preparing its Bid/proposal on this project, the Bidder/Offeror has considered all Bid/proposals submitted from qualified, potential subcontractors and suppliers, and has not engaged in “discrimination” as defined in § 19-103 of the State Finance and Procurement Article of the Annotated Code of Maryland. “Discrimination” means any disadvantage, difference, distinction, or preference in the solicitation, selection, hiring, or commercial treatment of a vendor, subcontractor, or commercial customer on the basis of race, color, religion, ancestry, or national origin, sex, age, marital status, sexual orientation, sexual identity, genetic information or an individual’s refusal to submit to a genetic test or make available the results of a genetic test, disability, or any otherwise unlawful use of characteristics regarding the vendor’s, supplier’s, or commercial customer’s employees or owners. “Discrimination” also includes retaliating against any person or other entity for reporting any incident of “discrimination”. Without limiting any other provision of the solicitation on this project, it is understood that, if the certification is false, such false certification constitutes grounds for the State to reject the Bid/proposal submitted by the Bidder/Offeror on this project, and terminate any contract awarded based on the Bid/proposal. As part of its Bid/proposal, the Bidder/Offeror herewith submits a list of all instances within the past four (4) years where there has been a final adjudicated determination in a legal or administrative proceeding in the State of Maryland that the Bidder/Offeror discriminated against subcontractors, vendors, suppliers, or commercial customers, and a description of the status or resolution of that determination, including any remedial action taken. Bidder/Offeror agrees to comply in all respects with the State’s Commercial Nondiscrimination Policy as described under Title 19 of the State Finance and Procurement Article of the Annotated Code of Maryland.

B-1. CERTIFICATION REGARDING MINORITY BUSINESS ENTERPRISES.

The undersigned Bidder/Offeror hereby certifies and agrees that it has fully complied with the State Minority Business Enterprise Law, State Finance and Procurement Article, § 14-308(a)(2), Annotated Code of Maryland, which provides that, except as otherwise provided by law, a contractor may not identify a certified minority business enterprise in a Bid/proposal and:

(1) Fail to request, receive, or otherwise obtain authorization from the certified minority business enterprise to identify the certified minority bid/proposal;

2 of 8

(2) Fail to notify the certified minority business enterprise before execution of the contract of its inclusion in the Bid/proposal;

439

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 (3) Fail to use the certified minority business enterprise in the performance of the contract; or

(4) Pay the certified minority business enterprise solely for the use of its name in the Bid/proposal.

Without limiting any other provision of the solicitation on this project, it is understood that if the certification is false, such false certification constitutes grounds for the State to reject the Bid/proposal submitted by the Bidder/Offeror on this project, and terminate any contract awarded based on the Bid/proposal.

B-2. CERTIFICATION REGARDING VETERAN-OWNED SMALL BUSINESS ENTERPRISES.

The undersigned Bidder/Offeror hereby certifies and agrees that it has fully complied with the State veteran-owned small business enterprise law, State Finance and Procurement Article, § 14-605, Annotated Code of Maryland, which provides that a person may not:

(1) Knowingly and with intent to defraud, fraudulently obtain, attempt to obtain, or aid another person in fraudulently obtaining or attempting to obtain public money, procurement contracts, or funds expended under a procurement contract to which the person is not entitled under this title;

(2) Knowingly and with intent to defraud, fraudulently represent participation of a veteran-owned small business enterprise in order to obtain or retain a Bid/proposal preference or a procurement contract;

(3) Willfully and knowingly make or subscribe to any statement, declaration, or other document that is fraudulent or false as to any material matter, whether or not that falsity or fraud is committed with the knowledge or consent of the person authorized or required to present the declaration, statement, or document;

(4) Willfully and knowingly aid, assist in, procure, counsel, or advise the preparation or presentation of a declaration, statement, or other document that is fraudulent or false as to any material matter, regardless of whether that falsity or fraud is committed with the knowledge or consent of the person authorized or required to present the declaration, statement, or document;

(5) Willfully and knowingly fail to file any declaration or notice with the unit that is required by COMAR 21.11.13; or

(6) Establish, knowingly aid in the establishment of, or exercise control over a business found to have violated a provision of § B-2(1) -(5) of this regulation.

C. AFFIRMATION REGARDING BRIBERY CONVICTIONS

I FURTHER AFFIRM THAT:

Neither I, nor to the best of my knowledge, information, and belief, the above business (as is defined in Section 16-101(b) of the State Finance and Procurement Article of the Annotated Code of Maryland), or any of its officers, directors, partners, controlling stockholders, or any of its employees directly involved in the business’s contracting activities including obtaining or performing contracts with public bodies has

3 of 8

been convicted of, or has had probation before judgment imposed pursuant to Criminal Procedure Article, § 6-220, Annotated Code of Maryland, or has pleaded nolo contendere to a charge of, bribery, attempted 440

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 bribery, or conspiracy to bribe in violation of Maryland law, or of the law of any other state or federal law, except as follows (indicate the reasons why the affirmation cannot be given and list any conviction, plea, or imposition of probation before judgment with the date, court, official or administrative body, the sentence or disposition, the name(s) of person(s) involved, and their current positions and responsibilities with the business):

______

______

D. AFFIRMATION REGARDING OTHER CONVICTIONS

I FURTHER AFFIRM THAT:

Neither I, nor to the best of my knowledge, information, and belief, the above business, or any of its officers, directors, partners, controlling stockholders, or any of its employees directly involved in the business’s contracting activities including obtaining or performing contracts with public bodies, has:

(1) Been convicted under state or federal statute of:

(a) A criminal offense incident to obtaining, attempting to obtain, or performing a public or private contract; or

(b) Fraud, embezzlement, theft, forgery, falsification or destruction of records or receiving stolen property;

(2) Been convicted of any criminal violation of a state or federal antitrust statute;

(3) Been convicted under the provisions of Title 18 of the United States Code for violation of the Racketeer Influenced and Corrupt Organization Act, 18 U.S.C. § 1961 et seq., or the Mail Fraud Act, 18 U.S.C. § 1341 et seq., for acts in connection with the submission of Bids/Proposals for a public or private contract;

(4) Been convicted of a violation of the State Minority Business Enterprise Law, § 14-308 of the State Finance and Procurement Article of the Annotated Code of Maryland;

(5) Been convicted of a violation of § 11-205.1 of the State Finance and Procurement Article of the Annotated Code of Maryland;

(6) Been convicted of conspiracy to commit any act or omission that would constitute grounds for conviction or liability under any law or statute described in subsections (1)— (5) above;

(7) Been found civilly liable under a state or federal antitrust statute for acts or omissions in connection with the submission of Bids/Proposals for a public or private contract;

4 of 8

441

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 (8) Been found in a final adjudicated decision to have violated the Commercial Nondiscrimination Policy under Title 19 of the State Finance and Procurement Article of the Annotated Code of Maryland with regard to a public or private contract;

(9) Been convicted of a violation of one or more of the following provisions of the Internal Revenue Code:

(a) §7201, Attempt to Evade or Defeat Tax;

(b) §7203, Willful Failure to File Return, Supply Information, or Pay Tax,

(c) §7205, Fraudulent Withholding Exemption Certificate or Failure to Supply Information;

(d) §7206, Fraud and False Statements, or

(e) §7207 Fraudulent Returns, Statements, or Other Documents;

(10) Been convicted of a violation of 18 U.S.C. §286 Conspiracy to Defraud the Government with Respect to Claims, 18 U.S.C. §287, False, Fictitious, or Fraudulent Claims, or 18 U.S.C. §371, Conspiracy to Defraud the United States;

(11) Been convicted of a violation of the Tax-General Article, Title 13, Subtitle 7 or Subtitle 10, Annotated Code of Maryland;

(12) Been found to have willfully or knowingly violated State Prevailing Wage Laws as provided in the State Finance and Procurement Article, Title 17, Subtitle 2, Annotated Code of Maryland, if:

(a) A court:

(i) Made the finding; and

(ii) Decision became final; or

(b) The finding was:

(i) Made in a contested case under the Maryland Administrative Procedure act; and

(ii) Not overturned on judicial review;

(13) Been found to have willfully or knowingly violated State Living Wage Laws as provided in the State Finance and Procurement Article, Title 18, Annotated Code of Maryland, if:

(a) A court:

(i) Made the finding; and

(ii) Decision became final; or

(b) The finding was:

5 of 8 442

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 (i) Made in a contested case under the Maryland Administrative Procedure act; and

(ii) Not overturned on judicial review;

(14) Been found to have willfully or knowingly violated the Labor and Employment Article, Title 3, Subtitles 3, 4, or 5, or Title 5, Annotated Code of Maryland, if:

(a) A court:

(i) Made the finding; and

(ii) Decision became final; or

(b) The finding was:

(i) Made in a contested case under the Maryland Administrative Procedure act; and

(ii) Not overturned on judicial review; or

(15) Admitted in writing or under oath, during the course of an official investigation or other proceedings, acts or omissions that would constitute grounds for conviction or liability under any law or statute described in §§ B and C and subsections D(1)—(14) above, except as follows (indicate reasons why the affirmations cannot be given, and list any conviction, plea, or imposition of probation before judgment with the date, court, official or administrative body, the sentence or disposition, the name(s) of the person(s) involved and their current positions and responsibilities with the business, and the status of any debarment):

______

______

E. AFFIRMATION REGARDING DEBARMENT

I FURTHER AFFIRM THAT:

Neither I, nor to the best of my knowledge, information, and belief, the above business, or any of its officers, directors, partners, controlling stockholders, or any of its employees directly involved in the business’s contracting activities, including obtaining or performing contracts with public bodies, has ever been suspended or debarred (including being issued a limited denial of participation) by any public entity, except as follows (list each debarment or suspension providing the dates of the suspension or debarment, the name of the public entity and the status of the proceedings, the name(s) of the person(s) involved and their current positions and responsibilities with the business, the grounds of the debarment or suspension, and the details of each person’s involvement in any activity that formed the grounds of the debarment or suspension).

______

______

6 of 8

443

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 F. AFFIRMATION REGARDING DEBARMENT OF RELATED ENTITIES

I FURTHER AFFIRM THAT:

(1) The business was not established and does not operate in a manner designed to evade the application of or defeat the purpose of debarment pursuant to Sections 16-101, et seq., of the State Finance and Procurement Article of the Annotated Code of Maryland; and

(2) The business is not a successor, assignee, subsidiary, or affiliate of a suspended or debarred business, except as follows (you must indicate the reasons why the affirmations cannot be given without qualification):

______

______

G. SUBCONTRACT AFFIRMATION

I FURTHER AFFIRM THAT:

Neither I, nor to the best of my knowledge, information, and belief, the above business, has knowingly entered into a contract with a public body under which a person debarred or suspended under Title 16 of the State Finance and Procurement Article of the Annotated Code of Maryland will provide, directly or indirectly, supplies, services, architectural services, construction related services, leases of real property, or construction.

H. AFFIRMATION REGARDING COLLUSION

I FURTHER AFFIRM THAT:

Neither I, nor to the best of my knowledge, information, and belief, the above business has:

(1) Agreed, conspired, connived, or colluded to produce a deceptive show of competition in the compilation of the accompanying Bid/proposal that is being submitted; or

(2) In any manner, directly or indirectly, entered into any agreement of any kind to fix the Bid/proposal price of the Bidder/Offeror or of any competitor, or otherwise taken any action in restraint of free competitive bidding in connection with the contract for which the accompanying Bid/proposal is submitted.

I. CERTIFICATION OF TAX PAYMENT

I FURTHER AFFIRM THAT:

Except as validly contested, the business has paid, or has arranged for payment of, all taxes due the State of Maryland and has filed all required returns and reports with the Comptroller of the Treasury, State Department of Assessments and Taxation, and Department of Labor, Licensing, and Regulation, as applicable, and will have paid all withholding taxes due the State of Maryland prior to final settlement.

7 of 8

444

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 J. CONTINGENT FEES

I FURTHER AFFIRM THAT:

The business has not employed or retained any person, partnership, corporation, or other entity, other than a bona fide employee, bona fide agent, bona fide salesperson, or commercial selling agency working for the business, to solicit or secure the Contract, and that the business has not paid or agreed to pay any person, partnership, corporation, or other entity, other than a bona fide employee, bona fide agent, bona fide salesperson, or commercial selling agency, any fee or any other consideration contingent on the making of the Contract.

K. CERTIFICATION REGARDING INVESTMENTS IN IRAN

(1) The undersigned certifies that, in accordance with State Finance and Procurement Article, §17-705, Annotated Code of Maryland:

(a) It is not identified on the list created by the Board of Public Works as a person engaging in investment activities in Iran as described in State Finance and Procurement Article, §17-702, Annotated Code of Maryland; and

(b) It is not engaging in investment activities in Iran as described in State Finance and Procurement Article, §17-702, Annotated Code of Maryland.

(2) The undersigned is unable to make the above certification regarding its investment activities in Iran due to the following activities:

______

______

L. CONFLICT MINERALS ORIGINATED IN THE DEMOCRATIC REPUBLIC OF CONGO (FOR SUPPLIES AND SERVICES CONTRACTS)

I FURTHER AFFIRM THAT:

The business has complied with the provisions of State Finance and Procurement Article, §14-413, Annotated Code of Maryland governing proper disclosure of certain information regarding conflict minerals originating in the Democratic Republic of Congo or its neighboring countries as required by federal law.

M. PROHIBITING DISCRIMINATORY BOYCOTTS OF ISRAEL

I FURTHER AFFIRM THAT:

In preparing its bid/proposal on this project, the Bidder/Offeror has considered all bid/proposals submitted from qualified, potential subcontractors and suppliers, and has not, in the solicitation, selection, or commercial treatment of any subcontractor, vendor, or supplier, refused to transact or terminated business activities, or taken other actions intended to limit commercial relations, with a person or entity on the basis of Israeli national origin, or residence or incorporation in Israel and its

8 of 8 445

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 territories. The Bidder/Offeror also has not retaliated against any person or other entity for reporting such refusal, termination, or commercially limiting actions.

Without limiting any other provision of the solicitation for bid/proposals for this project, it is understood and agreed that, if this certification is false, such false certification will constitute grounds for the State to reject the bid/proposal submitted by the Bidder/Offeror on this project, and terminate any contract awarded based on the bid/proposal.

N. I FURTHER AFFIRM THAT:

Any claims of environmental attributes made relating to a product or service included in the bid or bid/proposal are consistent with the Federal Trade Commission’s Guides for the Use of Environmental Marketing Claims as provided in 16 C.F.R. §260, that apply to claims about the environmental attributes of a product, package or service in connection with the marketing, offering for sale, or sale of such item or service.

O. ACKNOWLEDGEMENT

I ACKNOWLEDGE THAT this Affidavit is to be furnished to the Procurement Officer and may be distributed to units of: (1) the State of Maryland; (2) counties or other subdivisions of the State of Maryland; (3) other states; and (4) the federal government. I further acknowledge that this Affidavit is subject to applicable laws of the United States and the State of Maryland, both criminal and civil, and that nothing in this Affidavit or any contract resulting from the submission of this Bid/proposal shall be construed to supersede, amend, modify or waive, on behalf of the State of Maryland, or any unit of the State of Maryland having jurisdiction, the exercise of any statutory right or remedy conferred by the Constitution and the laws of Maryland with respect to any misrepresentation made or any violation of the obligations, terms and covenants undertaken by the above business with respect to (1) this Affidavit, (2) the contract, and (3) other Affidavits comprising part of the contract.

I DO SOLEMNLY DECLARE AND AFFIRM UNDER THE PENALTIES OF PERJURY THAT THE CONTENTS OF THIS AFFIDAVIT ARE TRUE AND CORRECT TO THE BEST OF MY KNOWLEDGE, INFORMATION, AND BELIEF.

By: Signature of Authorized Representative and Affiant

Printed Name of Authorized Representative and Affiant

Title

Date

446

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 1 of 3 BID GUARANTY (For use with bank certified, bank cashiers or bank treasurer’s checks)

KNOW ALL MEN BY THESE PRESENTS, That

(Bidding Company) hereinafter called the Principal is held and firmly bound unto the State of Maryland, by and through the Maryland Transportation Authority, for the sum of ______($ ______) for payment of which sum the Principal binds itself, its heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.

WHEREAS, the Principal has submitted a bid for MDTA Contract No. BB-3008-0000 , BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

______; and

WHEREAS, as security for said bid the Principal has elected to provide a bank certified check, bank cashier’s check, or bank treasurer’s check in the sum stated above; and

WHEREAS, said bank certified check, bank cashier’s check, or bank treasurer’s check is attached hereto and incorporated herein in the sum stated above as security for this bid guaranty.

NOW, THEREFORE, if the Principal, upon acceptance by the State of its bid identified above, within the period specified for acceptance (ninety (90) days if no period is specified) fails to execute such further contractual documents and give such payment and performance guarantees as may be required by the terms of the bid within the time specified (ten (10) days if no period is specified), then the State may recover from the security provided for this bid guaranty any cost of procuring the work which exceeds the amount of the Principal’s bid, to the limits of the sum stated above.

447

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 2 of 3

FOR INDIVIDUALS

In Presence Of: Individual Principal

Witness

______as to ______

FOR PARTNERSHIPS

In Presence Of: Partnership Principal

Witness ______(Name of Partnership)

______By: ______

______as to ______

______as to ______SP 800

FOR CORPORATIONS

Corporate Principal

Attest: ______(Name of Corporation)

AFFIX ______By ______CORPORATE President SEAL ______

448

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000

3 of 3

FOR JOINT VENTURE

______Name Name

______Street and/or P.O. Box Street and/or P.O. Box

______City/State/Zip Code City/State/Zip Code

______Fed. ID or SSN Fed. ID or SSN

NAME OF JOINT VENTURE: ______

BY: ______WITNESS ______Signature Date

TITLE: ______(SEAL) ______Signature Secretary’s Signature

BY: ______WITNESS ______Signature Date

TITLE: ______(SEAL) ______Signature Secretary’s Signature

449

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 1 of 4

BID BOND

Bond No.______

We, ______as Principal, hereinafter called the “Principal”, and ______a corporation duly organized under the laws of the State of ______as Surety, hereinafter called the “Surety”, are held and firmly bound unto the State of Maryland, hereinafter called “State” for the sum of ______($ ______), for the payment of which sum, the Principal and the Surety bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.

WHEREAS, the Principal has submitted a bid for ______

NOW, THEREFORE, if the Principal, upon acceptance by the State of its bid identified above, within the period specified therein for acceptance (ninety (90) days, if no period is specified), shall execute such further contractual documents, if any, and give such bond(s) as may be required by the terms of the bid as accepted within the time specified (ten (10) days if no period is specified) after receipt of the forms, or in the event of failure so to execute such further contractual documents and give such bonds, if the Principal shall pay the State the difference not to exceed the penalty hereof between the amount specified in Principal’s bid and such larger amount for which the State may in good faith contract with another party to perform the work covered by said bid, then the above obligation shall be void and of no effect.

The Surety executing this instrument hereby agrees that its obligation shall not be impaired by any extension(s) of the time for acceptance of the bid that the Principal may grant to the State, notice of which extension(s) to the Surety being hereby waived; provided that such waiver of notice shall apply only with respect to extensions aggregating not more than ninety (90) calendar days in addition to the period originally allowed for acceptance of the bid.

450

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 2 of 4

FOR INDIVIDUALS

In Presence of: Individual Principal Witness ______(Name)

______as to ______(SEAL)

FOR PARTNERSHIPS

In Presence of: Partnership Principal Witness ______(Name)

______as to ______(SEAL) Partner

______as to ______(SEAL) Partner

______as to ______(SEAL) Partner

FOR CORPORATIONS

Attest: Corporate Principal

______(Name of Corporation)

AFFIX ______By: ______SEAL Secretary President

451

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 3 of 4

FOR JOINT VENTURE

______Name Name

______Street and/or P.O. Box Street and/or P.O. Box

______City/State/Zip Code City/State/Zip Code

______Fed. ID or SSN Fed. ID or SSN

NAME OF JOINT VENTURE: ______

BY: ______WITNESS ______Signature Date

TITLE: ______(SEAL) ______Signature Secretary’s Signature

BY: ______WITNESS ______Signature Date

TITLE: ______(SEAL) ______Signature Secretary’s Signature

452

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 4 of 4

SURETY

Name of Surety: ______

Business Address: ______

______

Attest:

AFFIX ______By: ______SEAL Attorney-in-fact

Bonding Agent’s Name ______

Agent’s Address ______

Approved as to form and legal sufficiency this _____ day of

______20 _____

______Assistant Attorney General

453

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 1 of 1

ESCROW ACCOUNT FOR RETAINED FUNDS

In accordance with Section 15-108 of the State Finance and Procurement Article of the Annotated Code of Maryland, a Contractor may elect to have funds that are retained pursuant to Section GP- 9.03 of the General Provisions for Construction Contracts, paid to an Escrow Agent and held in an interest-earning Escrow Account.

If a Contractor or Bidder elects to utilize the Escrow Account Procedure, the Contractor or Bidder shall indicate such election in the space provided below. An Escrow Agreement must be signed by the Contractor, Contractor’s Surety, the Escrow Agent, and the MDTA upon the execution of the Contract Documents. If a Contractor fails to indicate an election or refuses the election, the Contractor shall forfeit rights to the use of the Escrow Account.

Funds withheld for lack of progress or other Contractor violations may not be paid to the Escrow Agent. Retained Funds may be released only as directed by the MDTA.

At the time of final payment, the MDTA shall direct the Escrow Agent to settle the Escrow Account by paying funds from the Escrow Account as follows:

1. To the MDTA for any claim it may have against the Contractor under this contract.

2. Unless waived by the Board of Public Works, to the Comptroller for any claim over $50 against the Contractor by the State, a unit, or a state-controlled governmental entity; and

3. To the Contractor.

The Contractor shall be liable to the Escrow Agent for the payment of fees and charges in connection with the establishment and maintenance of the Escrow Account.

CHECK ONE:

______Contractor elects to utilize an Escrow Account for Retained Funds

______Contractor DOES NOT elect to utilize an Escrow Account for Retained Funds

Contractor: ______By: ______

Date: ______Title: ______

454

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 1 of 6 CONFIDENTIALITY AGREEMENT

In Connection With the Invitation for Bids Maryland Transportation Authority Contract No. BB-3008-0000: BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

THIS AGREEMENT is made on this ______day of ______, 20__, by and between ______(“Bidder”), with an address of ______, and the Maryland the “MDTA” or “Authority”).

WHEREAS the MDTA is soliciting bids for Contract No. BB-3008-0000 (the “Contract”) to perform repairs to the William Preston Lane, Jr. Memorial Bridge (Bay Bridge).

WHEREAS the Contract documents contain data, information and records concerning the facility, the disclosure of which could cause significant security concerns for the MDTA; and

WHEREAS, as a condition precedent to receipt of the Confidential Information (as defined herein) from the MDTA, the Bidder agrees to execute and be bound by this Confidentiality Agreement (“Agreement”);

NOW, THEREFORE, in consideration of the mutual premises herein, the parties agree as follows:

1. Confidential Information. The term "Confidential Information" shall mean all technical information – including all copies thereof, without limitation, all agreements, specifications, drawings, photographs, plans, charts, schedules, plans, maps, and statistical information. Such information may be furnished or disclosed to the Bidder by, or acquired by the Bidder directly or indirectly from the MDTA or the MDTA’s Representatives, including, as a result of any amendment to the solicitation, inspections of any facility of the MDTA, or pre-bid meetings.

2. Protection of Confidential Information in this Project. Information included in the IFB for this project, or in any way associated with this project, is considered confidential information and is intended for firms working on this project or bidding on this Contract. The information is the property of the MDTA. Under no circumstances shall any of said information be published, copied, or used, except in bidding on this Contract and within the constraints of this Agreement.

The MDTA deems all information in the Contract to be confidential and sensitive information and shall only be disclosed to “qualified persons” (refer to definition below) that have signed the Affidavit attached to the end of this Agreement. It should be noted that the information subject to this Agreement is exempt from the Access to Public Records Act, General Provisions Article, Title 4, Annotated Code of Maryland.

455

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000

2 of 6

The Bidder is required to keep all contract documents safe and in a secure location when not in use and will undertake safeguards to prevent any unauthorized access or duplication of the Protected Materials during the time period that these Protected Materials are in their possession.

3. Limitation on Use and Disclosure of Confidential Information. Confidential Information shall be made available only to "Qualified Persons" as defined by Paragraph 4 of this Agreement, who shall read this Agreement and agree to be bound by its terms. No other persons shall have access to the Confidential Information without the written approval of the MDTA, nor shall any other person be informed of such Confidential Information by any person having access to it, except as otherwise provided by this Agreement.

4. Qualified Persons. "Qualified Persons" are only those employees of the Bidder, subcontractors to the Bidder, or agents of the Bidder with a need to know such Confidential Information in order to enable the Bidder to develop and submit a bid for MDTA Contract No. BB-3008-0000, and who are legally bound to use and disclose such Confidential Information for no other purpose. The Bidder shall inform all Qualified Persons of the provisions of this Agreement, and all Qualified Persons shall agree to be bound by this Agreement by providing the written certification required by Paragraph 5 of this Agreement.

5. Confidentiality Agreement Affidavit. All Qualified Persons receiving Confidential Information shall execute a Confidentiality Agreement Affidavit as shown in the attached Exhibit A. This Affidavit affirms that the Qualified Person signing the affidavit has read this Agreement and agrees to be bound by its terms and conditions before such person is given access to Confidential Information. An executed original of that Affidavit shall be maintained by the Bidder, and a second executed original shall be provided to the MDTA.

6. Limitation on Bidder’s Liability. The Bidder shall not be liable for disclosure of Confidential Information if it can establish, by legally sufficient evidence, that:

a. The information is now or subsequently becomes generally available to the public through no fault of the Bidder; b. The information was rightfully in its possession prior to disclosure to the Bidder by the MDTA; c. The information is independently developed by the Bidder without the use of any Confidential Information provided by the MDTA; d. The information was rightfully obtained by the Bidder from a third party (without restriction and without any breach of this Agreement) where such third party had the right to transfer or disclose such information to the Bidder, or where such information has been released by or approved for release by the MDTA without restriction.

456

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 3 of 6

7. Term a. The term of this Agreement shall commence as of the date of the first disclosure of Confidential Information by the MDTA and shall end after the destruction of all Confidential Information as provided below. b. All unsuccessful Bidders shall destroy all Confidential Information pertaining to this IFB, in both electronic and hard copy form, within sixty (60) days of the contract award announcement. The Bidder shall destroy the Confidential Information using any method that would prevent disclosure, or reconstruction of the contents of the IFB and its related information (e.g., physical destruction of CDs, shredding specifications and plans, erasing files on hard disks, etc.). c. After all Confidential Information is destroyed, each unsuccessful Bidder shall submit to the MDTA a letter certifying that it has destroyed all Confidential Information in regard to this IFB as required by this Agreement. d. The successful Bidder shall maintain and protect all Confidential Information pertaining to this IFB, in both electronic and hard copy form, for the duration of this Contract plus two (2) years, or longer if so directed by the MDTA. At the conclusion, the successful Bidder shall destroy all Confidential Information pertaining to this IFB by any method that would prevent disclosure or reconstruction of the contents of the IFB and its related information (e.g., physical destruction of CDs, shredding specifications and plans, erasing files on hard disks, etc.). e. After all Confidential Information is destroyed, the successful Bidder shall submit to the MDTA a letter certifying that it has destroyed all Confidential Information in regard to this IFB as required by this Agreement. 8. Miscellaneous

a. No Contract. This Agreement does not constitute an offer or obligation by any party to enter into a joint venture or other ongoing business relationship with the other. b. Remedies. Nothing herein shall limit the MDTA's remedies against the Bidder or Qualified Persons in the event of their respective failure to perform the obligations and agreements set out herein. All Bidders or Qualified Persons shall acknowledge that any breach of this Confidentiality Agreement may cause irreparable harm to the MDTA and the State. c. Governing Law. This Agreement shall be governed, construed, interpreted by, and otherwise enforced in accordance with the laws of the State of Maryland. d. Entire Agreement. This Agreement contains the entire agreement among the parties with respect to the subject matter hereof, and it may be amended only by instrument in writing specifying it as an amendment to this Agreement executed by the parties hereto. e. Press Releases, Papers, Presentations. No press releases, papers, presentations pertaining to this project shall be made without the MDTA’s prior review and written approval. f. All persons signing this Agreement below affirm that they are duly authorized to sign on behalf of the Bidder. 457

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000

4 of 6

IN WITNESS WHEREOF, the MDTA and the Bidder have caused this Confidentiality Agreement to be executed by their duly authorized representatives, effective as of the day and year first written above.

(Signatures and notary public are on the next page)

458

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 5 of 6 MARYLAND TRANSPORTATION AUTHORITY

______By: Donna DiCerbo Title: Director, Division of Procurement

BIDDER: ______(Company Name)

By:______Print Name: ______E-Mail Address: ______Title: President

State of ______, County or City of ______On this ______day of ______, 20__, before me, the undersigned officer, personally appeared (name) ______, of the State of ______, known to me (or satisfactorily proven) to be the person described in the foregoing instrument, and acknowledged that he/she executed the same in the capacity therein stated and for the purposes therein contained. In witness whereof I hereunto set my hand and official seal.

Signature of Notary Public: ______(Notary Seal)

Name of Notary Public: ______

My Commission expires: ______

459

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 6 of 6 CONFIDENTIALITY AGREEMENT AFFIDAVIT

______(Name) affirms and states as follows: I am (please check one of the descriptions below): ____ (a) an employee of ______(“hereinafter referred to as the Bidder”) ____ (b) an agent assisting the Bidder; or ____ (c) a subcontractor submitting a proposal to the Bidder I am providing assistance to the Bidder in submission of a bid for Maryland Transportation Authority, an agency of the State of Maryland (hereinafter referred to as the “MDTA” or “Authority”), Contract No. BB-3008-0000. 1. I am a subcontractor/agent (if employee, go to Item 2), my business address is: ______2. As an employee/agent of the Bidder, or subcontractor to Bidder, it is necessary to examine the Confidential Information as defined in the Confidentiality Agreement, dated ______between the MDTA and the Bidder. 3. I have received and read a copy of that Confidentiality Agreement, and I fully understand its provisions. I understand and agree to be bound by the terms of that Confidentiality Agreement, and to be legally responsible for preserving the confidentiality of documents and information in accordance with that Confidentiality Agreement. 4. I hereby declare under the penalty of perjury that the matters set forth herein are true and correct to the best of my knowledge. ______Signature of the person making the Affidavit Date

______Name of the person making the Affidavit Title of the person making the Affidavit

------NOTARY------State of ______, County or City of ______On this ______day of ______, 20__, before me, the undersigned officer, personally appeared (name) ______, of the State of ______, known to me (or satisfactorily proven) to be the person described in the foregoing instrument, and acknowledged that he/she/they executed the same in the capacity therein stated and for the purposes therein contained. In witness whereof I hereunto set my hand and official seal. ______[Notary Seal] Signature of notary public Name of notary public: ______My Commission expires: ______

460

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 1 of 1

SITE VISIT RESPONSE FORM eMM Solicitation No.: MDJ0731045196 Contract No.: BB-3008-0000 Contract Title: Bay Bridge Automated Lane Closure System

Site visit will be conducted on the dates and times indicated below. It is the responsibility of the Bidder to arrange their schedules to attend either of the scheduled site visits.

Please email the form to Jeff Davis by 4:00pm, June 3, 2019 at [email protected] with a copy to [email protected]

Attend – Attend – Site June 5, 2019 10:00am Yes No MDTA Police Building, 2nd floor Conference Room at 881 Oceanic Drive, Annapolis, MD 21409

Bidder Name: ______

Company: ______

Phone No.: ______Email Address: ______

461 05-07-13

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000

1 of 5 CONTRACT AFFIDAVIT Contract Number:

A. AUTHORITY

I HEREBY AFFIRM THAT:

I, ______(name of affiant) am the ______(title) and duly authorized representative of ______(name of business entity) and that I possess the legal authority to make this affidavit on behalf of the business for which I am acting.

B. CERTIFICATION OF REGISTRATION OR QUALIFICATION WITH THE STATE DEPARTMENT OF ASSESSMENTS AND TAXATION

I FURTHER AFFIRM THAT:

The business named above is a (check applicable box):

(1) Corporation  domestic or  foreign; (2) Limited Liability Company  domestic or  foreign; (3) Partnership  domestic or  foreign; (4) Statutory Trust  domestic or  foreign; (5)  Sole Proprietorship. and is registered or qualified as required under Maryland Law. I further affirm that the above business is in good standing both in Maryland and (IF APPLICABLE) in the jurisdiction where it is presently organized, and has filed all of its annual reports, together with filing fees, with the Maryland State Department of Assessments and Taxation. The name and address of its resident agent (IF APPLICABLE) filed with the State Department of Assessments and Taxation is:

Name and Department ID Number:______Address:______and that if it does business under a trade name, it has filed a certificate with the State Department of Assessments and Taxation that correctly identifies that true name and address of the principal or owner as:

Name and Department ID Number: ______Address: ______

462 05-07-13

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000

2 of 5 C. FINANCIAL DISCLOSURE AFFIRMATION

I FURTHER AFFIRM THAT:

I am aware of, and the above business will comply with, the provisions of State Finance and Procurement Article, §13-221, Annotated Code of Maryland, which require that every business that enters into contracts, leases, or other agreements with the State of Maryland or its agencies during a calendar year under which the business is to receive in the aggregate $200,000 or more shall, within 30 days of the time when the aggregate value of the contracts, leases, or other agreements reaches $200,000, file with the Secretary of State of Maryland certain specified information to include disclosure of beneficial ownership of the business.

D. POLITICAL CONTRIBUTION DISCLOSURE AFFIRMATION

I FURTHER AFFIRM THAT:

I am aware of, and the above business will comply with, Election Law Article, Title 14, Annotated Code of Maryland, which requires that every person that enters into a procurement contract, with the State, a county a municipal corporation, or other political subdivision of the State, during a calendar year in which the person receives a contract with a government entity in the amount of $200,000 or more shall file with the State Board of Elections statements disclosing: (a) any contributions made during the reporting period to a candidate for elective office in any primary or general election; and (b) the name of each candidate to whom one or more contributions in a cumulative amount of $500 or more were made during the reporting period. The statement shall be filed with the State Board of Elections: (a) before execution of a contract by the State, a county, a municipal corporation, or other political subdivision of the State, and shall cover the 24 months prior to when a contract was awarded; and (b) if the contribution is made after the execution of a contract, then twice a year, throughout the contract term, on (i) May 31, to cover the six (6) month period ending April 30; and (ii) November 30, to cover the six (6) month period ending October 31.

E. DRUG AND ALCOHOL FREE WORKPLACE

(Applicable to all contracts unless the contract is for a law enforcement agency and the agency head or the agency head’s designee has determined that application of COMAR 21.11.08 and this certification would be inappropriate in connection with the law enforcement agency’s undercover operations.)

I CERTIFY THAT:

(1) Terms defined in COMAR 21.11.08 shall have the same meanings when used in this certification.

(2) By submission of its bid or offer, the business, if other than an individual, certifies and agrees that, with respect to its employees to be employed under a contract resulting from this solicitation, the business shall: 463 05-07-13

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000

3 of 5

(a) Maintain a workplace free of drug and alcohol abuse during the term of the contract;

(b) Publish a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of drugs, and the abuse of drugs or alcohol is prohibited in the business' workplace and specifying the actions that will be taken against employees for violation of these prohibitions;

(c) Prohibit its employees from working under the influence of drugs or alcohol;

(d) Not hire or assign to work on the contract anyone who the business knows, or in the exercise of due diligence should know, currently abuses drugs or alcohol and is not actively engaged in a bona fide drug or alcohol abuse assistance or rehabilitation program;

(e) Promptly inform the appropriate law enforcement agency of every drug-related crime that occurs in its workplace if the business has observed the violation or otherwise has reliable information that a violation has occurred;

(f) Establish drug and alcohol abuse awareness programs to inform its employees about:

(i) The dangers of drug and alcohol abuse in the workplace; (ii) The business's policy of maintaining a drug and alcohol free workplace; (iii) Any available drug and alcohol counseling, rehabilitation, and employee assistance programs; and (iv) The penalties that may be imposed upon employees who abuse drugs and alcohol in the workplace;

(g) Provide all employees engaged in the performance of the contract with a copy of the statement required by §E(2)(b), above;

(h) Notify its employees in the statement required by §E(2)(b), above, that as a condition of continued employment on the contract, the employee shall:

(i) Abide by the terms of the statement; and (ii) Notify the employer of any criminal drug or alcohol abuse conviction for an offense occurring in the workplace not later than 5 days after a conviction;

(i) Notify the procurement officer within 10 days after receiving notice under §E(2)(h)(ii), above, or otherwise receiving actual notice of a conviction;

(j) Within 30 days after receiving notice under §E(2)(h)(ii), above, or otherwise receiving actual notice of a conviction, impose either of the following sanctions or remedial measures on any employee who is convicted of a drug or alcohol abuse offense occurring in the workplace: 464 05-07-13

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000

4 of 5

(i) Take appropriate personnel action against an employee, up to and including termination; or (ii) Require an employee to satisfactorily participate in a bona fide drug or alcohol abuse assistance or rehabilitation program; and

(k) Make a good faith effort to maintain a drug and alcohol free workplace through implementation of §E(2)(a)—(j), above.

(3) If the business is an individual, the individual shall certify and agree as set forth in §E(4), below, that the individual shall not engage in the unlawful manufacture, distribution, dispensing, possession, or use of drugs or the abuse of drugs or alcohol in the performance of the contract.

(4) I acknowledge and agree that:

(a) The award of the contract is conditional upon compliance with COMAR 21.11.08 and this certification;

(b) The violation of the provisions of COMAR 21.11.08 or this certification shall be cause to suspend payments under, or terminate the contract for default under COMAR 21.07.01.11 or 21.07.03.15, as applicable; and

(c) The violation of the provisions of COMAR 21.11.08 or this certification in connection with the contract may, in the exercise of the discretion of the Board of Public Works, result in suspension and debarment of the business under COMAR 21.08.03.

F. CERTAIN AFFIRMATIONS VALID

I FURTHER AFFIRM THAT:

To the best of my knowledge, information, and belief, each of the affirmations, certifications, or acknowledgements contained in that certain Bid/Proposal Affidavit dated ______, _____ and executed by me for the purpose of obtaining the contract to which this Exhibit is attached remains true and correct in all respects as if made as of the date of this Contract Affidavit and as if fully set forth herein.

465 05-07-13

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000

5 of 5

I DO SOLEMNLY DECLARE AND AFFIRM UNDER THE PENALTIES OF PERJURY THAT THE CONTENTS OF THIS AFFIDAVIT ARE TRUE AND CORRECT TO THE BEST OF MY KNOWLEDGE, INFORMATION, AND BELIEF.

Date: ______

By: ______(printed name of Authorized Representative and Affiant) ______(signature of Authorized Representative and Affiant)

466 05-07-13

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000

1 of 2

Vendor Electronic Funds Transfer (EFT) Registration Request Form

Please submit this form to: Maryland Transportation Authority Attn: Finance Division 2310 Broening Hwy. Baltimore, MD 21224

Company name and address

Company Name Tax ID:

Address 1 Do you want to receive your Yes payments electronically? Address 2 No

City State ZIP

Financial institution information: Please enter the information below or attach a voided check

Please retain a copy of this form for your records. Bank Name Allow 30 days for us to process your request. Be sure to notify us of any changes to your banking information Bank Address

City State ZIP Checking

ABA Number Money Market Savings Account No.

467 05-07-13

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000

2 of 2

I am authorized by this company to make the representations contained in this document. This company authorizes the Maryland Transportation Authority to register it for electronic funds transfer (EFT) using the information contained in and attached to this registration form. This company agrees to receive all funds from the Maryland Transportation Authority by electronic funds transfer according to the terms of the EFT program. This company agrees to return to the Maryland Transportation Authority any EFT payment incorrectly disbursed by the Maryland Transportation Authority to this company's account. This company agrees to hold harmless the State of Maryland and its agencies and departments for any delays or errors caused by inaccurate or outdated registration information or by the financial institution listed above. Initiate all disbursements via EFT to the above account.

Signature of individual, company treasurer, controller, or chief financial officer

Date

Remittance advice email addresses:

Printed Name 1

Telephone Number 2

MdTA Dept of Finance 6/4/2008

468 05-07-13

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000

Agency Contract/Solicitation Number: ______

MARYLAND DEPARTMENT OF HUMAN SERVICES HIRING AGREEMENT

This Hiring Agreement (“Agreement”) is effective this ______day of ______, ______and is entered into by and between the Maryland Department of Human Services (“Department”) and ______(the “Contractor”) pursuant to State Finance Procurement Article, § 13-224, Annotated Code of Maryland, arising out of a Contract for services between Contractor and ______(“Entity”), contract number ______(“Procurement Contract”).

WITNESSETH:

WHEREAS, the Department has identified the Procurement Contract as eligible for execution of this Agreement; and,

WHEREAS, the Contractor and the Entity, have discussed and reviewed an inventory of job openings that exists or the Contractor is likely to fill during the term of the Procurement Contract in the State of Maryland; and

WHEREAS, the Contractor, Department and the Entity have discussed and reviewed the job descriptions, locations, and skill requirements for those positions; and

WHEREAS, the Department and the Entity have identified and discussed with the Contractor the workforce related benefits and support services available to the Contractor as a result of the Agreement including:

• Medicaid coverage for the employee and the employee’s dependents for up to one year after placement in the job;

• Maryland Children’s Health Program (MCHP) medical coverage for the employee’s dependents after one year of employment for as long as eligibility is met;

• Food Supplement Program for the employee and the employee’s dependents for as long as eligibility requirements are met;

• Child Care subsidies for the employee’s dependents for up to one year after employment as long as eligibility requirements are met;

• Transportation subsidies for the employee for a period of time after employment;

• Other Retention services including counseling on an as needed basis; and

• Assistance with claiming tax credits for hiring the Department’s current and former Family Investment Program (“FIP”) recipients, their children, foster care youth, and child support obligors (“Candidates”).

469 05-07-13

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000

WHEREAS, the Contractor and Department agree to work cooperatively to develop responses to the workforce development requirements faced by the Contractor and to promote the hiring of the Candidates by the Contractor. NOW THEREFORE, upon valuable consideration received, the Contractor and the Department specifically agree as follows:

A. The CONTRACTOR shall:

1. Notify the Department of all job openings that exist or result from the Procurement Contract.

2. Declare the Department the “first source” in identifying and hiring Candidates for those openings.

3. Work with the Department to develop training programs that will enable Candidates to qualify for and secure employment with the Contractor.

4. Give first preference and first consideration, to the extent permitted by law and any existing labor agreements, to Candidates the Department refers for job openings that exist or result from the Procurement Contract.

5. Agree to give Candidates referred to the Contractor by the Department priority in the filling of a job opening so long as the Candidate meets the qualifications of the position and the Department refers qualified Candidates within five (5) Business Days.

6. Submit biannual reports (for the duration of the Contract) listing the number of all job openings and the total number of individuals interviewed and hired under the Procurement Contract. The report shall also include information regarding the disposition of referrals made, to include an explanation of why any such Candidate was not hired or considered qualified.

7. Designate the following individual to be the point of contact:

Point of Contact Name: ______

Point of Contact Address:

______

______Point of Contact Point of Contact Point of E-Mail Telephone # Contact Fax #

The point of contact will:

a. Provide additional information regarding ‘first source” jobs and clarify their requirements. b. Receive Department referrals.

470 05-07-13

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000

c. Provide feedback to a Department account representative upon request regarding the dispositions of those referrals as well as the progress/employment status of those Candidates hired by the Contractor. 8. Submit the Contractor’s Federal Employment Identification Number (“FEIN”) in an effort to increase efficiency in the employment monitoring process for annual legislative reporting.

471 05-07-13

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000

B. The Department will designate an account representative who will:

1. Process all the Contractor’s job notices in accordance with this “Agreement.”

2. Refer screened and qualified Candidates to the Contractor’s designated contact person.

3. Make referrals in a timely manner, that is, within five (5) Business Days after receiving the Contractor’s job opening notices.

4. Assist in the development of any mutually agreed upon training, internship or apprenticeship programs that will better prepare Candidates for employment with the Contractor.

5. Provide follow-up and post hire transitional/supportive services, (e.g. Medicaid, MCHP, Food Supplement Program, child care, transportation, retention counseling, and access to tax credits) as necessary and appropriate.

6. Ensure that the Contractor is advised of available subsidies and provide any assistance to the Contractor to obtain those subsidies.

7. Report the Contractor to the procurement Entity if the Contractor does not fulfill its responsibilities in accordance with this Agreement.

8. Review and evaluate the effectiveness of this undertaking with the Contractor and make modifications as necessary and appropriate.

C. DISCLAIMERS

Nothing in this Agreement shall cause the Contractor, except as explicitly provided in Section A above, to alter existing hiring practices or to hire an individual into a position for which he/she is not qualified.

D. NON-DISCRIMINATION

The Contractor agrees that there shall be no discrimination against any employee or Candidate for employment because of race, color, sex, religion, national origin, age, sexual preference, disability or any other factor specified in Title VI of the Civil Rights Act of 1964, Section 504 of the Rehabilitation Act of 1983 and subsequent amendments and that they will comply with all other pertinent federal and State laws regarding discrimination.

E. MARYLAND LAW PREVAILS

The place of performance of this Agreement shall be the State of Maryland. This Agreement shall be construed, interpreted, and enforced according to the laws and regulations of the State of Maryland, including approval of the Board of Public Works where appropriate.

F. EFFECTIVE DATE

This Agreement shall take effect on the date of the aforementioned Procurement Contract, which is for the period ______through ______, and it shall 472 05-07-13

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 remain in effect for the duration of the Procurement Contract, including any option periods or extensions. In addition, it is required that any executed extensions and additional funds added to an existing Hiring Agreement Contract be emailed to the Office of Hiring Agreements, [email protected] listing the new end date, updated contract amount and Agency Control/Solicitation Number.

IN WITNESS, WHEREOF, the Contractor and the Department have affixed their signatures below:

FOR THE CONTRACTOR: FOR THE DEPARTMENT:

COMPANY NAME

FEIN:______

______SIGNATURE SIGNATURE

______Hiring Agreements Program Manager TITLE TITLE

______DATE DATE

473 05-07-13

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000

1 of 3 VETERAN-OWNED SMALL BUSINESS ENTERPRISE (VSBE) FORM

Veteran-Owned Small Business Enterprise (VSBE) Utilization Affidavit (Submit with bid or offer)

This document MUST BE included with the bid. If the Bidder fails to complete and submit this form with the bid, the Procurement Officer may determine that the bid is non-responsive.

In conjunction with the bid submitted in response to Solicitation No. BB-3008-0000, I affirm the following:

1.  I acknowledge and intend to meet the overall verified VSBE participation goal of __2__%. Therefore, I will not be seeking a waiver.

OR

 I conclude that I am unable to achieve the VSBE participation goal. I hereby request a waiver, in whole or in part, of the overall goal. Within ten (10) business days of receiving notice that our firm is the apparent awardee, I will submit all required waiver documentation in accordance with COMAR 21.11.13.07.

2. I understand that if I am notified that I am the apparent awardee, I must submit the following additional documentation within ten (10) working days of receiving notice of the apparent award or from the date of conditional award (per COMAR 21.11.13.06), whichever is earlier.

• VSBE Participation Statement; and • Any other documentation, including waiver documentation, if applicable, required by the Procurement Officer to ascertain bidder responsibility in connection with the VSBE participation goal.

I understand that if I fail to return each completed document within the required time, the Procurement Officer may determine that I am not responsible and therefore not eligible for contract award. If the contract has already been awarded, the award is voidable.

3. In the solicitation of subcontract quotations or offers, VSBE subcontractors were provided not less than the same information and amount of time to respond as were non-VSBE subcontractors.

4. Set forth below are the (i) verified VSBEs I intend to use and (ii) the percentage of the total contract amount allocated to each VSBE for this project. I hereby affirm that the VSBE firms are only providing those products and services for which they are verified.

474 05-07-13

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000

2 of 3

Prime Contractor: Project Description: (Firm Name, Address, Phone)

Project number:

Name of Veteran-Owned Firm Percentage of DUNS Number Total Contract

Name of Veteran-Owned Firm Percentage of DUNS Number Total Contract

Name of Veteran-Owned Firm Percentage of DUNS Number Total Contract

Name of Veteran-Owned Firm Percentage of DUNS Number Total Contract

Name of Veteran-Owned Firm Percentage of DUNS Number Total Contract

Continue on a separate page, if needed.

SUMMARY

Total VSBE Participation: _____ %

I solemnly affirm under the penalties of perjury that the contents of this Affidavit are true to the best of my knowledge, information, and belief.

______Bidder Name Signature of Affiant

(PLEASE PRINT OR TYPE) NAME: ______

TITLE: ______

DATE: ______

475 05-07-13

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000

3 of 3

VSBE Participation Schedule Please complete and submit one form for each verified VSBE listed on the VSBE Utilization Affidavit within 10 working days of notification of apparent award.

______(prime contractor) has entered into a contract with ______(subcontractor) to provide services in connection with the Solicitation described below.

Prime Contractor Address and Phone Project Description

Project Number Total Contract Amount $

Name of Veteran-Owned Firm DUNS Number

Work To Be Performed

Percentage of Total Contract

The undersigned Prime Contractor and Subcontractor hereby certify and agree that they have fully complied with the State Veteran-Owned Small Business Enterprise law, State Finance and Procurement Article, Title 14, Subtitle 6, Annotated Code of Maryland.

PRIME CONTRACTOR SIGNATURE SUBCONTRACTOR SIGNATURE

By: ______By: ______Name, Title Name, Title

Date Date

476 05-07-13

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000

1 of 5 STATE OF MARYLAND DEPARTMENT OF LABOR, LICENSING AND REGULATION DIVISION OF LABOR AND INDUSTRY PREVAILING WAGE SECTION 1100 N. Eutaw Street, Room 607 Baltimore, MD 21201 (410) 767-2342

PREVAILING WAGE INSTRUCTIONS FOR THE CONTRACTOR & SUBCONTRACTOR

The Contractor shall electronically submit completed copies of certified payroll records to the Commissioner of Labor & Industry, Prevailing Wage Unit by going on-line to www.dllr.state.md.us/prevwage and following the instructions for submitting payroll information (NOTE: A contractor must register prior to submitting on –line certified payroll information).

If you have technical questions regarding electronic submittal, contact the Department at [email protected].

All certified payroll records shall have an accurate week beginning and ending date. The Contractor shall be responsible for certifying and submitting to the Commissioner of Labor and Industry, Prevailing Wage Unit all of their subcontractors' payroll records covering work performed directly at the work site. By certifying the payroll records, the Contractor is attesting to the fact that the wage rates contained in the payroll records are not less than those established by the Commissioner as set forth in the Contract, the classification set forth for each worker or apprentice conforms with the work performed, and the Contractor or subcontractor has complied with the provisions of the law.

A Contractor or subcontractor may make deductions that are (1) required by law; (2) required by a collective bargaining agreement between a bona fide labor organization and the Contractor or subcontractor; or (3) contained in a written agreement between an employee and an employer undertaken at the beginning of employment, if the agreement is submitted by the employer to the public body awarding the public work and is approved by the public body as fair and reasonable.

A Contractor or subcontractor is required to submit information on -line on their fringe benefit packages including list of fringe benefits for each craft employed by the Contractor or subcontractor, by benefit and hourly amount Where fringe benefits are paid in cash to the employee or to an approved plan, fund, or program, the contribution is required to be indicated.

Payroll records must be electronically submitted and received within 14 calendar days after the end of each payroll period. If the Contractor is delinquent in submitting payroll records, processing of partial payment estimates may be held in abeyance pending receipt of the records. In addition, if the Contractor is delinquent in submitting the payroll records, the Contractor shall be liable to the contracting public body for liquidated damages. The liquidated damages are $10.00 for each calendar day the records are late.

Only apprentices registered with the Maryland Apprenticeship and Training Council shall be employed on prevailing wage projects. Apprentices shall be paid a percentage of the determined journey person's wage for the specific craft.

477 05-07-13

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000

2 of 5

PREVAILING WAGE INSTRUCTIONS FOR THE CONTRACTOR & SUBCONTRACTOR [con’t]

Overtime rates shall be paid by the Contractor and any subcontractors under its contracts and agreements with their employees which in no event shall be less than time and one-half the prevailing hourly rate of wages for all hours worked in excess of ten (10) hours in any one calendar day; in excess of forty (40) hours per workweek; and work performed on Sundays and legal holidays.

Contractors and subcontractors employing a classification of worker for which a wage rate was not issued SHALL notify the Commissioner of Labor & Industry, Prevailing Wage Unit, for the purpose of obtaining the wage rate for said classification PRIOR TO BEING EMPLOYED on the project. To obtain a prevailing wage rate which was NOT listed on the Wage Determination, a Contractor or subcontractor can look on the DLLR webpage under prevailing wage.

Contractors and subcontractors shall maintain a valid copy of proper State and county licenses that permit the Contractor and a subcontractor to perform construction work in the State of Maryland. These licenses must be retained at the worksite and available for review upon request by the Commissioner of Labor and Industry’s designee.

Under the Maryland Apprenticeship and Training Council requirements, consistent with proper supervision, training and continuity of employment and applicable provisions in collective bargaining agreements, a ratio of one journey person regularly employed to one apprentice shall be allowed. No deviation from this ratio shall be permitted without prior written approval from the Maryland Apprenticeship and Training Council.

Laborers may NOT assist mechanics in the performance of the mechanic's work, NOR USE TOOLS peculiar to established trades.

ALL Contractors and subcontractors shall employ only competent workers and apprentices and may NOT employ any individual classified as a HELPER or TRAINEE on a prevailing wage project.

In 2009, the State Apprenticeship and Training Fund law was enacted, and the Department is in the process of implementation. See §17-601-17-606, State Finance and Procurement Article, Annotated Code of Maryland. There is no obligation to make contributions under this law at this time. However, the Department anticipates that obligations under this law will be required beginning in the spring of 2013. You will receive notice prior to when the obligations will become due.

Once implemented, this law will require that Contractors and certain subcontractors performing work on certain public work contracts are required to make contributions toward apprenticeship. Contractors and subcontractors will have three options where they can choose to make their contributions: ( 1) participate in a registered apprenticeship training program; (2) contribute to an organization that has a registered apprenticeship training program; or (3) contribute to the State Apprenticeship and Training Fund.

For additional information, contact: Division of Labor and Industry Maryland Apprenticeship and Training 1100 North Eutaw Street, Room 606 Baltimore, Maryland 21201 (410) 767-2246 E-Mail Address: [email protected] 478 05-07-13

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000

3 of 5

PREVAILING WAGE SERVICE 1100 N. EUTAW STREET, ROOM 607 BALTIMORE, MD 21201

E-mail: [email protected]

ATTENTION IMPORTANT CHANGE TO CERTIFIED PAYROLL RECORD SUBMITTAL

Effective November 26, 2012, the Division of Labor and Industry, Prevailing Wage Unit is requiring that all certified payroll records be submitted electronically. The regulation addressing this change can be found at COMAR 21.11.11.02. Please note that paper copies of certified payroll records will no longer be accepted.

For more information, go online to www.dllr.state.md.us/prevwage and follow the instructions for registering and start submitting certified payroll records.

In addition, enclosed are step by step instructions how to register and how to submit. If you have further questions, please contact Ms. Kathleen Sibbald, Director of Maryland Apprenticeship and Training, Administrator of Prevailing Wage Unit, at 410.767.2394 or via email at [email protected] or Mrs. Katrina Williams, Prevailing Wage Unit, at 410.767.2365 or via email at [email protected].

PHONE: 410.767.2342 FAX: 410.333.7303 www.dllr.maryland.gov/labor/prev.html

LARRY HOGAN, GOVERNOR . BORD K. RUTHERFORD, LT. GOVERNOR . KELLY M. SCHULZ, SECRETARY

UPDATE ABOVE

479 05-07-13

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000

4 of 5 Instructions for Registering and Submitting Certified Payroll Records

I. REGISTRATION NOTE: YOU MUST HAVE YOUR FEIN OR EIN, EMAIL ADDRESS AND COMPANY INFORMATION BEFORE YOU START THE REGISTRATION PROCESS

Follow these steps to register: ✓ Go to: www.dllr.state.md.us/PrevWage/PWRequestRates.aspx ✓ Click on Register ✓ Choose the correct link for registration, either Contractor Registration or Subcontractor Registration ✓ Insert FEIN or EIN. (No symbols or dashes) ✓ Click Submit ✓ Fill in all required boxes and create your own username Click Submit **Successful REGISTRATION will be indicated in GREEN at the top of the screen. To set your password: ✓ Locate temporary password in the email account given during registration ✓ Highlight and copy the password ✓ Return to the Prevailing Wage Homepage ✓ Click Log-In ✓ Insert Username ✓ Paste password ✓ Click on Log-in ***NOTE: If you forget your password, click on the link: “I forgot my password” and you will be emailed another temporary password. (Repeat above steps) ✓ The Homepage will now have additional links in the menu column ✓ Click Personnel ✓ Click My Details ✓ Change your password ✓ Re-enter new password ✓ Click Update **Successful submission will be indicated in GREEN at the top of the screen

II. SUBMITTAL OF CERTIFIED PAYROLL RECORDS Once you have successfully registered, you can proceed with the submittal of payroll records electronically by following these steps: 1. Sign-In ✓ Log In with Username and Password ✓ Select certified payroll ✓ Click: Manual Payroll Submit ✓ (FEIN already entered) Select Type ✓ Choose Certified Payroll Entry or Amended Payroll Entry if a change to a previous submittal ✓ Enter Determination Number ✓ Click Submit ✓ Enter Payroll Week Start Date and Week Ending Date (mm/dd/yyyy format) ✓ Click Submit ✓ Choose Yes if there is a payroll to submit for the week ✓ Click Log Payroll Session

480 05-07-13

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000

5 of 5

2. Enter Worker Data ✓ Enter employee’s full social security number (No dashes or spaces) ✓ Enter employee’s complete name and address ✓ Choose Yes if the employee is an apprentice or Foreman/Superintendent ✓ Click on classification drop box ✓ Choose the correct classification for the employee ✓ Click submit

3. Enter Payroll Hours on Prevailing Wage Work Sites Only ✓ Enter all straight time (ST) and overtime (OT) hours worked. ✓ Enter Hourly Fringes ✓ Enter Gross Pay ✓ Click Submit ***NOTE: If the employer does not have a bona fide benefit package for employees, the fringe amount MUST be added to the wages and ENTER in column for Cash in Lieu of Fringe Benefit

4. Enter Deductions ✓ Enter all deductions for employee ✓ Enter Net Pay ✓ Choose 1099 if the employee does not have deductions. ✓ Click Submit

5. Enter Fringe Benefits ✓ Enter all fringe benefits for the employee

6. Prepare to Submit ✓ Choose Back to Edit this Payroll Record if there are corrections to be made to the completed payroll record. ✓ Choose Add Next Payroll Record if there are other employees to enter ✓ FINALLY, choose Submit Payroll Data if you have completed payroll session.

NOTE: This is a reporting system for compliance with the State’s prevailing wage law. IT IS NOT AN ACCOUNTING SYSTEM, IT IS A REPORTING SYSTEM.

481 05-07-13

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000

STATE OF MARYLAND NOTICE TO VENDORS/CONTRACTORS

In order to help us improve the quality of State solicitations, and to make our procurement process more responsive and business friendly, we ask that you take a few minutes and provide comments and suggestions regarding the enclosed solicitation. Please return your comments with your proposals. If you have chosen not to bid on this contract, please email this completed form to [email protected] with a cc to [email protected].

Project No. BB-3008-0000 Project Title: Bay Bridge Automated Lane Closure System

1. If you have responded with a "no bid", please indicate the reason(s) below:

( ) Other commitments preclude our participation at this time. ( ) The subject of the solicitation is not something we ordinarily provide. ( ) We are inexperienced in the work/commodities required. ( ) Specifications are unclear, too restrictive, etc. (Explain in REMARKS section.) ( ) The scope of work is beyond our present capacity. ( ) Doing business with Maryland Government is simply too complicated. (Explain in REMARKS section.) ( ) We cannot be competitive. (Explain in REMARKS section.) ( ) Time allotted for completion of the bid is insufficient. ( ) Start-up time is insufficient. ( ) Bonding/Insurance requirements are restrictive. (Explain in REMARKS section.) ( ) Bid requirements (other than specifications) are unreasonable or too risky. (Explain in REMARKS section.) ( ) MBE requirements. (Explain in REMARKS section.) ( ) Prior State of Maryland contract experience was unprofitable or otherwise unsatisfactory. (Explain in REMARKS section.) ( ) Payment schedule too slow. ( ) Other:______

2. If you have submitted a bid, but wish to offer suggestions or express concerns, please use the Remarks section below. (Use reverse or attach additional pages as needed.)

REMARKS: ______

Contractors Name: ______Date: ______

Contact Person: ______Phone: (____) _____ - ______

Address:______

482 05-07-13

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 1 of 6 CONTRACT PROVISIONS APPRENTICESHIP TRAINING FUND

Effective July 1, 2013 State Law requires all contractors and subcontractors working on State prevailing wage projects with prevailing wage determinations to register (Apprenticeship Training Fund Site) with the Division of Labor and Industry Prevailing Wage Unit prior to the commencement of work and to make certain contributions toward improving and expanding apprenticeship programs in the State. In addition, registered apprenticeship programs and organizations that have registered apprenticeship programs that have been selected by contractors and subcontractors for contributions also are required to register with the Division of Labor and Industry Prevailing Wage Unit.

The State Apprenticeship Training Fund requires contractors and some subcontractors on public work contracts to make contributions to: (1) a registered apprenticeship program, (2) an organization that operates registered programs, or (3) the State Apprenticeship Training Fund.

The following information concerning the requirements of the apprenticeship training fund program are being provided for informational purposes only. It is the contractor’s responsibility to contact the Maryland Department of Labor, Licensing and Regulation (DLLR), prior to commencement of any work, to determine how these provisions are being implemented and enforced by DLLR.

Definitions. The following terms have the meanings indicated.

(a) Terms Defined.

(1) “Approved apprenticeship program” means an apprenticeship program or an organization with an apprenticeship program which has been registered with, and approved by, the Maryland Apprenticeship and Training Council or the United States Department of Labor.

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

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

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

Hourly Contribution Rate.

(a) If a contractor participates in an apprenticeship training program for each covered craft, the contractor satisfies their obligation under State Finance and Procurement Article, §17-603(a)(1), Annotated Code of Maryland, by making contributions of at least 25 cents per person per hour.

483 05-07-13

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 2 of 6

(b) If a subcontractor participates in an apprenticeship training program for each covered craft, the subcontractor satisfies their obligation under State Finance and Procurement Article, §17- 604(a)(1), Annotated Code of Maryland, by making contributions of at least 25 cents per person per hour.

(c) Contractors and subcontractors that do not participate in an apprenticeship training program shall pay at least 25 cents per person per hour for each employee in each covered craft on the prevailing wage project to a registered apprenticeship program, an organization that has a registered apprenticeship program, or the Fund.

(d) Contractors and subcontractors who make contributions to the Fund shall do so on a monthly basis.

(e) Contractors and subcontractors who make contributions to a registered apprenticeship program or an organization that has a registered apprenticeship program shall make contributions on a monthly basis or consistent with a collective bargaining agreement or other contractual arrangement.

(f) If there is a prevailing wage determination that includes a fringe benefit contribution for apprenticeship that exceeds 25 cents per hour, a contractor or subcontractor that makes contributions to the Fund shall pay to the employee wages in the amount that the fringe benefit contribution for apprenticeship exceeds 25 cents per hour.

Contractor and Subcontractor Registration.

(a) Contractors performing work on a prevailing wage project shall complete the registration process at the Division of Labor and Industry’s website at https://www.dllr.state.md.us/prevwage.

(b) Subcontractors who are performing work valued at $100,000 or more on a prevailing wage project shall complete the registration process at the Division of Labor and Industry’s website at https://www.dllr.state.md.us/prevwage.

(c) Prior to the commencement of work, a registered contractor or registered subcontractor shall log onto the Division of Labor and Industry’s website at https://www.dllr.state.md.us/prevwage and complete the required project log information including:

(1) The prevailing wage project number;

(2) Contract value;

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

484 05-07-13

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 3 of 6

(4) Designation of the program or Fund where the contractor or subcontractor will make contributions; and

(5) Any other information that the Commissioner requires.

Contractor and Subcontractor Notification to Subcontractors.

(a) Contractors and subcontractors who hire subcontractors performing work valued at $100,000 or more on a public work contract subject to the Maryland Prevailing Wage Law shall provide the subcontractors with written notice of the following requirements:

(1) Subcontractors shall complete the registration process at the Division of Labor and Industry’s website at https://www.dllr.state.md.us/prevwage;

(2) Prior to the commencement of work, a subcontractor shall log onto the Division of Labor and Industry’s website at https://www.dllr.state.md.us/prevwage and complete the required project log information including:

(a) The prevailing wage project number;

(b) Contract value;

(c) Identification of all subcontractors to perform work on the project and subcontract value amount;

(d) Designation of the program or Fund where the subcontractor will make contributions; and

(e) Any other information that the Commissioner requires; and

(f) Subcontractors performing work on a prevailing wage project valued at $100,000 or more are required to make payments to approved apprenticeship programs or to the Fund for each employee employed in classifications listed on the prevailing wage determination.

(b) Contractors and subcontractors shall retain a copy of the written notice required in §A of this regulation that was provided to covered subcontractors for inspection and review by the Commissioner for 3 years after the completion of their work on a public work project.

Contractor and Subcontractor Obligations Related to Contributions.

Contractors and subcontractors are required to:

(a) Indicate on their prevailing wage payroll record their contributions under State Finance and Procurement Article, §17-603 or 17-604, Annotated Code of Maryland; and

485 05-07-13

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000

4 of 6

(b) Certify that the contributions were received by an approved apprenticeship program or the Fund.

Notification to Division of Labor and Industry of Changes to Designated Approved Apprenticeship Programs or Fund.

(a) Contractors and subcontractors shall log onto the Division of Labor and Industry’s website at https://www.dllr.state.md.us/prevwage and indicate each approved apprenticeship program or the Fund to which it will make contributions.

(b) If a contractor or subcontractor intends to change a designation, it shall log onto the Division of Labor and Industry’s website at https://www.dllr.state.md.us/prevwage to indicate the change in designation 30 days prior to that change.

Approved Apprenticeship Program Obligations.

(a) Upon notice from the Division of Labor and Industry that the approved apprenticeship program has been designated for contributions by a contractor or subcontractor, an approved apprenticeship program shall register on the Division of Labor and Industry’s website at https://www.dllr.state.md.us/prevwage.

(b) An approved apprenticeship program shall complete the requested information on contributions received from contractors and subcontractors for each covered craft for each prevailing wage project at the Division of Labor and Industry’s website at http://www.dllr.state.md.us/prevwage on or before the last day of the month immediately following each calendar quarter.

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

Audit of an Approved Apprenticeship Program. The Commissioner may require an independent audit by a certified public accountant of an approved apprenticeship program to verify that contributions received are used consistent with this subtitle.

Enforcement Procedures.

(a) The Commissioner may investigate whether State Finance and Procurement Article, Title 17, Subtitle 6, Annotated Code of Maryland, has been violated:

(1) On the Commissioner’s own initiative;

(2) On receipt of a written complaint; or

(3) On referral from another State agency. 486 05-07-13

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 5 of 6

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

(c) The Commissioner may enter a place of business to:

(1) Interview individuals; or

(2) Review and copy records.

(d) If after an investigation, the Commissioner determines that there is a violation of State Finance and Procurement Article, Title 17, Subtitle 6, Annotated Code of Maryland, or a regulation adopted to carry out the title, the Commissioner shall issue an administrative charge that shall:

(1) Describe in detail the nature of the alleged violation;

(2) Cite the provision of law or regulation that is alleged to have been violated; and

(3) State the penalty, if any.

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

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

(g) If a hearing is not requested within 15 days, the administrative charge, including any penalties, shall become a final order of the Commissioner.

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

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

(1) The Commissioner orders review of the proposed decision; or

(2) The alleged violator submits to the Commissioner a written request for review of the proposed decision.

487 05-07-13

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 6 of 6

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

488 05-07-13

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000

WAGE RATES

Minimum Wage Rates for "Class A" or "Class B" Projects

For contracts with a low bid amount of less than $500,000, the Contractor shall pay at least the minimum wage to all labor in accordance with Sections 3-413, 3-415 and 3-420 of the Labor and Employment Article of the Annotated Code of Maryland. The Contractor's attention is also directed to the provision of the Federal Fair Labor Standards Act (29 U.S.C. 201-219) and the Fair Minimum Wage Act of 2007 (Pub L. 110-28).

Prevailing Wage Rates for "Class B" through "Class L” Projects

For contracts with a low bid amount of $500,000 or more, the contract will be subject to the attached "Wage Rate Schedule," in accordance with Annotated Code of Maryland, State Finance and Procurement Article, Sections 17-201 to 17-216.

A review has been made of the wage conditions in the locality and, based on the information available, the wage rates and fringe payments listed are determined by the Commissioner of the Department of Labor and Industry to be prevailing for the contract for the described classes of labor in accordance with the law. It shall be the responsibility of the Contractor to comply fully with the law and to contact the Office of the Commissioner for interpretation of the provisions of the law.

489

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000

490

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000

491

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000

492

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000

493

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000

494

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000

495

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 1 of 17

MARYLAND TRANSPORTATION AUTHORITY

CONTRACTOR AFFIRMATIVE ACTION PROGRAM

496

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 2 of 17 CONTRACTOR AFFIRMATIVE ACTION PROGRAM – TABLE OF CONTENTS

Maryland Transportation Authority Contractor Affirmative Action Program Page Contractor Affirmative Action Program General Information...... …….……………………..4

Contractor Affirmative Action Program Applicability...... …………………………..4

Section I

Contractor Affirmative Action/Equal Employment Opportunity Program...... …………………………5

Contractor Affirmative Action/Equal Employment Opportunity Program - Definitions...... ………………………6

Contractor Affirmative Action/Equal Employment Opportunity Program - Legal Mandates...... ……………………...7

Contractor Affirmative Action/Equal Employment Opportunity Program - Assignment of Responsibilities...... 9

Contractor Affirmative Action/Equal Employment Opportunity Program - Dissemination of Policy...... ……………………10

Contractor Affirmative Action/Equal Employment Opportunity Program - Recruitment...... ………………………11

Contractor Affirmative Action/Equal Employment Opportunity Program - Personnel Actions...... ……………………..12

Contractor Affirmative Action/Equal Employment Opportunity Program - Training and Promotion...... ……………………13

Contractor Affirmative Action/Equal Employment Opportunity Program - Utilization of Unions...... ……………………14

Contractor Affirmative Action/Equal Employment Opportunity Program - Utilization of Subcontractors...... 15

497

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 3 of 17 Contractor Affirmative Action/Equal Employment Opportunity Program - Records and Reports...... ……………………...16

Contractor Affirmative Action/Equal Employment Opportunity Monitoring...... ……………………………17

498

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 4 of 17

MARYLAND TRANSPORTATION AUTHORITY

CONTRACTOR AFFIRMATIVE ACTION PROGRAM

I. General

A. The Contractor shall cooperate with the Maryland Department of Transportation in carrying out its equal opportunity obligations and in the Department's review of the Contractor's activities performed under this contractual agreement.

B. All Contractors shall comply with the Governor's Code of Fair Employment Practices, Promulgated July, 1976. (Exec. Order No. 01.01.2007.16, COMAR 01.01.2007.16) The Contractor shall include these requirements in every subcontract with such modifications of language as is necessary to make these provisions binding on the subcontractor.

C. All Contractors shall comply with Maryland Department of Transportation Minority Business Enterprise Program requirements.

II. Applicability

A. The Maryland Department of Transportation Contractor Affirmative Action/Equal Employment Opportunity Program requirements are applicable to all Contractors doing business with the Maryland Transportation Authority.

499

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 5 of 17

CONTRACTOR AFFIRMATIVE ACTION PROGRAM

500

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 6 of 17

CONTRACTOR AFFIRMATIVE ACTION/EQUAL EMPLOYMENT OPPORTUNITY PROGRAM

DEFINITIONS

Affirmative Actions - The efforts exerted toward achieving equal employment opportunity through positive, aggressive and continuous result - oriented measures to correct past and present discriminating practices and their effects on the conditions and privileges of employment.

Contractor/Subcontractor - The individual, partnership, firm or corporation undertaking the execution of work under the terms of a contract and acting directly or through its agents or employees.

Corrective Action - A Contractor's written and signed commitment outlining specific actions to be taken with time limits, goals, etc., to correct a violation of applicable EEO regulations.

Discrimination - A distinction in treatment, whether intentional or unintentional, based on: political or religious opinion or affiliation; age; race; color; religion; creed; marital status; national origin; sex; ancestry; sexual orientation, sexual identity, genetic information or an individual’s refusal to submit to a genetic test or make available the results of a genetic test or on the basis of disability; except where sex, disability or age involves a bona fide job requirement.

Equal Employment Opportunity Officer - A designated employee of the Contractor whose responsibility it shall be to implement and maintain the Affirmative Action Plan.

Good Faith Effort - A results-oriented positive action designed to achieve Affirmative Action objectives or goals.

Personnel Actions - All decisions respecting employment including, but not limited to hiring, upgrading, demotion, transfer, recruitment or advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training to include apprenticeship, pre-apprenticeship or on- the-job training.

501

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 7 of 17

LEGAL MANDATES

A. Title VI, Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq.) prohibits discrimination based on race, color, or national origin in all programs and activities which receive Federal financial assistance. Employment discrimination is prohibited if a primary purpose of Federal assistance is a provision of employment, e.g., apprenticeship, training, work study, or similar programs. Revised guidelines in 1973 prohibit discriminatory employment practices in all programs if such practices cause discrimination in services provided to beneficiaries of the program.

B. Title VII, Civil Rights Act of 1964 (as amended) (42 U.S.C. § 2000e et seq.). Title VII prohibits employment discrimination based on race, color, religion, sex, or national origin.

C. Executive Order 11246 (as amended). This order, issued by the President on September 24, 1965, requires Equal Employment Opportunity/Affirmative Action Program by all Federal Contractors and subcontractors; it is administered and enforced by the U.S. Department of Labor’s Office of Federal Contract Compliance Programs (“OFCCP”). It also requires that firms with contracts over $50,000.00 and 50 or more employees develop and implement written programs, which are to be monitored by the OFCCP. Specific requirements for such result-oriented programs are identified in the Revised Order #4 (41 C.F.R. pt. 60-2) issued by the OFCCP. These requirements include identifying areas of minority and female under-utilization, numerical promotional and hiring goals, and other actions to increase minority employment in classifications where they are currently under-utilized.

D. The Age Discrimination in Employment Act of 1967 (as amended) (29 U.S.C. §§ 621-34 ) prohibits employers of 20 or more persons from discriminating against persons who are at least 40 years of age in any area of employment based on their age.

E. National Labor Relations Act of 1935. It shall be unlawful for employers to participate with unions in the commission of any discriminatory practices under this Act, or to practice discrimination in a manner which gives rise to racial or other division amongst employees to the detriment of organized union activity. It shall be unlawful for unions to exclude individuals discriminatorily from union memberships, thereby causing them to lose job opportunities, to discriminate in the representation of union members or non-members in collective bargaining, in the processing or grievance, or in any other respect which may cause or attempt to cause employers to enter into discriminatory agreements, or otherwise discriminate against members and non-members.

502

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 8 of 17

F. Governor's Code of Fair Employment Practices For The State Of Maryland (amended) (Exec. Order No. 01.01.2007.16, COMAR 01.01.2007.16). This amended executive order provides an Equal Employment Opportunity Program in Maryland State Government allowing for personnel matters to be taken on the basis of merit and fitness and without regard to age; ancestry; color; creed; gender identity and expression; genetic information; marital status; mental or physical disability; national origin; race; religious affiliation, belief or opinion; sex; or sexual orientation. This code was amended so as to be in compliance with Federal mandates regulating laws pertinent to Equal Employment Opportunity/Affirmative Action.

G. Rehabilitation Act of 1973 (Pub. L. 93-112) (as amended) (29 U.S.C. § 701 et seq.). This law provides a statutory basis for the Rehabilitation Services Administration and to authorize programs to promote and expand employment opportunities in the public and private sectors for handicapped individuals.

H. Section 13-219 of the State Finance and Procurement Article of the Annotated Code of Maryland. This law provides for non-discrimination in State construction contracts and sub-contracts. This provision obligates the Contractor not to discriminate in any manner against any employee or applicant for employment because of sex, race, age, color, creed, or national origin and obligates subcontractors to the same.

I. Other Laws. Employment discrimination has also been ruled by courts to be prohibited by the Civil Rights Acts of 1866 and 1870, the Equal Protection Clause of the Fourteenth Amendment of the Constitution of the United States, and the Equal Pay Act of 1963 (29 U.S.C. 206(d)). Action under these laws on behalf of individuals or groups may be taken by individuals, private organizations, trade unions or other groups.

503

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 9 of 17

ASSIGNMENT OF RESPONSIBILITIES

The Contractor will designate an Equal Employment Opportunity Officer. He/she will have the responsibility of implementing the Contractors Affirmative Action Plan. He/she will coordinate, advice and assist management and other key officials. He/she will render periodic reports to the responsible executives relative to the state of progress and make appropriate recommendations along these lines to the executives of this project.

The name of the EEO Officer, telephone number and address where he/she can be reached concerning any acts or alleged acts of discrimination, will be posted on the bulletin board at the home office as well as on the bulletin boards at all job-sites.

504

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 10 of 17

DISSEMINATION OF POLICY

The Contractor will take appropriate steps to ensure that all employees are advised of its policy of non-discrimination and of its interest in actively and affirmatively providing equal employment opportunity for all citizens. The steps include:

1. Meetings of supervisory and personnel office employees are to be conducted at least every six (6) months so that the Contractor's EEO policy and plan may be revised and explained.

2. All new supervisory and personnel office employees are to be made aware of the Contractor's EEO policy and plan as soon as practicable, but certainly within thirty (30) days following the date of first reporting for duty.

3. The Contractor will make its EEO policy known to all employees, prospective employees, and potential sources of employees, through schools, employment agencies, labor unions, college placement officers, etc., by taking the following actions:

a. Notice and posters setting forth the Contractor's EEO policy will be placed in areas readily accessible to employees and applicants for employment.

b. The Contractor's EEO policy and the procedures for implementing the EEO policy will be brought to the attention of employees through meetings, employee handbooks, or other appropriate means.

505

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 11 of 17

RECRUITMENT a The Contractor will include in all advertising the following notation: “An Equal Opportunity Employer”. The Contractor will insert such advertisement in newspapers or other publications having large circulation among minorities and females in the area from which the project work is derived. b The Contractor will, unless precluded by a valid collective bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minority and female applicants, including, but not limited to, State Employment agencies, school, college and minority/female organizations, i.e., The Urban League, NAACP, etc. To meet this requirement, the Contractor shall identify sources of potential minority/female employees and establish with such sources procedures whereby minority/female applicants may be referred to it for employment consideration. c The Contractor will develop procedures for promoting the employment of minority/female youth on an after-school, summer and vacation basis. d The Contractor will encourage its employees to refer minority/female applicants for employment by posting appropriate notices or bulletins in areas accessible to all such employees. In addition, information and procedures with regard to referring minority/female applicants will be discussed with employees.

506

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 12 of 17

PERSONNEL ACTIONS

To avoid discrimination in any of the Contractors personnel actions, the following will be done: a. Periodic inspections of project sites to ensure that working conditions and employee facilities do not indicate discriminatory practices. b. Periodic evaluations of the spread of wages paid within each classification to determine whether there is any evidence of discriminatory wage practices. c. Periodic reviews of personnel actions in depth to determine whether there is any evidence of discrimination. Where evidence is found, the Contractor will promptly take corrective action.

1. Investigations of all complaints of alleged discrimination attempts in order to resolve such complaints. Additionally, if the investigation indicates that the discrimination may affect persons other than the complainant, then appropriate corrective actions will include those other persons. Upon completion of each investigation, the Contractor will inform every complainant of all avenues of appeal.

507

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 13 of 17

TRAINING AND PROMOTION

To eliminate any discrimination in training and promotion, the following actions will be taken: a. Contractor will assist in locating, qualifying, and increasing the skills of minority/female employees and applicants for employment. b. Consistent with Contractor’s employment requirements and as permissible under State regulations, contractor will make full use of training programs, i.e., on-the-job training programs for the geographical area of contract performance. c. Contractor will advise both employees and applicants for employment of available training programs and entrance requirements for the program. d. Contractor will periodically review the training and promotion potential of minority/female employees and shall encourage eligible employees to apply for such training and promotions.

508

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 14 of 17 UTILIZATION OF UNIONS

In carrying out its Affirmative Action Plan, the Contractor will use good faith efforts to obtain the cooperation from unions it relies on, in whole or part, as a source of employees, to increase opportunities for minority/female groups. The Contractor, either directly or through a contractor's association acting as its agent, will;

A. Use good faith efforts to develop, in cooperation with the unions, joint training programs aimed at qualifying more minorities/females for membership in the unions and increasing their skills so they may qualify for higher paying employment; and

B. Incorporate an Equal Employment Opportunity clause into all union agreements so that unions shall be contractually obligated not to discriminate in the referral of job applicants.

509

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 15 of 17

UTILIZATION OF SUBCONTRACTORS a. The Contractor will use good faith efforts to employ subcontractors whose employees reflect minority/female groups approximately equal to the number available in the current labor pool populations, or owned by minority/female. b. The Contractor will use good faith efforts to assure that all subcontractors comply with equal employment obligations as defined in the amended Governor’s Code of Fair Employment Practices. (Exec. Order No. 01.01.2007.16; COMAR 01.01.2007.16)

510

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 16 of 17

RECORDS AND REPORTS

In accordance with the Governor’s Code, of Fair Employment Practice (Exec. Order No. 01.01.2007.16; COMAR 01.01.2007.16), the Contractor will keep such records as are necessary to determine compliance with its equal opportunity obligations. The records kept shall be designed to indicate: a. The number of minority/female and other persons employed in each work classification of the project. b. The progress and efforts being made in cooperation with unions, if any, to increase minority/female employment opportunities. c. The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minority/female employees. d. The progress and efforts being made in securing the services of minority/female subcontractors.

All such records will be retained for a period of three (3) years following completion of the Contract work and shall be available at reasonable times and places for inspection by authorized representatives of the Maryland Transportation Authority.

The Contractor will submit to the Authority a monthly report for every month after construction begins and, and thereafter, upon request for the duration of the project. This report shall indicate the number of minority/female employees currently engaged in each work classification.

511

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 17 of 17

MONITORING

The Contractor will periodically evaluate its Affirmative Action Plan and the results achieved to ensure that the plan is in compliance with its commitments.

512

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 1 of 12

AFFIRMATIVE ACTION REQUIREMENTS UTILIZATION OF MINORITY BUSINESS ENTERPRISES FOR STRAIGHT STATE CONTRACTS (Where the Contractor’s bid exceeds $50,000)

A. General

For the purpose of these requirements, the following terms as defined below shall apply:

Administration Representative – A Minority Business Enterprise (MBE) Officer of an Administration who enforces the laws and regulations pertaining to minority business enterprise and Contract compliance.

Affirmative Actions – Specific steps taken to eliminate discrimination and its effects, to ensure nondiscriminatory results and practices in the future, and to involve minority businesses fully in contracts and programs.

Broker – An agent of a buyer who sells stocks, bonds, commodities, or services, usually on a commission basis.

Business Enterprises – A legal entity which is organized in any form other than as a joint venture (e.g., sole proprietorship, partnership, corporation, etc.) to engage in lawful commercial transactions.

Certified Business – A business which by order of the Chair/MBE Advisory Council or his/her designee, has been certified as a bona fide MBE.

Commercially Useful Function – as per COMAR 21.11.03.12-1 a certified MBE performs a commercially useful function when it is responsible for execution of the work of the contract and is carrying out its responsibilities by actually performing, managing, and supervising the work involved: and with respect to materials and supplies used on the contract, for negotiating price, determining quality and quantity, ordering the material, and installing (where applicable) and paying for the material itself.

Director, Division of Civil Rights and Fair Practices – The individual designated for the Administration’s overall MBE compliance.

Joint Venture – An association of a MBE firm and one or more other firms to carry out a single, for profit business enterprise, for which the parties combine their property, capital, efforts, skills and knowledge, and in which the MBE is responsible for a distinct, clearly defined portion of the work of the Contract and whose share in the capital contribution, control, management, risks, and profits of the joint venture are commensurate with its ownership interest.

513

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 Manufacturer – A firm that produces a product from raw materials or substantially alters a previously manufactured product by operating or maintaining a factory or establishment that produces or alters on the premises.

Manufacturer Representative – A business that transfers title of a product from a manufacturer to an ultimate purchaser (e.g., a sales representative who invoices a product from the producing company to the contractors).

Minority Business Enterprise (MBE) – Any legal entity, other than a joint venture, organized to engage in commercial transactions which is at least 51 percent owned and controlled by one or more minority persons, or a nonprofit entity organized to promote interests of the physically or mentally disabled.

MBE Directory – A compilation of businesses certified by MDOT as minority or socially and economically disadvantaged businesses. The directory will be published annually with quarterly supplements. It will also be provided in automated format and on the Internet to be updated as changes are made.

MBE Program – A program developed by MDOT to implement the requirements of Title 14, Subtitle 3 of the State Finance Procurement Article, Annotated Code of Maryland and Title 10, Subtitle 3 of the State Finance Procurement Article of the Annotated Code of Maryland for Leases of State-Owned Property.

MBE Participation Packet – The documents submitted by the bidder or proposer pursuant to the appropriate special bid provisions. The MBE Participation Packet shall consist of MDOT MBE Form A, MBE Utilization Affidavit and MDOT MBE Form B, MBE Participation Schedule, both of which must be submitted with your bid or initial price proposal. The MBE Participation Packet also includes the following documents which are submitted after bids or proposals are opened: MDOT MBE Form C, Outreach Efforts Compliance Statement, MDOT MBE Form D, Subcontractor Project Participation Affidavit; MDOT MBE Form E, Good Faith Efforts Guidance and Documentation; and the Minority Contractor Unavailability Certificate (Form D-005).

Minority or Minority Person for Straight State Contracts - Member of one of the following socially and economically disadvantaged groups:

1. African American – An individual having origins in any of the Black racial groups of Africa;

2. American Indian/Native American – An individual having origins in any of the original peoples of North America and who is a documented member of a North American tribe, band, or otherwise organized group of native people who are indigenous to the continental United States or who otherwise have a special relationship with the United States or a state through treaty, agreement, or some other form of recognition. This includes an individual who claims to be an American Indian/Native American and who is regarded as such by the American Indian/Native American community of which he/she claims to be a part, but does not include and individual of Eskimo or Aleutian origin; 514

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000

3. Asian – An individual having origins in the far East, Southeast Asia, or the Indian Subcontinent and who is regarded as such by the community of which the person claims to be a part;

4. Hispanic – An individual of Mexican, Puerto Rican, Cuban, Central or South American, Portuguese or other Spanish culture or origin regardless of race, and who is regarded as such by the community or which the person claims to be a part;

5. Women – This category shall include all women, regardless of race or ethnicity, although a woman who is also a member of an ethnic or racial minority group may elect that category in lieu of the gender category; or

6. Physically or Mentally Disabled – An individual who has an impairment that substantially limits one or more major life activity, who is regarded generally by the community as having such a disability, and whose disability has substantially limited his or her ability to engage in competitive business.

Regular Dealer - A firm that owns, operates, or maintains a store, warehouse, or other establishment in which the materials or supplies required for the performance of the contract are bought, kept in stock, and regularly sold to the public in the usual course of business.

To be a regular dealer, the firm must engage in, as its principal business, and in its own name, the purchase and sale of the products in question. A regular dealer in such bulk items as cement, gravel, stone and petroleum need not keep such products in stock, if it owns or operates distribution equipment. Brokers and packagers shall not be regarded as manufacturers or regular dealers within the meaning of this section.

A regular dealer must be engaged in selling the product in question to the public. This is important in distinguishing a Regular Dealer, which has a regular trade with a variety of customers, from a firm which performs supply-like functions on an ad-hoc basis or for only one or two contractors with whom it has a special relationship.

A business that simply transfer title of a product from manufacturer to ultimate purchaser (e.g. broker or sales representative who re-invoices a product from the producing company to the recipient or contractor) or a firm that puts a product in a container for deliver would not be considered a Regular Dealer.

A supplier of bulk goods may qualify as a regular dealer if it either maintains an inventory or owns or operates distribution equipment. With respect to the distribution equipment (e.g. a fleet of trucks), the term “operates” is intended to cover a situation in which the supplier leases the equipment on a regular basis for its entire business. It is not intended to cover a situation in the firm simply provides drivers for trucks owned or leased by another party, (e.g., a prime contractor) or leases such as party’s trucks on an ad-hoc basis for a specific job.

515

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 Supplier – A regular dealer, who owns, operates, or maintains a store, warehouse, or other establishment in which the material or supplies required for the performance of a contract are placed, kept in stock, and regularly sold to the public in the usual course of business.

The supplier must perform a commercially useful function consistent with normal industry practices. To be a regular dealer, the firm must engage in, as its principal businesses, and in its own name, the purchase and sale of the products in question.

A supplier of bulk goods (Cement, gravel, stone, and petroleum products) may qualify as a regular dealer if it either maintains an inventory or owns or operates distribution equipment. With respect to the distribution equipment (A fleet of trucks), the term “operates” is intended to cover a situation in which the supplier leases the equipment on a regular basis for its entire business. It is not intended to cover a situation in which the firm simply provides drivers for trucks owned or leased by another party, (such as a prime contractor) or leases such a party’s trucks on an ad-hoc basis for a specific job.

Third Tier Contracting – The process in which a prime contractor subcontracts a portion of an original contract to a subcontractor who in turn subcontracts a portion of a subcontract to a third party. This latter action is termed entering into a third tier contract agreement.

B. MBE and Good Faith Effort Requirements

1. This contract includes an MBE participation goal for subcontracting, and/or procurement of materials, and/or services. Bidders/Offerors must make a good faith effort to meet the MBE participation goal before bids or proposals are due, including outreach efforts. A bid or initial proposal must include both a completed and executed MDOT MBE Form A, Certified MBE Utilization and Fair Solicitation Affidavit and MDOT MBE Form B, MBE Participation Schedule. The failure of a bidder to complete and submit MDOT MBE Form A, Certified MBE Utilization and Fair Solicitation Affidavit and MDOT MBE Form B, MBE Participation Schedule shall result in a determination that the bid is not responsive. The failure of an offeror to complete and submit MDOT MBE Form A, Certified MBE Utilization and Fair Solicitation Affidavit and MDOT MBE Form B, MBE Participation Schedule shall result in a determination that the proposal is not susceptible of being selected for award.

2. In Accordance to COMAR 21.11.03.10;C(2) In making a good faith effort to achieve the MBE goal, prior to completing MDOT MBE Form A, Certified MBE Utilization and Fair Solicitation Affidavit and MDOT MBE Form B, MBE Participation Schedule and prior to submitting a bid or initial proposal bidders (or offerors) including those bidders or offerors that are certified MBEs must:

a. Identify specific work categories within the scope of the procurement appropriate for subcontracting and/or procurement of materials and/or services;

516

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 b. Solicit certified MBEs in writing at least 10 days before bids or initial proposals are due, describing the identified work categories and providing instructions on how to bid on the subcontracts and/or procurement of materials and/or services;

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

d. Assist certified MBEs to fulfill, or to seek waiver of, bonding requirements; and

e. Attend prebid or other meetings the procurement agency schedules to publicize contracting opportunities to certified MBEs.

3. The bidder shall seek commitments from minority business enterprises by subcontracting and/or procurement of materials and/or services, the combined value of which equals or exceeds the established Contract goal of Twelve Percent (12%) of the total value of the prime Contract. . A bidder may count toward its MBE goals expenditures for materials and supplies obtained from MBE regular dealers and/or manufactures provided that the MBE assume the actual and contractual responsibility for the provision of the materials and supplies. The bidder may count its entire expenditure to a MBE manufacturer (i.e., a supplier that produces goods from raw materials or substantially alters them before resale).

The bidder may count sixty (60) percent of its expenditures to a MBE regular dealer, that is not a manufacturer, provided that the MBE supplier performs a commercially useful function in the supply process. The apparent low bidder shall submit to the Administration, within ten (10) business days after notification that it is the apparent low bidder, an acceptable Affirmative Action Plan for the utilization of Minority Business Enterprises in this Contract. The Contract will not be awarded without the bidder’s Affirmative Action Plan being approved by the Administration.

4. The Affirmative Action Plan shall include as a minimum:

a. The name of an employee designated as the bidder’s Minority Business Liaison Officer.

b. A complete MDOT MBE Form D, MBE Subcontractor Project Participation Affidavit, of minority business enterprises, from among those whose names appear in the MDOT MBE Directory or who are otherwise certified by MDOT as being minority business enterprises. Except as permitted by law and approved by the Administration, MDOT MBE Form D MBE Subcontractor Project Participation Affidavit submitted after the opening of bids or proposals shall include all MBE firms identified on MDOT MBE Form B, MBE participation schedule submitted with the bid or initial proposal with a percentage of participation that meets or exceeds the percentage of participation indicated in the bid or initial proposal. MDOT MBE Form D, MBE Subcontractor Project Participation Affidavit shall be completed and signed by the Bidder and MBE for each business listed in MBE Form B, MBE Participation Schedule.

517

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 c. A completed MDOT MBE Form C, Outreach Efforts Compliance Statement.

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

6. Request for Exception to the MBE Goal

If the bidder is unable to secure from MBEs, by subcontracting and/or by procurement of materials and/or services, commitments which at least equal the appropriate percent of the value of the prime Contract at time of bid, the bidder shall request, in writing, waiver of the unmet portion of the goal. This request must be initiated by checking the appropriate box on MDOT MBE Form A, Certified Utilization and Fair Solicitation Affidavit, submitted with the bid or initial proposal. To obtain approval of a waiver, the bidder shall submit a complete MDOT MBE Form E, Good Faith Efforts Guidance and Documentation, and any other supporting documentation.

7. Bidder Use of MBE Special Services

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

8. Bidder Records

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

9. Bidders Cooperation

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

518

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 10. Bidder MBE Modifications

During the life of the Contract, all plans to modify the approved MBE participation program will require the approval of the Executive Director or his authorized representative. This will include any changes to items of work to be sublet or materials and services to be obtained which differs from those in the original MBE participation program. All requests for revisions shall be directed to the Director of Civil Rights and Fair Practices.

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

C. RECORDS AND REPORTS

1. The Contractor shall keep such records as are necessary to determine compliance with its Minority Business Enterprise utilization obligations. The records kept by the Contractor shall be designed to include:

a. The name of minority and non-minority subcontractors and suppliers, the type of work materials or services being performed on or incorporated in this project, the monetary value of such work materials or services, the terms of performance and/or delivery, copies of all cancelled checks paid to subcontractors and suppliers and a record of all payments made to subcontractors and suppliers.

b. Documentation of all correspondence, contacts, telephone calls, etc., to obtain the services of minority business enterprises on this project.

c. The progress and efforts made in seeking out minority contractor organizations and individual minority contractors for work on this project.

2. The Contractor shall submit reports, on a monthly basis, of those contracts and other business transactions executed with minority business enterprises, with respect to the records referred to in C.1., above, in such form, manner and content as prescribed by the Administration. The reports shall be due on the 15th calendar day of every month. If the Contractor cannot submit their report on time, the Contractor shall notify the Administration’s representative and request additional time to submit the report. Failure of the Contractor to report in a time manner may result in a finding of noncompliance. Additional report may be required by the Administration upon request.

3. To insure compliance with the certified MBE Contract participation goal, the Contractor shall:

a. Submit monthly reports listing all unpaid invoices over 30 days, from certified MBE subcontractors, and the reason payment has not been made. b. Include in its agreement, with certified MBE subcontractors a, requirement that MBE subcontractors are to submit monthly, to the Administration, a report identifying the prime Contractor and listing the following: 519

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000

(1) Payment received from the prime Contractor, in the proceeding 30 days; (2) Invoices for which the subcontractor has not been paid.

4. Consent to provide such documentation as reasonably requested and to provide right-of-entry at reasonable times for purposes of the State’s representatives verifying compliance with the MBE participation obligations.

5. At the option of the procurement agency, upon completion of the contract and before final payment and/or release of retainage, submit a final report in affidavit form and under penalty of perjury, of all payments made to, or withheld from MBE subcontractors.

6. Upon request for the procuring agency or MBE Compliance Office, the bidder/contractor will submit copies of cancelled checks, if those documents are needed to resolve payment disputes.

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

D. ADMINISTRATIVE PROCEDURES FOR ENFORCEMENT

1. Whenever the Administration believes the prime Contractor or any subcontractor may not be operating in compliance with the terms of these provisions, the Administration’s representative will conduct an investigation. If the Administration representative finds the prime Contractor or any subcontractor is not in compliance with these provisions, the representative will make a report of noncompliance and notify such Contractor in writing of the steps that will, in the judgment of the Administration, bring the Contractor into compliance. If the Contractor fails or refuses to comply fully with such steps, the Administration’s representative will make a final report of the noncompliance to the Administrator, who may direct the imposition of one or more of the sanctions listed below:

a. Suspension of work on the project, pending correction;

b. Withholding payment or a percentage thereof, pending correction;

c. Referral of MBEs to the MDOT office of MBE, for review for decertification, for review/referral to the Attorney General’s Office for review/initiation of debarment or for review for criminal prosecution through the MDOT Office of General Counsel;

d. Initiation of suspension in accordance with COMAR regulations;

e. Referral to the Attorney General’s Office for review for debarment or for criminal prosecution through the MDOT Office of General Counsel;

f. Any other action as appropriate, within the discretion of the Administrator. 520

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000

2. If the documents used to determine the status of a MBE contains false, or misleading or misrepresenting information, the matter will be referred to the MDOT Office of the General Counsel for appropriate action. In addition, when directed by the Administrator, the Contractor shall terminate, without liability to the Administration, its contract with a firm, which for any reason, is either no longer certified or no longer eligible to do business in the State. The Contractor shall promptly submit plans for maintaining the required MBE participation on the project or appropriate request for waiver of all or part of the Contract goal with appropriate documentation to support Good Faith Efforts (as established by COMAR including the MDOT MBE/MBE Program Manual). The program and all revisions require the Administrator’s approval.

3. Liquidated Damages. The Contract that will result from the solicitation will require the Contractor to make good faith efforts to comply with the Minority Business Enterprise (“MBE”) Program and Contract provisions. The MDTA and the Contractor acknowledge and agree that the State will incur damages, including but not limited to loss of goodwill, detrimental impact on economic development, and diversion of internal staff resources, if the Contractor does not make good faith efforts to comply with the requirements of the MBE Program and MBE contract provisions. The parties further acknowledge and agree that the damages the State might reasonably be anticipated to accrue as a result of such lack of compliance are difficult to ascertain with precision and that liquidated damages present a fair, reasonable, and appropriate estimation of damages.

Therefore, upon a determination by the MDTA that the Contractor failed to make good faith efforts to comply with one or more of the specified MBE Program requirements or Contract provisions and without the MDTA being required to present any evidence of the amount or character of actual damages sustained, the Contractor agrees to pay liquidated damages to the MDTA at the rates set forth below. Such liquidated damages are intended to represent estimated actual damages and are not intended as a penalty. The Contractor expressly agrees that the MDTA may withhold payment on any invoices as a set-off against liquidated damages owed. The Contractor further agrees that for each specified violation, the agreed upon liquidated damages are reasonably proximate to the loss the State is anticipated to incur as a result of such violation.

A. Failure to submit each monthly payment report in full compliance with COMAR 21.11.03.13B (3): $23.00 per day until the monthly report is submitted as required.

B. Failure to include in its agreements with MBE subcontractors a provision requiring submission of payment reports in full compliance with COMAR 21.11.03.13B (4): $82.00 per MBE subcontractor.

C. Failure to comply with COMAR 21.11.03.12 in terminating, canceling, or changing the scope of work/value of a contract with an MBE subcontractor and/or amendment of the MBE participation schedule: the difference between the dollar value of the MBE

521

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 participation commitment on the MBE participation schedule for that specific MBE firm and the dollar value of the work performed by that MBE firm for the contract.

D. Failure to meet the Contractor’s total MBE participation goal and subgoal commitments: the difference between the dollar value of the total MBE participation commitment on the MBE participation schedule and the MBE participation actually achieved.

Notwithstanding the use of liquidated damages, the MDTA reserves the right to terminate the contract and exercise all other rights and remedies provided in the contract or by law.

E. SUBCONTRACTING

Subcontracting by the Prime Contractor. MDOT MBE Form B, Fair Solicitation Affidavit Request for Approval of Subcontractor shall be used by the Prime Contractor to request approval of a Subcontractor and also to ensure that a formal Subcontract has been or will be written and kept on file by the Prime Contractor. Completion and submittal of the form by the Prime Contractor acknowledges that the Administration’s Contracting Officer may require the submission of the written Subcontract for review by the Administration and/or FHWA.

Form Acquisitions. MDOT MBE Form B, Fair Solicitation Affidavit may be acquired through the Division of Procurement. All questions should be directed to the Compliance Officer or the Records Specialist.

It is the Administration’s intention to randomly select during each calendar quarter a representative sample of written Subcontracts for review. This review will be conducted by the MBE Compliance Officer.

F. MBE COMPLIANCE FIELD MEETING

A MBE Compliance Field Meeting will be conducted to review the responsibilities of the Administration and the Contractor’s personnel relative to MBE Compliance and documentation. The meeting will be held within two weeks after starting work on the project.

The Compliance Officer, who will notify the following of the date, time, and location, will arrange the meeting. At least one week advanced notice will be required.

(a) Administrative Representatives. (i) MBE Compliance Officer (ii) MBE Field Compliance Officer (iii)DLLR Representative (iv) Construction Project Manager

(b) Contract Representatives. (i) Superintendent- Prime Contractor 522

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 (ii) MBE Liaison – Prime Contractor (iii)Owner/Superintendent/Foreman - MBE Subcontractor

The Compliance Officer and Project Engineer will jointly conduct the meeting. The Contractor shall notify the appropriate subcontractors and ensure their attendance.

G. STRUCTURAL STEEL POLICY STATEMENT

The Maryland Department of Transportation is committed to providing the maximum amount of contracting opportunities to certified Minority Business Enterprises (MBEs). The previously established policy excluded the consideration of the cost of supply structural steel for MBE participation since there were no structural steel manufacturers certified by MDOT. This exemption is no longer applicable since MBE firms have been certified under this category.

The Administration reserves the right to verify the accuracy of the dollar value included on the Contractor’s Affirmative Action Plan, including the value associated with the manufacture, supply, and installation of structural steel.

H. MBE DUAL CERTIFICATION

Effective on October 1, 2009, Minority Business Enterprise (MBE) firms may elect to be dually certified as woman-owned businesses and as members of an ethnic or racial category. For purposes of achieving any gender or ethnic/racial MBE participation subgoals in a particular contract, an MBE firm that has dual certification may participate in the contract either as a woman-owned business or as a business owned by a member of a racial or ethnic minority group, but not both. a. A firm must be listed in the MDOT MBE Directory with the gender category in order to be used to meet the gender subgoal. b. A firm must be listed in the MDOT MBE Directory with an ethnic/racial category in order to be used to meet the ethnic/racial subgoal. c. A firm must be listed in the MDOT MBE Directory with both the gender and ethnic/racial categories in order for a contractor to have the option of selecting which of those categories it will use for the firm on a State contract. d. Contractors should designate whether the MBE firm will be used as a woman-owned business or as a business owned by a member of a racial/ethnic group before calculating the percentage of MBE participation goals and subgoals they intend to meet.

Maryland’s MBE Directory will reflect the dual certification status beginning October 1, 2009. You can access the MBE Directory at http://mbe.mdot.state.md.us.

523

Maryland Transportation Authority

BAY BRIDGE AUTOMATED LANE CLOSURE SYSTEM

Contract No. BB-3008-0000 I. JOINT VENTURE

In accordance with COMAR 21.11.03.12-1, “When a certified MBE performs as a participant in a joint venture, a procurement agency may count a portion of the total dollar value of the contract equal to the distinct, clearly defined portion of the work of the contract that the certified MBE performs with its own forces toward fulfilling the contract goal.”

NOTE: New Guidelines Regarding MBE Prime Self-Performance. Please note that when a certified MBE firm participates as a prime contractor on a contract, a procurement agency may count the distinct, clearly defined portion of the work of the contract that the certified MBE firm performs with its own forces toward fulfilling up to fifty-percent (50%) of the MBE participation goal (overall) and up to one hundred percent (100%) of not more than one of the MBE participation subgoals, if any, established for the contract. For example, for a construction contract that has a 27% MBE overall participation goal and subgoals of 7% for African American firms and 4% for Asian American firms, subject to Section 4 above and this Section 5, a certified African American MBE prime can self-perform (a) up to 13.5 % of the overall goal and (b) up to 7% of the African American subgoal. The remainder of the overall goal and subgoals would have to be met with other certified MBE firms or a waiver request.

524